HomeMy WebLinkAbout2020-09-08 - AGENDA REPORTS - APPROVE THE USE OF A "PIGGYBACK" CONTR TO PURCHASE (2)O
Agenda Item: 6
P
CITY OF SANTA CLARITA AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:1
DATE: September 8, 2020
SUBJECT: APPROVE THE USE OF A "PIGGYBACK" CONTRACT TO
PURCHASE JANITORIAL SUPPLIES FROM WAXIE SANITARY
SUPPLY
DEPARTMENT: Public Works
PRESENTER: Dan March
RECOMMENDED ACTION
City Council:
1. Approve the "piggyback" purchase of janitorial supplies from Waxie Sanitary Supply using
Omnia Partners contract 4202329-01 in an amount not to exceed $62,000; and authorize a
contingency of $9,300, for a total amount not to exceed $71,300 annually.
2. Authorize the City Manager or designee to approve the use of the Waxie Sanitary Supply
contract through Omnia Partners for one-year with up to four additional one-year renewal
options, not to exceed the combined annual base contract and contingency amount of
$71,300 annually, plus any adjustments consistent with the appropriate Consumer Price
Index.
3. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The City of Santa Clarita (City) has been using Waxie Sanitary Supply (Waxie) since March
2016 to supply janitorial supplies to all City facilities. Waxie provides high -quality products and
responsive customer service. Waxie provides a broad supply of products to ensure support of
daily maintenance operations, including carpet and hard floor cleaners, restroom cleaning
supplies, toilet paper, paper towels, and trash can liners. The anticipated cost for Fiscal Year
2020-21 is $62,000, comparable to the costs incurred this past fiscal year.
On July 11, 1995, the City Council approved the use of "piggyback" purchasing, which allows
Page 1
Packet Pg. 31
O
the City to place orders against a competitively awarded public agency contract. The City is
using the cooperative purchasing contract with Omnia Partners, which allows the City to take
advantage of an existing process. This contract, which was awarded on June 1, 2020, was
competitively solicited through a nationwide bid process and is valid through May 31, 2023, with
the option to renew for one additional two-year period through May 31, 2025.
After performing a cost analysis and reviewing pricing for comparable janitorial supplies, City
staff recommends the approval of the use of the "piggyback" purchase of janitorial supplies from
Waxie using Omnia Partners contract 4202329-01, which provides the most competitive pricing
and highest quality services to the City, therefore offering the best value.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds for janitorial and sanitary supply costs are available in the following contractual
services accounts: 12051-5161.001 (Public Library Facilities), 12401-5161.001 (Transit
Maintenance Facility), 12500-5161.001 (Landscape Maintenance District Administration),
14500-5161.001 (General Services Administration), 14501-5161.001 (City Hall Maintenance),
14509-5161.001 (Transit Facilities), and 14511-5161.001 (Canyon Country Community Center
Maintenance).
ATTACHMENTS
Pricing Proposal
Contract and Request for Proposal Response (available in the City Clerk's Reading File)
Page 2
Packet Pg. 32
WAXIRR90
SANITARY SUPPLY
Tom LaVoise
Account Consultant
661-753-7740
tiavoisegwaxie.com
PRICING PROPOSAL
CITY OF SANTA CLARITY
Account Number: 107326
WAXIE ITEM #
WAXIE ITEM DESCRIPTION
U/M
CURRENT
WAXIE PRICE
NEW WAXIE
PRICE
SAVINGS
% OF MON
SAVINGS
160208
HSC Health Gards Urinal Screen w/Block Citrus Blue
BX
$21.54
$16.41
$5,13
24%
160881
WAXIE Time Metered Citrus Air Freshener 6.6oz
BX
$32.89
$17.91
$14,98
46%
160933
WAXIE Time Metered Lavender Air Freshener
CS
$22.55
$17.91
$4,64
21%
161710
SmartCell Citrus Burst 60-day Odor Neutralizer Refill
CS
$59.72
$52.54
$7,18
12%
161727
SmartCell Apple Cinnamon 60-Day Odor Neutralizer Refill
CS
$68.07
$52.54
$15,53
23%
162057
WAXIE-Green Urinal Screen Mango w/Green Deodorant Block
DZ
$14.36
$11.26
$3,10
22%
162071
WAXIE Liquid Enzyme Spring Mint GI
CS
$60.39
$46.40
$13,99
23%
166016
WAXIE-Green Mango Urinal Blocks 12/bx 12bx/cs
BX
$16.52
$8.15
$8,37
51%
166543
WAXIE Clean & Fresh 30-Day Metered 7oz 6/cs
CS
$22.55
$17.91
$4,64
21%
170753
Formula 409 Cleaner Degreaser/Disinfectant GIL 4/cs
CS
$38.70
$37.25
$1,45
4%
380481
Sure -Flo Premium Gold Soap
CS
$54.70
$54.29
$0,41
1%
381784
9625-04 Purell Instant Hand Sanitizer 2-liter pump bottle
CS
$70.40
$58.51
$11,89
17%
386208
RM One -Shot Mositurizing Foam Soap 800ml 4/cs
CS
$52.05
$50.10
$1,95
4%
386308
GOJO ADX Manual Foam Soap Dispenser Black 1250ml 6/cs
CS
No Charge
No Charge
386311
WAXIE Clean Touch Man Citrus Ginger Foam Hand, Hair & Shwrwsh 1200 ml
CS
$37.82
$36.05
$1,77
5%
386312
WAXIE Clean Touch Manual Botanical Foam Handwash 1250 ml
CS
$32.17
$23.91
$8,26
26%
386314
WAXIE Clean Touch Manual Foam Soap Dispenser Gray/White 1250 ml
EA
No Charge
No Charge
386410
WAXIE Clean Touch LX Touch Free Clear & Mild Foam Handwash 1200 ml
CS
$39.78
$35.41
$4,37
11%
386414
WAXIE Clean Touch LX Touch Free Dispenser Black/Black 1200 ml
EA
No Charge
No Charge
388084
White Lanolin Hand Soap
CS
$17.40
$17.40
$0,00
0%
388113
TC OneShot Lotion Foam Soap 1600 ml
CS
$72.57
$70.73
$1,84
3%
389996
5161 Gojo Brand Luxury Foam Soap
CS
$37.09
$36.10
$0,99
3%
530559
Joy Manual Pot & Pan Detergent 8/38oz
CS
$43.79
$40.79
$3,00
7%
700045
24 x 23 .4 mil Black Liner, 500/cs
CS
$12.72
$11.15
$1,57
12%
700150
24 x 23 .4 mil Tuff N'Stretch Liner, 1000/cs
CS
$25.31
$22.18
$3,13
12%
700190
30 x 36 .5 mil Tuff N'Stretch Liner, 500/cs
CS
$30.15
$26.43
$3,72
12%
703074
33 x 39 1.5 mil Black Max Liner, 150/cs
CS
$24.95
$23.89
$1,06
4%
703080
36 x 58 2.0 mil Black Max Liner, 100/cs
CS
$34.65
$34.29
$0,36
1%
703084
40 x 47 1.5 mil Black Max Liner, 100/cs
CS
$22.86
$22.77
$0,09
0%
703085
40 x 47 2.0 mil Black Max Liner, 100/cs
CS
$32.35
$30.33
$2,02
6%
704525
30 x 37 10N Coreless Roll Liner
CS
$21.95
$21.11
$0,84
4%
704615
24 x 24 6C Hi -Density Black Liner
CS
$17.79
$14.70
$3,09
17%
708105
Kleenline 24 x 24 6 mic Natural Coreless Roll Liner 1000/cs
CS
$15.05
$13.67
$1,38
9%
820715
Waxed Paper Liners for Wall Unit Wall Unit
CS
$14.57
$13.49
$1,08
7%
820765
Waxed Kraft Liners for Wall Unit
CS
$15.86
$14.27
$1,59
10%
850045
2010 Kleenline White Multifold Towel 16/250
CS
$17.79
$17.69
$0,10
1%
850232
2001 Clean & Soft White M It-fol d Towel
CS
$22.12
$21.26
$0,86
4%
850255
01890 Kleenex Multifold Towel
CS
$22.51
$22.40
$0,11
0%
850450
01500 Kleenex Scott C-Fold Towel
CS
$30.96
$30.71
$0,25
1%
850560
89460 en Motion White Touchless 10" Roll Towel
CS
$48.75
$48.51
$0,24
0%
850572
3600 Clean & Soft White Roll Towels
CS
$48.61
$44.23
$4,38
9%
851166
1965 Clean & Soft White 2-ply Toilet Tissue
CS
$45.63
$43.59
$2,04
4%
851177
1912 Clean & SoftJRT Jumbo Tissue
CS
$26.91
$26.06
$0,85
3%
851191
04460-50 Scott 2-ply Bath Tissue
CS
$41.55
$41.00
$0,55
1%
851200
59209 (58250) Jumbo Jr. 2-roll Tissue Disp Translucent Smoke
EA
$19.29
$16.95
$2,34
12%
851251
WAXIE Select Premium White 2-Ply Bath Tissue 60/400
CS
$33.48
$31.35
$2,13
6%
851255
WAXIE-Green 8600-01 White 2-Ply Bath Tissue 80/500
CS
$35.23
$33.87
$1,36
4%
851306
1996 Kleenline White 2-ply Bath Tissue - 96/500
CS
$38.27
$33.15
$5,12
13%
851308
1985 Kleenline White 2-ply Jumbo Roll Tissue 12/1000
CS
$20.43
$20.37
$0,06
0%
851530
041 WAXIE Seat Cover
CS
$38.19
$35.60
$2,59
7%
851531
HSC Recycled Half -Fold Toilet Seat Covers 20/cs
CS
$33.41
$31.92
$1,49
4%
1 851650
107410 Personal Seat Covers
CS
$48.27
$48.27
$0,00
0%
1 910730
IWAXIE 16oz Emer Clean-up Powder
CS
$60.67
$35.90
$24,77
41%
5�
3/7/2019 1 of 1 1 Packet Pg. 33 1
sm
JANITORIAL AND SANITATION SUPPLIES
Executive Summary
Lead Agency: City of Tucson, Arizona
RFP Issued: October 28, 2019
Response Due Date: December 6, 2020
Awarded to: Network Services Company
Solicitation: 202329
Pre -Proposal Date: November 13, 2019
Proposals Received: #3
The city of Tucson, Arizona issued RFP 202329 on October 28, 2019, to establish a national cooperative contract
for Janitorial and Sanitation Supplies.
The solicitation included cooperative purchasing language in Sections I. Scope of Work, National Contract (RFP,
Page 2):
(RFP, Page 2) NATIONAL CONTRACT
The City of Tucson as the Principal Procurement Agency, defined in Attachment A, has partnered with OMNIA
Partners, Public Sector ("OMNIA Partners") to make the resultant contract (also known as the "Master Agreement"
in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally,
including state and local governmental entities, public and private primary, secondary and higher education
entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners'
cooperative purchasing program. The City of Tucson is acting as the contracting agency for any other Public Agency
that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is
preceded by their registration with OMNIA Partners (a "Participating Public Agency') and by using the Master
Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether
pursuant to the terms of a Master Intergovernmental Purchasing Cooperative Agreement, a form of which is
attached hereto on Attachment C, or as otherwise agreed to. Attachment A contains additional information about
OMNIA Partners and the cooperative purchasing program.
Notice of the solicitation was sent to potential offerors, as well as advertised in the following:
• City of Tucson, AZ website
• OMNIA Partners, Public Sector website
• USA Today, nationwide
• Arizona Business Gazette, AZ
• San Bernardino Sun, CA
• Honolulu Star -Advertiser, HI
• The Advocate — New Orleans, LA
• New Jersey Herald, NJ
• Times Union, NY
• Daily Journal of Commerce, OR
• The State, SC
Page 1 of 2
• Houston Community Newspapers, Cy Creek
Mirror, TX
• Deseret News, UT
• Richmond Times, VA
• Seattle Daily Journal of Commerce, WA
• Helena Independent Record, MT
On December 6, 2020 proposals were received from the following offerors:
• Central Poly -Bag Corp.
• Network Services Company
• Ecolab Inc.
The proposals were evaluated by an evaluation committee. Using the evaluation criteria established in the RFP,
the committee determined that one (1) company demonstrated the ability to provide the products and services
outlined in the solicitation while offering competitive pricing to members.
• Network Services Company
The City of Tucson, Arizona executed agreements with a contract effective date of June 1, 2020 (see Amendment
1).
Contracts include:
A comprehensive line of quality made janitorial and sanitation supplies to support daily maintenance and
operation functions. Categories include but are not limited to: dilution control; green products; industrial paper
and dispensers; private label; hard floor care; carpet care; restroom care; waste receptacles, compactors and
liners; machines and accessories; institutional and industrial laundry and kitchen; industrial tools & supplies;
packaging and shipping; breakroom and food disposable supplies; balance of line/other categories as available by
the Supplier.
Term:
Initial three-year agreement from June 1, 2020 through May 31, 2023 with the option to renew for one
(1) additional two-year period through May 31, 2025.
Page 2 of 2
Contract #202329-01
Janitorial and Sanitation Supplies,
Equipment and Related Services
Network Services Comp n
Table of Contents
1. Final Negotiations Letter of Concurrence
2. Offer and Acceptance
3. NETWORK SERVICES's Response to RFP# 202329
4. RFP# 202329
5. Attachment A: OMNIA Agreement
6. Attachment B: Excel Price Page
7. Attachment C: HUD Forms
1. Final Negotiations Letter of
Concurrence
CITY OF March 5, 2020 Sent via email, this day
TUCSON
BUSINESS
SERVICES Daniel Ceko, Treasurer & Corporate Counsel
DEPARTMENT Network Services Company
1100 East Woodfield Rd., Suite 200
Schaumberg, IL 60173
Email: dceko(&networicdistribution.com
Subject: Request for Proposal No. 202329 — Janitorial and Sanitation Supplies,
Equipment, and Related Services
Letter of Concurrence
Dear Mr. Ceko,
This letter serves as concurrence of the negotiations for the above listed solicitation. The
following changes have been mutually agreed upon with deletions in strikethrough and
insertions in italics.
SPECIAL TERMS AND CONDITIONS:
3. TERM AND RENEWAL (as amended by Solicitation Amendment 41): The term of the
Contract shall commence upon award and shall remain in effect for a period of three (3) years,
unless terminated, cancelled or extended as otherwise provided herein. The parties Geese
shall have the right, upon mutual agreement a+ its sole op
to renew the Contract for one additional two (2) year period or portion thereof. In the event
that the parties exercise such rights, all terms, conditions and provisions of the original
Contract shall remain the same and apply during the renewal period with the possible
exception of price and minor scope additions and/or deletions.
4. PRICE ADJUSTMENT: The City will review fully documented requests for price
adjustment after any Contract has been in effect for one (1) year and for each additional one
(1) year anniversary date period thereafter, which will be a factor in the renewal review
process. The City will determine whether the requested price adjustment, or an alternate
option, is in the best interest of the City. Any price adjustment will be effective upon the
effective date of the Contract anniversary date renewal or, in the case of a mid-term
adjustment, upon execution of the amendment. Contractor may propose price adjustments
BUSINESS SERVICES DEPARTMENT
SHARED SERVICES — PROCUREMENT
CITY HALL • 255 W. ALAMEDA • P.O. BOX 27210 • TUCSON, AZ 85726-7210
(520) 791-4217 9 FAX (520) 791-4735 9 TTY (520) 791-2639
www.tucsonprocurement.com
semi-annually or based on extreme market fluctuations, in addition to requests at time of
renewal or Contract anniversary. Extreme market fluctuations are defined as change in the
market prices exceeding ten percent (10%) in a single quarter.
5. FOB DESTINATION FREIGHT PREPAID:
Prices shall be FOB Destination Freight Prepaid to the delivery location designated.
Contractor will provide delivery on a freight free basis to all agency locations that fall within
the Contractor's freight free delivery zones per Contractor's `Geomaster ". Should any
locations fall outside the freight free delivery zones, Contractor will contact the applicable
agency and review service requirements for those locations in a manner acceptable to both
the agency and Contractor including a possible freight fee charged to the applicable agency.
Freight charges to the no freight charge locations shall not exceed actual freight charges
incurred by Contractor. Contractor shall retain title and control of all goods until they are
delivered and the Contract of coverage has been completed. All risk of transportation and all
related charges (except as otherwise set forth above) shall be the responsibility of the
Contractor. All claims for visible or concealed damage shall be filed by the agency to
Contractor. The City will assist the Contractor in arranging for inspection.
Each individual order placed by an agency must exceed $400 ofproducts; provided, however,
if an individual order is placed by an agency for less than or equal to $400, Contractor, in its
sole discretion, may charge such agency a $40 fee for a below minimum order.
STANDARD TERMS AND CONDITIONS:
5. ASSIGNMENT -DELEGATION: No right or interest in this Contract shall be assigned by
the Contractor without prior written permission of the City, and no delegation of any duty of
the Contractor shall be made without prior written permission of the City's Director of
Procurement. The City shall not unreasonably withhold approval and shall notify the
Contractor of the City's position by written notice. Notwithstanding the foregoing, the City
hereby acknowledges and agrees that the products and services shall be provided by
Contractor through its member -distributors and hereby expressly consents to the provision of
the products and services by Contractor through its member -distributors, without further
notice or permission being required.
11. CONTRACT: The Contract shall be based upon the Request for Proposal issued by the
City and the Offer submitted by the Contractor in response to the Request for Proposal. The
offer shall substantially conform to the terms, conditions, specifications and other
requirements set forth within the text of the Request for Proposal, except where exceptions
have been negotiated. The City reserves the right to clarify any contractual terms with the
concurrence of the Contractor; however, any substantial non -conformity in the offer, as
determined by the City's Director of Procurement, shall be deemed non -responsive and the
offer rejected. The Contract shall contain the entire agreement between the City of Tucson
BUSINESS SERVICES DEPARTMENT
SHARED SERVICES — PROCUREMENT
CITY HALL • 255 W. ALAMEDA • P.O. BOX 27210 • TUCSON, AZ 85726-7210
(520) 791-4217 9 FAX (520) 791-4735 9 TTY (520) 791-2639
www.tucsonprocurement.com
and the Contractor relating to this requirement and shall prevail over any and all previous
agreements, contracts, proposals, negotiations, purchase orders, or master agreements in any
form.
12. DEFAULT IN ON INSTALLMENT TO CONSTITUE TOTAL BREACH: Contractor
shall deliver conforming materials in each installment or lot of this Contract and may not
substitute nonconforming materials, except as allowed by this Agreement. Delivery of
nonconforming materials, or default of any nature, may constitute breach of the Contract.
Noncompliance may be deemed a cause for possible Contract termination.
20. INDEMNIFICATION: Contractor agrees to indemnify and hold harmless the City of
Tucson and its affiliates, officers, directors, employees, clients and agents from any and all
third party claims, damages, liabilities and costs, losses and expenses (including reasonable
attorney's fees and disbursements) which the City of Tucson or any of the said persons shall
suffer or incur as a result of or attributable to (i) any and all claims, damages, liabilities,
costs, losses and expenses (including reasonable attorney's fees and disbursements) arising
out of Contractor's breach of its representations, warranties, obligations or covenants set
forth in this Agreement or (ii) Contractor's failure to comply with the terms and conditions of
this Contract; provided, however, any such indemnification shall exclude any such losses and
expenses caused by the act, omission, breach or gross negligence of the City.
To the fullest extent permitted by law, Contractor, its successors, assigns and guarantors, shall
pay, defend, indemnify and hold harmless City of Tucson, its agents, representatives, officers,
directors, officials and employees from and against all allegations, demands, proceedings,
suits, actions, claims, including claims of patent or copyright infringement, damages, losses,
expenses, including but not limited to, attorney fees, court costs, and the cost of appellate
proceedings, and all claim adjusting and handling expense, related to, arising from or out of
or resulting from any actions, acts, errors, mistakes or omissions caused in whole or part by
Contractor relating to work, services and/or products provided in the performance of this
Contract, including but not limited to, any Subcontractor or anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable and any injury
or damages claimed by any of Contractor's and Subcontractor's employees. It is agreed that
Contractor will be responsible for primary loss investigation, defense and judgment costs
where this indemnification is applicable. The Contractors agrees to waive all rights of
subrogation against the City of Tucson, its agents, representatives, officers, directors,
officials, employees and volunteers for losses arising from the work performed by the
Contractor for the City of Tucson.
Contractor is responsible for compliance with the Patient Protection and Affordable Care Act
(ACA), for its employees in accordance with 26 CFR §54. 4980H. Additionally, Contractor
is responsible for all applicable IRS reporting requirements related to ACA. If Contractor or
any of Contractor's employees is certified to the City as having received a premium tax credit
or cost sharing reduction which contributes to or triggers an assessed penalty against the City,
BUSINESS SERVICES DEPARTMENT
SHARED SERVICES — PROCUREMENT
CITY HALL • 255 W. ALAMEDA • P.O. BOX 27210 • TUCSON, AZ 85726-7210
(520) 791-4217 9 FAX (520) 791-4735 9 TTY (520) 791-2639
www.tucsonprocurement.com
or Contractor fails to meet reporting requirements pursuant to section 6056 resulting in a
penalty to City, Contractor indemnifies City from and shall pay any assessed tax penalty.
22. INSPECTION AND ACCEPTANCE: All material or service is subject to final inspection
and acceptance by the City. Material or service failing to conform to the specifications of this
Contract shall be held at the Contractor's risk and may be returned to the Contractor within
ninety (90) days. If returned, all costs are the responsibility of the Contractor. Noncompliance
may be deemed a cause for possible Contract termination.
30. PAYMENT: The City will issue a Purchase Order and provide a credit card for payment
at the time of ordering. Unless payment is made by credit card at the time of order or point of
sale, a separate invoice shall be issued for each shipment of material or service performed,
and no payment shall be issued prior to receipt of material or service and correct invoice.
The invoice shall not be dated prior to the receipt ofgoods or completion ofservices.
The City shall make every effort to process payment for the purchase of materials or services
within twenty-one (21) calendar days after receipt of materials or services and correct
invoice. The Contractor's payment shall apply to all purchases and to all payment methods.
All amounts owed by the City are to be received by Contractor within thirty (30) days from
invoice date.
31. PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall use reasonable
care to avoid damaging existing buildings, equipment, and vegetation (such as trees, shrubs,
and grass) on City property. If the Contractor fails to do so and damages such property, the
Contractor shall replace or repair the damage at no expense to the City, as determined and
approved by the City's Director of Procurement. If the Contractor fails or refuses to make
such repair or replacement, the City will determine the reasonable and actual cost and the
Contractor shall be liable for the cost thereof, which may be deducted from the Contract price.
39. SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other
party to furnish any of the material/service specified herein without the advance written
approval of the City's Director of Procurement. All subcontracts shall comply with Federal
and State laws and regulations which are applicable to the services covered by the subcontract
and shall include all the terms and conditions set forth herein which shall apply with equal
force to the subcontract, as if the subcontractor were the Contractor referred to herein. The
Contractor is responsible for contract performance whether or not subcontractors are used.
Notwithstanding the foregoing, the City hereby acknowledges and agrees that the products
and services shall be provided by Contractor through its member -distributors and hereby
expressly consents to the provision of the products and service by Contractor through its
member -distributors, without further notice or approval being required.
41. TERMINATION OF CONTRACT: This Contract may be terminated at any time by
mutual written consent, or by the City, with or without cause, upon giving thirty (30) days
written notice. The City, at its convenience, by written notice, may terminate this Contract, in
BUSINESS SERVICES DEPARTMENT
SHARED SERVICES — PROCUREMENT
CITY HALL • 255 W. ALAMEDA • P.O. BOX 27210 • TUCSON, AZ 85726-7210
(520) 791-4217 9 FAX (520) 791-4735 9 TTY (520) 791-2639
www.tucsonprocurement.com
whole or in part. If this Contract is terminated, the City shall be liable only for payment under
the payment provisions of this Contract for services rendered and accepted material received
by the City before the effective date of termination.
The City reserves the right to terminate the whole or any part of this Contract due to the failure
of the Contractor to carry out any term or condition of the Contract. The City will issue a
written ten (10) day notice of default to the Contractor for acting or failing to act as specified
in any of the following:
In the opinion of the City, the Contractor provides personnel that do not meet the requirements
of the Contract;
In the opinion of the City, the Contractor fails to perform adequately the stipulations,
conditions or services/specifications required in this Contract;
In the opinion of the City, the Contractor attempts to impose personnel, materials, products or
workmanship of an unacceptable quality;
The Contractor fails to furnish the required service and/or product within the time stipulated
in the Contract;
In the opinion of the City, the Contractor fails to make progress in the performance of the
requirements of the Contract;
The Contractor gives the City a positive indication that the Contractor will not or cannot
perform to the requirements of the Contract.
Contractor reserves the right to terminate the whole or any part of this Contract due to the
failure of the City to carry out any term or condition of the Contract, if such failure is not
cured within ten (10) days ofthe notice to default. Contractor will issue a written ten (10) day
notice of default to the City for acting or failing to act in accordance with the terms ro
conditions of the Contract.
Each payment obligation of the City created by this Contract is conditioned upon the
availability of City, State and Federal funds that are appropriated or allocated for the payment
of such an obligation. If funds are not allocated by the City and available for the continued
purchase of the services and/or materials provided under this Contract, this Contract may be
terminated by the City at the end of the period for which funds are available. The City will
endeavor to notify the Contractor in the event that continued service will or may be affected
by non -appropriation. No penalty shall accrue to the City in the event this provision is
exercised, and the City shall not be obligated or liable for any future payments due or for any
damages as a result of termination under this paragraph.
BUSINESS SERVICES DEPARTMENT
SHARED SERVICES — PROCUREMENT
CITY HALL • 255 W. ALAMEDA • P.O. BOX 27210 • TUCSON, AZ 85726-7210
(520) 791-4217 9 FAX (520) 791-4735 9 TTY (520) 791-2639
www.tucsonprocurement.com
43. WARRANTIES
. ALL
PROD UCTS PROVIDED TO THE CITY UNDER THIS CONTRACT BY CONTRACOTR ARE
PROVIDED "AS IS", AND CONTRACTOR MAKES NO EXPRESS OR IMPLIED
WARRANTIES REGARDING ANY PROD UCTS. NOTWITHSTANDING THE FOREGOING,
CONTRATOR SHALL PASS THROUGH TO THE CITY ALL WARRANTIES AND
INDEMNIFICATIONS, IF ANY (IF AND TO THE EXTENT CONTRACTOR REMAINS
PROTECTED THEREUNDER), THAT CONTRATOR RECEIVES FROM THE
MANUFACTURERS OF THE PROD UCT
Please sign and return the letter to my attention. If you should have any questions, please
contact me at (520) 837-6685 or Andrew.Klos(&- tucsonaz.zov.
Sincerely,
Andrew Klos, MBA
Senior Contract Officer
m111i1— by Sao ,I C—
Daniel Ceko ° °�-1C N—.1kS-1 eSC.m Y March 6, 2020
ma-a�eko@ wo,ka,r,b to rom �-°_
Concurrence: Date =°200.162338 060° Date:
Daniel Ceko, Treasurer & Corporate Counsel
Name/Title:
BUSINESS SERVICES DEPARTMENT
SHARED SERVICES — PROCUREMENT
CITY HALL • 255 W. ALAMEDA • P.O. BOX 27210 • TUCSON, AZ 85726-7210
(520) 791-4217 9 FAX (520) 791-4735 9 TTY (520) 791-2639
www.tucsonprocurement.com
2. OFFERAND ACCEPTANCE
OFFER AND ACCEPTANCE
OFFER
TO THE CITY OF TUCSON:
The Undersigned hereby offers and shall furnish the material or service in compliance with all terms, scope of work, conditions,
specifications, and amendments in the Request for Proposal which is incorporated by reference as if fully set forth herein.
For clarification of this offer, contact:
Network Services Comoanv
Company
1100 E. Woodfield Road, Suite 200
Address
Schaumburg IL 60173
City State Zip
r
Signature or Person Authorized to Sign
Daniel Ceko
Printed Name
Treasurer and Corporate Counsel
Title
ACCEPTANCE OF OFFER
Name: Daniel Ceko
Phone: 224.361.2278
Fax: 224.361.4200
E-Mail: dcekoft-networkdistdbution.com
The Offer is hereby accepted. The Contractor is now bound to sell the materials or services specified
in the Contract. This Contract shall be referred to as Contract No. 202329
CITY OF TUCSON, a municipal corporation
Approved as to form:
This CMy 2020
L(WV
As Tucson City Attorney and not personally
Awarded:
This _ day of q 2020
As Director of Business Services and
not personally
3. NETWORK SERVICES"s Response to
RFP# 202329
NEIWORK SERVICF,"S RESPONSE
m
cnry OF TUCSON
REQUEST FOR PROPOSAL
PROPOSM REQUESTNUMBER: 202329
'rABI E OF CONIENTS
COPY OF CITY OF "I'LASON REQUESI FOR PROPOSAL, AS RECEIVED
COPY OF ATTA04MENT A OMMA S01,10TATION
COPY OF ATTACHMENT B, NATIONAL CORE us"r
AT-MCFWENT C HUD FORMS
AMENDMEu'r 1
RESPONSE TO A''IFTACHMEN'T A - EXI-11BIT A
5L)PPORT DOCUMENTA110N FOR EXHIBIT A,
RESPUNSET10 PROPOSAL REQUES'l'
SUPPORT DOCIUMEN'TA110N FOR PROPOSAL RESPONSE
AMENDMENT 1, SIGNED
COPUES OF VAWOUS EXIII BII'S MCLUDING IEXHIBIT B, EXHIBIT C, EXHIBIT D, E)(WBIl'"E, EXHIBIT F,
EXHIBIT G, EXHMIT H
COPIES OF REQ.)IRED DOCUMENTS, INCLUDING DOCUMENE 1, DOCUMENT 2, W.")CUMENT 3,
DOCUMEN'T 41,, DOCUMENT 5, DOCUMEN-r (), AND DOCUMENT 7
OFFER AND ACCEi"TANCEI FORM, SIGNED
ATTACHMEN 1"B, NA110NAL CORE UST
WAMEe7
SANITARY SUPPLY
The Moat Tmatad Name In Clean. Since 1945.
Mr. Andrew Klos,
Department of Procurement
255 Alameda, 6" Floor
Tucson, AZ 85701
RE: City of Tucson RFP# 202329
Dear Andrew,
Network Services Company (NETWORK) and WAXIE Sanitary Supply (WAXIE) are pleased to jointly
submit our response to the City of Tucson RFP for Janitorial and Sanitation Supplies, Equipment, and
Related Services, number 202329.
As you know, NETWORK has provided a national supply chain solution to OMNIA and The City of Tucson
for almost ten years. WAXIE has provided exceptional service to The City of Tucson and other OMNIA
PPA's within their geography, under the existing agreement as well.
NETWORK and WAXIE appreciate the opportunity to be included in this RFP and hope you'll find
complete answers and support materials to all questions within.
Should you have any questions, please feel free to contact Frank Barretta at 201.310.4708 or
rr �W ptw air i tr l; a 1s .clam.
Best Regards,
f-afZ Basreera
Frank Barretta
Corporate Account Director
Network Services Company
CITY OF TUCSON
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL NUMBER:
PROPOSAL DUE DATE:
PROPOSAL SUBMITTAL LOCATION:
MATERIAL OR SERVICE
PRE -PROPOSAL CONFERENCE DATE:
TIME:
202329
DECEMBER 6, 2019, AT 2:00 P.M. LOCAL
AZ TIME
Department of Procurement
255 W. Alameda, Wh Floor, Tucson, AZ
85701
JANITORIAL AND SANITATION
SUPPLIES, EQUIPMENT, AND RELATED
SERVICES
NOVEMBER 13, 2019
10:00 AM Local Arizona Time
LOCATION: Room 113B, Building 1, Thomas O. Price
Service Center, 4004 S Park Ave,
Tucson, AZ 85726
Conference Bridge #: (832) 856-4663
Conference ID: 375588985
CONTRACT OFFICER: ANDREW KLOS, MBA
TELEPHONE NUMBER: (520) 837-6685
Andrew.Klos@tuesonaz.gov
A copy of this solicitation and possible future amendments may be obtained from our Internet site at:
t/dw.twaaar'rGr'at.raa by selecting the Bid Opportunities link and the associated solicitation
number. The City does not mail out Notices of available solicitations via the U.S. Postal Service. Email
notifications are sent to those interested offerors who are registered with us and who have selected email as
their preferred delivery method. To register, please visit ww vwr tw cs,c. rgt roc regIgE t�t� r ,, click on Vendors,
then click on Vendor Registration. To update an existing record, click on Vendors, click on What's New?,
and read the section titled "Notice of Solicitations." You may also call (520) 791-4217 if you have questions.
Competitive sealed proposals for the specked material or service shall be received by the Department of
Procurement, 255 W. Alameda, 6th Floor, Tucson, Arizona 85701, until the date and time cited.
Proposals must be in the actual possession of the Department of Procurement at the location indicated, on or
prior to the exact date and time indicated above. Late proposals shall not be considered. The prevailing clock
shall be the City Department of Procurement clock.
Proposals must be submitted in a sealed envelope. The Request for Proposal number and the offeror's name
and address should be clearly indicated on the outside of the envelope. All proposals must be completed in
ink or typewritten. Questions must be addressed to the Contract Officer listed above.
****ALERT*`*`
All visitors to City Hall are now required to show picture identification when going through the security
checkpoint in the main lobby. Visitors should plan accordingly.
ak
PUBLISH DATE: OCTOBER 28, 2019
Revised 1 /2018
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 2 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
INTRODUCTION
The City of Tucson (the "City") is requesting proposals from qualified and experienced firms to
provide JANITORIAL AND SANITATION SUPPLIES. The City of Tucson requires a Contractor
who provides a diverse and extensive supply of janitorial and sanitation supplies for delivery to
various City locations in the Tucson metropolitan area and Participating Public Agencies, as well
as a representative(s) to provide onsite product and service consultations, demonstrations, job/task
cleaning direction and training.
The City seeks a Contractor that can provide a broad supply of products and services to ensure
the support of daily maintenance operations. The Contractor will have a sophisticated infrastructure
including strategically located, nationwide distribution centers and employ professional sales
representatives to provide effective, timely service to the City of Tucson and to Participating Public
Agencies.
Requirements and qualifications are defined in detail in the Scope of Services Section of this
Request for Proposal (RFP).
NATIONAL CONTRACT
The City of Tucson as the Principal Procurement Agency, defined in Attachment A, has partnered
with OMNIA Partners, Public Sector ("OMNIA Partners") to make the resultant contract (also known
as the "Master Agreement" in materials distributed by OMNIA Partners) from this solicitation
available to other public agencies nationally, including state and local governmental entities, public
and private primary, secondary and higher education entities, non-profit entities, and agencies for
the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program.
The City of Tucson is acting as the contracting agency for any other Public Agency that elects to
utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is
preceded by their registration with OMNIA Partners (a "Participating Public Agency") and by using
the Master Agreement, any such Participating Public Agency agrees that it is registered with
OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Purchasing
Cooperative Agreement, a form of which is attached hereto on Attachment C, or as otherwise
agreed to. Attachment A contains additional information about OMNIA Partners and the
cooperative purchasing program.
OMNIA Partners is the largest and most experienced purchasing organization for public and
private sector procurement. Through the economies of scale created by OMNIA Partners public
sector subsidiaries and affiliates, National IPA and U.S. Communities, our participants now have
access to more competitively solicited and publicly awarded cooperative agreements. The lead
agency contracting process continues to be the foundation on which we are founded. OMNIA
Partners is proud to offer more value and resources to state and local government, nigher
education, K-12 education and non -profits.
OMNIA Partners provides shared services and supply chain optimization to government, education
and the private sector. With corporate, pricing and sales commitments from the Offerors OMNIA
Partners provides marketing and administrative support for the Contractor that directly promotes
the Contractor's products and services to Participating Public Agencies though multiple channels,
each designed to promote specific products and services to Public Agencies on a national
basis. Participating Public Agencies benefit from pricing based on aggregate spend and the
convenience of a contract that has already been advertised and publicly competed. The
Contractor benefits from a contract that generally allows Participating Public Agencies to directly
purchase goods and services without the Contractor's need to respond to additional competitive
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 3 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-66851 FAX: (520) 791-4735
solicitations. As such, the Contractor must be able to accommodate a nationwide demand for
services and to fulfill obligations as a nationwide Contractor and respond to the OMNIA Partners
documents (Attachment A).
The City of Tucson anticipates spending approximately $2 million over the full potential Master
Agreement term for Janitorial and Sanitation Supplies, Equipment and Related Services. While no
minimum volume is guaranteed to the Contractor, the estimated annual volume of Janitorial and
Sanitation Supplies, Equipment and Related Services purchased under the Master Agreement
through OMNIA Partners is approximately $110 million annual aggregate volume. This projection
is based on the current annual volumes among the City of Tucson, other Participating Public
Agencies anticipated to utilize the resulting Master Agreement to be made available to them
through OMNIA Partners, and volume growth into other Public Agencies through a coordinated
marketing approach between the Supplier and OMNIA Partners.
SCOPE OF WORK
A. GENERAL REQUIREMENTS
1. QUALIFIED FIRMS: Offerors should meet the following minimum qualifications:
a. Have a strong national presence in the janitorial and sanitation supply industry.
b. Have a distribution model capable of delivering products nationwide.
c. Have a demonstrated sales presence.
d. Have the ability to meet the minimum requirements of the cooperative purchasing
program detailed herein.
e. Have a full range of products, supplies, and services to meet the demands of the
City and Participating Public Agencies.
2. DEFECTIVE PRODUCT: All defective products shall be replaced and exchanged by the
Contractor. The cost of transportation, unpacking, inspection, re -packing, re -shipping or
other like expenses shall be paid by the Contractor. All replacement products must be
received by the City within seven (7) days of initial notification.
3. EQUIPMENT AND PRODUCT RECALL NOTICES: In the event of any recall notice,
technical service bulletin, or other important notification affecting equipment or product
purchased from this Contract, a notice shall be sent to the Contract Representative. It shall be
the responsibility of the Contractors to assure that all recall notices are sent directly to the
agencies Contract Representative.
4. WAREHOUSING, DISTRIBUTION AND SALES FACILITIES: The product specified in this
solicitation is dependent upon an extensive manufacturer -to -customer supply chain
distribution system. In order to be considered for award, each potential contractor is
required to provide proof of an extensive distribution system.
5. DELIVERY: For City of Tucson purchases, janitorial and sanitation supplies shall be
delivered to various City of Tucson locations. All deliveries shall be made Monday through
Friday from 8:00 a.m. to 3:00 p.m., Arizona Standard Time, for warehouse locations and as
agreed to for other non -warehouse locations.
6. CATALOGS: Within 10 days after Contract award and after request from City staff,
Contractor must submit complete price lists and catalogs of their product line in hard copy
and on CD. Upon request from a Participating Public Agency, Contractor shall provide, at
no cost, these catalogs and price lists. Contractor shall also provide two accessible public
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 4 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-66851 FAX: (520) 7914735
websites, one for the City of Tucson and one for OMNIA Partners, which contain an
interactive web catalog, price list and ordering system.
B. PRODUCT REQUIREMENTS:
1. PRODUCTS: A complete and comprehensive line of quality made janitorial and sanitation
supplies to support the daily maintenance and operation functions of the agency. The
categories include but are not limited to the following;
a. Dilution Control - Dilution control chemicals and delivery systems ranging from hand-
held to wall- mounted systems.
b. Green Products — Products and supplies that meet industry recognized certified green
standards from independent third -party certifications like ecovadis, EcoLogo and Green
Seal.
c. Industrial Paper and Dispensers— Includes sanitary paper towels, toilet tissue, wipers,
and proprietary and universal product dispensers.
d. Private Label — Private branded products, supplies and equipment.
e. Hard Floor Care — Products and supplies to care for flooring including wood, stone,
concrete and resilient flooring. Products include cleaners, strippers, finishes, sealers,
restorers, sweeps, absorbents, mats, pads, doodlebugs, bonnets, brooms, brushes,
handles, buckets, wringers, dust pans, mops and squeegees.
f. Carpet Care — Products and supplies such as pre -sprays, shampoo, spotters, cleaners,
post treatments for carpet and upholstery.
g. Restroom Care — Products and supplies including cleaners, brushes, deodorants,
proprietary and universal dispensers, sanitizers, disinfectants, skin care and feminine
products.
h. Waste Receptacles, Compactors and Liners — Products and supplies for the
collection and disposal of waste.
i. Machines and Accessories — Janitorial equipment such as auto scrubbers, floor
machines, burnishers, extractors, vacuums, dryers, sweepers, steam cleaners and
associated supplies and accessories.
j. Institutional and Industrial Laundry and Kitchen — Products and supplies specific to
laundry and kitchen care, including disposable food service items.
k. Industrial Tools & Supplies — Tools, supplies and accessories to support cleaning
activities including janitor carts, dusters, window cleaners, brushes, spray bottles,
squeegees and gloves.
I. Packaging and Shipping — Products and supplies specific to packing and shipping
requirements including boxes, bubble wrap, tape, labels, etc.
m. Break Room and Food Disposable Supplies — Including cups, plates, eating utensils,
coffee supplies, etc.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.202329
255 W. ALAMEDA, 6TN FLOOR, TUCSON, AZ 85701 PAGE 5 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-66851 FAX: (520) 7914735
n. Balance of line/Other Categories -- Each offeror awarded an item under this
solicitation may offer their complete product and service offeringla balance of line for
janitorial and sanitation supplies and related material. Pricing for complete product
offering/balance of line items will be determined by a percentage discount off the
offeror's retail price list. The pricing percentage discount offered must be entered on the
Price Page in the Complete Product Offering/Balance of Line section/in the offeror's
response to the Price Proposal section of the Proposal Evaluation Requirements. The
City reserves the right to accept or reject any or all balance of line items offered. A
successful offeror will not be awarded complete product offering/balance of line items
that are awarded as an item to another vendor as part of this solicitation.
2. CURRENT PRODUCTS: All products being offered in response to this solicitation shall be
in current and ongoing production; shall be formally announced for general marketing
purposes; shall be a model or type currently functioning in a user (paying customer)
environment and capable of meeting or exceeding all specifications and requirements set
forth in this solicitation.
3. PRICING: Offerors are to provide a discount from a verifiable price index, provide a
reduced net pricing schedule, a wholesale plus negotiated fixed margin, a hybrid or other
supplier specific pricing. Contractor must fully describe and disclose details of proposed
pricing method including audit verification method. Prices/discounts shall remain firm and
will include all charges that may be incurred in fulfilling requirement(s) for the twelve-month
period following contract award. Where applicable, pricing shall be determined by applying
Offerors discounts to the prices listed on their manufacturer's price lists, retail price sheets,
catalogs or by utilizing the reduced net pricing schedule.
Special Offers/Promotions:
In addition to decreasing prices for the balance of the Contract term due to a change in
market conditions, Contractor may conduct sales promotions involving price reductions for
a specified lesser period. Contractor may offer Participating Public Agencies competitive
pricing which is lower than the not -to -exceed price set forth herein at any time during
the Contract term and such lower pricing shall not be applied as a global price reduction
under the Contract.
Provide details of and propose additional discounts for volume orders, special
manufacturer's offers, minimum order quantity, free goods program, total annual spend, etc.
C. SERVICE REQUIREMENTS:
1. SERVICES: The City is interested in evaluating the following categories of value -add
services for inclusion in this Contract. The categories include but are not limited to the
following.
a. Small Business Program: The ability to incorporate small business enterprises into
your distribution, sales, services and product offerings. The program should focus on
increasing opportunities for small local businesses for the City of Tucson as well as for
any other agency using this contract. At a minimum, it should establish how business
will be directed to small local businesses, establish any unique product or service
offerings and develop small businesses as second -tier suppliers.
b. Consulting Services: Examples include inventory solutions, emergency preparedness
programs, sustainability program, eCommerce and safety services.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 6 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 7914735
c. Training & Education: The ability to provide on -site and/or online training and
educational programs/seminars as well as providing technical product knowledge and
support.
d. Software Punch Out: The capability of your electronic ordering system to interface with
an agency's inventory software system.
e. Green/Sustainability Program:
I. Policies: Efforts and policies pertaining to green and sustainability.
ii. Products: Impact on product offerings.
iii. Distribution: Impact on distribution process.
iv. Certifications: The industry recognized certifications and standards
obtained and those represented through its catalog of products.
f. Repair Services: The ability to provide repair services of janitorial equipment through
authorized manufacturer's facilities or other avenues.
g. Customer Support Services: The policies on replacements, returns, restocking
charges, after hours service, after sales support, out of stock, order tracing, technical
feedback, quality assurance for orders and drop shipments.
h. Sourcing: Capability of sourcing products
L from non -catalog suppliers and
ii. from line card extensions of catalog suppliers.
L Other Services/Programs: Other value -add services not included in above categories,
such as installation of chemical and paper product dispensing units.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 7 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
INSTRUCTIONS TO OFFERORS
DEFINITION OF KEY WORDS USED IN THE SOLICITATION:
For purposes of this solicitation and subsequent contract, the following definitions shall apply:
City: The City of Tucson, Arizona
Contract: The legal agreement executed between the City and the Contractor/Consultant. The Contract shall
include this RFP document incorporated herein by reference, all terms, conditions, specifications, scope of
work, Amendments, the Contractor's offer and negotiated items as accepted by the City.
Contractor/Consultant: The individual, partnership, or corporation who, as a result of the competitive
solicitation process, is awarded a contract by the City.
Contract Representative: The City employee or employees who have specifically been designated to act as
a contact person or persons to the Contractor, and is responsible for monitoring and overseeing the
Contractor's performance under this Contract.
Director of Procurement: The contracting authority for the City, authorized to sign contracts and
amendments thereto on behalf of the City.
May: indicates something that is not mandatory but permissible.
Offeror: The individual, partnership, or corporation who submits a proposal in response to a solicitation.
Shall, Will, Must: Indicates a mandatory requirement. Failure to meet these mandatory requirements, if they
constitute a substantive requirement, may, at the City's sole discretion, result in the rejection of a proposal as
non -responsive.
Should: Indicates something that is recommended but not mandatory. If the Offeror fails to provide
recommended information, the City may, at its sole option, ask the Offeror to provide the information or
evaluate the proposal without the information.
2. PRE -PROPOSAL CONFERENCE: If scheduled, the date and time of a Pre -Proposal conference is indicated
on the cover page of this document. Attendance at this conference is not mandatory. Written minutes and/or
notes will not be available, therefore attendance is encouraged, If an Offeror is unable to attend the Pre -
Proposal Conference questions may be submitted in writing. Offerors are encouraged to submit written
questions, via electronic mail at least nine days prior to the Request for Proposal due date to the Contract
Officer listed above. The purpose of this conference will be to clarify the contents of this Request for Proposal
in order to prevent any misunderstanding of the City's position. Any doubt as to the requirements of this
Request for Proposal or any apparent omission or discrepancy should be presented to the City at this
conference. The City will then determine the appropriate action necessary, if any, and may issue a written
amendment to the Request for Proposal. Oral statements or instructions will not constitute an amendment to
this Request for Proposal.
3. INQUIRIES: Any question related to the Request for Proposal shall be directed to the Contract Officer whose
name appears above. An offeror shall not contact or ask questions of the department for whom the
requirement is being procured. The Contract Officer may require any and all questions be submitted in writing.
Offerors are encouraged to submit written questions via electronic mail at least nine days prior to the proposal
due date. Any correspondence related to a solicitation should refer to the appropriate Request for Proposal
number, page and paragraph number. An envelope containing questions should be identified as such,
otherwise it may not be opened until after the official proposal due date and time. Oral interpretations or
clarifications will be without legal effect. Only questions answered by a formal written amendment to the
Request for Proposal will be binding.
4. AMENDMENT OF REQUEST FOR PROPOSAL: The Offeror shall acknowledge receipt of a Request for
Proposal Amendment by signing and returning the document by the specified due date and time.
5. FAMILIARIZATION OF SCOPE OF WORK: Before submitting a proposal, each offeror shall familiarize itself
with the Scope of Work, laws, regulations and other factors affecting contract performance. The Offeror shall
be responsible for fully understanding the requirements of the subsequent Contract and otherwise satisfy itself
as to the expense and difficulties accompanying the fulfillment of contract requirements. The submission of a
proposal will constitute a representation of compliance by the Offeror. There will be no subsequent financial
adjustment, other than that provided by the subsequent Contract, for lack of such familiarization.
6. PREPARATION OF PROPOSAL:
A. All proposals shall be on the forms provided in this Request for Proposal package. It is permissible to copy
these forms as required. Facsimiles or electronic mail proposals shall not be considered.
B. At a minimum, your proposal should include the signed Offer and Acceptance form, signed copies of any
solicitation amendments, completed Price Page and your response to all evaluation criteria.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 8 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
C. The Offer and Acceptance page shall be signed by a person authorized to submit an offer. An authorized
signature on the Offer and Acceptance page, Proposal Amendment(s), or cover letter accompanying the
proposal documents shall constitute an irrevocable offer to sell the good and/or service specified herein.
Offeror shall submit any additional requested documentation, signifying intent to be bound by the terms of
the agreement.
D. The authorized person signing the proposal shall initial erasure, interlineations or other modifications on
the proposal.
E. In case of error in the extension of prices in the proposal, unit price shall govern when applicable.
F. Periods of time, stated as a number of days, shall be in calendar days.
G. It is the responsibility of all offerors to examine the entire Request for Proposal package and seek
clarification of any requirement that may not be clear and to check all responses for accuracy before
submitting a proposal. Negligence in preparing a proposal confers no right of withdrawal after due date
and time.
H. The City shall not reimburse the cost of developing, presenting, submitting or providing any response to
this solicitation.
I. Offeror must list any subcontractors to be utilized in the performance of the services specified herein. For
each subcontractor, details on respective qualifications must be included.
7. PAYMENT DISCOUNTS: Payment discount periods shall be computed from the date of receipt of the
material/service or correct invoice, whichever is later, to the date City's payment warrant is mailed. Unless
freight and other charges are itemized, any discount provided shall be taken on full amount of invoice.
Payment discounts of twenty-one calendar days or more shall be deducted from the proposed price in
determining the price points. However, the City shall be entitled to take advantage of any payment discount
offered by a vendor provided payment is made within the discount period. The payment discount shall apply to
all purchases and to all payment methods.
S. TAXES: The City of Tucson is exempt from federal excise tax, including the federal transportation tax.
9. PROPOSALISUBMITTAL FORMAT: An original and 4 copies (5 total) of each proposal should be
submitted on the forms and in the format specified in the RFP. Offerors shall also submit two (2) electronic
copy of the proposal on jump drive in MS Office 2010 or .pdf format. Any confidential information shall be
submitted on a separate jump drive. The original copy of the proposal should be clearly labeled "Original" and
shall be single -sided, three hole punched and in a binder. The material should be in sequence and related to
the RFP. The sections of the submittal should be tabbed, clearly identifiable and should include a
minimum of the following sections: the completed Offer and Acceptance Form, all signed
Amendments, a copy of this RFP document and the Offeror's response to the Evaluation Criteria
including the completed Price Page. Failure to include the requested information may have a negative
impact on the evaluation of the offerors proposal.
10. EXCEPTIONS TO CONTRACT PROVISIONS: A response to any Request for Proposal is an offer to contract
with the City based upon the contract provisions contained in the City's Request for Proposal, including but not
limited to, the specifications, scope of work and any terms and conditions. Offerors who wish to propose
modifications to the contract provisions must clearly identify the proposed deviations and any proposed
substitute language. The provisions of the Request for Proposal cannot be modified without the express
written approval of the Director or his designee. If a proposal or offer is returned with modifications to the
contract provisions that are not expressly approved in writing by the Director or his designee, the contract
provisions contained in the City's Request for Proposal shall prevail.
11. PUBLIC RECORD: All proposals submitted in response to this Request for Proposal shall become the
property of the City and shall become a matter of public record available for review subsequent to the award
notification.
12. CONFIDENTIAL INFORMATION: The City of Tucson is obligated to abide by all public information laws. If an
Offeror believes that any portion of a proposal, offer, specification, protest or correspondence contains
information that should be withheld, a statement advising the Contract Officer of this fact should accompany
the submission and the information shall be so identified wherever it appears. The City shall review all
requests for confidentiality and may provide a written determination to designate specified documents
confidential or the request may be denied. Price is not confidential and will not be withheld. If the confidential
request is denied, such information shall be disclosed as public information, unless the offeror submits a
formal written objection.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 9 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-66851 FAX: (520) 791-4735
13. CERTIFICATION: By signature on the Offer and Acceptance page, solicitation Amendment(s), or cover letter
accompanying the submittal documents, Offeror certifies:
A. The submission of the offer did not involve collusion or other anti -competitive practices.
B. The Offeror shall not discriminate against any employee or applicant for employment in violation of
Federal or State law.
C. The Offeror has not given, offered to give, nor intends to give at any time hereafter, any economic
opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, meal or service to a
public servant in connection with the submitted offer.
D. The Offeror hereby certifies that the individual signing the submittal is an authorized agent for the
Offeror and has the authority to bind the Offeror to the Contract.
14. WHERE TO SUBMIT PROPOSALS: In order to be considered, the Offeror must complete and submit its
proposal to the City of Tucson Department of Procurement at the location indicated, prior to or at the exact
date and time indicated on the Notice of Request for Proposal page. The Offeror's proposal shall be submitted
in a sealed envelope. The words "SEALED PROPOSAL" with the REQUEST FOR PROPOSAL TITLE,
REQUEST FOR PROPOSAL NUMBER, PROPOSAL DUE DATE AND TIME and OFFEROR'S NAME AND
ADDRESS shall be written on the envelope. Faxing proposals is not permitted.
15. LATE PROPOSALS: Late proposals will be rejected.
16. OFFER AND ACCEPTANCE PERIOD: In order to allow for an adequate evaluation, the City requires an offer
in response to this solicitation to be valid and irrevocable for ninety (90) days after the proposal due date and
time.
17. WITHDRAWAL OF PROPOSAL: At any time prior to the specified solicitation due date and time, an offeror
may formally withdraw the proposal by a written letter or electronic mail from the Offeror or a designated
representative. Telephonic or oral withdrawals shall not be considered.
18. DISCUSSIONS: The City reserves the right to conduct discussions with offerors for the purpose of eliminating
minor irregularities, informalities, or apparent clerical mistakes in the proposal in order to clarify an offer and
assure full understanding of, and responsiveness to, solicitation requirements.
19. TAX OFFSET POLICY: If applicable, in evaluating price proposals, the City shall include the amount of
applicable business privilege tax, except that the amount of the City of Tucson business privilege tax shall not
be included in the evaluation.
20. CONTRACT NEGOTIATIONS: Exclusive or concurrent negotiations may be conducted with responsible
offeror(s) for the purpose of altering or otherwise changing the conditions, terms and price of the proposed
contract unless prohibited. Offerors shall be accorded fair and equal treatment in conducting negotiations and
there shall be no disclosure of any information derived from proposals submitted by competing offerors.
Exclusive or concurrent negotiations shall not constitute a contract award nor shall it confer any property rights
to the successful offeror. In the event the City deems that negotiations are not progressing, the City may
formally terminate these negotiations and may enter into subsequent concurrent or exclusive negotiations with
the next most qualified firm(s).
21. VENDOR APPLICATION: Prior to the award of a Contract, the successful offeror shall register with the City's
Department of Procurement. Registration can be completed at ILttp.1/Lcm(rvf by clicking
on Vendor Services. Please note that email notifications of newly published solicitations and amendments will
be provided to those vendors that select email as their preferred delivery method in their vendor record.
22. CITY OF TUCSON BUSINESS LICENSE: It is the responsibility of the Contractor to have a City of Tucson
Business License throughout the life of this contract or a written determination from the City's Business
License Section that a license is not required. At any time during the contract, the City may request the
Contractor to provide a valid copy of the business license or a written determination that a business license is
not required. Application for a City Business License can be completed at !!L-,Oiw %vAL,1 cscana,�(_Lvr gtax. For
questions contact the City's Business License Section at (520) 791-4566 or email at tax-
I��rt�Ct�kcc��;�
23. UPON NOTICE OF INTENT TO AWARD: The apparent successful offeror shall sign and file with the City,
within five (5) days after Notice of Intent to Award, all documents necessary to the successful execution of the
Contract.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 10 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-0735
24. AWARD OF CONTRACT: Notwithstanding any other provision of the Request for Proposal, the City reserves
the right to:
(1) waive any immaterial defect or informality; or
(2) reject any or all proposals, or portions thereof; or
(3) reissue the Request for Proposal.
A response to this Request for Proposal is an offer to contract with the City based upon the terms, conditions
and Scope of Work contained in the City's Request for Proposal. Proposals do not become contracts unless
and until they are executed by the City's Director of Procurement and the City Attorney. A contract has its
inception in the award, eliminating a formal signing of a separate contract. All of the terms and conditions of
the contract are contained in the Request for Proposal, unless any of the terms and conditions are modified by
a Request for Proposal amendment, a Contract Amendment, or by mutually agreed terms and conditions in
the Contract documents.
25. PROPOSAL RESULTS: The name(s) of the successful offeror(s) will be posted on the Procurement
Department's Internet site at =t :li tucson rocurernent.com/ upon issuance of a Notice of Intent to Award
or upon final contract execution.
26. PROTESTS: A protest shall be in writing and shall be filed with the Director of Procurement. A protest of a
Request for Proposal shall be received at the Department of Procurement not less than five (5) working days
before the Request for Proposal due date. A protest of a proposed award or of an award shall be filed within
ten (10) days after issuance of notification of award or issuance of a notice of intent to award, as applicable. A
protest shall include:
A. The name, address, and telephone number of the protestant;
B. The signature of the protestant or its representative;
C. Identification of the Request for Proposal or Contract number;
D. A detailed statement of the legal and factual grounds of protest including copies of relevant documents;
and
E. The form of relief requested.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 11 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-66851 FAX: (520) 791-4735
PROPOSAL EVALUATION REQUIREMENTS
I. PROPOSAL EVALUATION CRITERIA— (listed in relative order of importance)
A. Method of Approach
B. Qualifications & Experience
C. Price Proposal
II. REQUIREMENTS SPECIFIC TO EVALUATION CRITERIA: The narrative portion and the materials
presented in response to this Request for Proposal should be submitted in the same order as requested and
must contain, at a minimum, the following:
A. Method of Approach
1. Provide a response to the national program.
Include a detailed response to Attachment A, Exhibit A, OMNIA Partners response for
National Cooperative contract. Responses should highlight experience, demonstrate a
strong national presence, describe how Offeror will educate its national sales force
about the contract, describe how products and services will be distributed nationwide,
include a plan for marketing the products and services nationwide, and describe how
volume will be tracked and reported to National IPA.
The successful Offeror will be required to sign Attachment A, Exhibit B, OMNIA Partners
Administration Agreement. The Agreement shall be signed no later than issuance of the
City of Tucson's Notice of intent to Award letter. Offerors should complete ail reviews of
the document prior to submitting a response. Offeror's response should include any
proposed exceptions to the OMNIA Partners Administration Agreement.
2. General Requirements
Provide a detailed written response illustrating how your offer will meet the General
Requirements of this solicitation for the City of Tucson and the national program.
Submit any and all information that will aid the City in evaluating your proposal.
3. Product Requirements
a. Provide a detailed written response illustrating how the products offered will meet the
Product Requirements of this solicitation for the City of Tucson and the national
program. Offerors shall provide the proposed product lines. Offerors shall identify and
describe their categories. For each proposed category, describe in detail and provide at
a minimum the following types of information:
i. Identification and description of product categories offered
ii. Identification and description of sub categories
iii. Identification and description of manufacturers within each sub category
b. What is the total number of products offered in your catalog? Are all catalog products
available to participating public agencies nationwide?
c. How are "green" products identified in your catalog? How are they identified when
ordering online? How many "green" products are in your catalog?
d. How are "certified small business and other business classifications" products identified
in your catalog? Haw are they identified when ordering online? How many "certified
small business and other business classifications" products are in your catalog?
e. Do you offer "Private Line" products? Provide details and describe. How does pricing
compare to traditional and comparable brand name products? Provide examples.
f. Submit any information that will aid the City in evaluating your proposal.
4. Service Requirements
a. Provide a detailed written response illustrating how the services offered will meet the
Service Requirements of this solicitation for the City of Tucson and the national program.
Offerors shall provide the proposed services that meet requirements. For each
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 12 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
proposed category, describe and/or provide details explaining your capabilities. In your
response include information such as:
i. Policies and programs detailing your efforts in these areas.
ii. Literature explaining your capabilities.
b. Submit any information that will aid the City in evaluating your proposal.
5. Ordering and Invoices
a. Describe your ordering capacity (telephone, fax, internet, etc). Provide details of the
capabilities of your website including ability to display contract pricing, on-line ordering,
order tracking, search options, order history, technical assistance, lists, technical data
and documentation, identification of alternate green products, etc.
b. Describe your invoicing process. Is electronic invoicing available? Is summary invoicing
available? Are there other options on how an agency receives an invoice? Submit
sample invoices.
c. Describe how Offeror measures performance including identification, calculation,
tracking and reporting of measurements. What is your stock fill percentage rate, by line
item, of the orders filled without backorders?
d. Describe how agencies choosing to pick up products will receive the correct Contract
pricing. Indicate how volume will be tracked and reported to OMNIA Partners.
6. Other
a. Describe any government rebate programs that are offered.
b. Describe how Offeror will meet the monthly usage reporting criteria. Submit a sample
report.
c. Contractor shall provide and supply customized usage reports upon request from the
City of Tucson or any Participating Public Agency. At a minimum, the reports shall
include the item number, item description, manufacturer number, total quantity ordered,
number of orders and total spend for the requested time period. At a minimum, the City
of Tucson requires an annual report within 30 calendar days of each contract years end
date.
B. Qualifications & Experience
1. Complete OMNIA Partners Exhibit A, Section 3.0
2. Summarize your experience in providing product and services similar to that outlined in the
Scope of Work. Provide a minimum of three references for which you have provided similar
products and services. References from other public agencies, particularly municipal
governments, are preferred. Please include company name, address, phone, email, and
contact person.
3. Please submit any additional information that you feel is applicable to your qualifications and
experience.
4. Describe the current distribution model capable of delivering products nationwide, including
the number, size and location of your company's distribution facilities, warehouses and retail
network, where applicable. Describe your coverage of the United States.
C. Price Proposal
1. Provide price proposal as requested on the Price Page (See Attachment B).
2. Provide available payment terms.
3. As stated in the Instructions to Offerors, 7. Discounts, the price(s) herein can be discounted
by %, if payment is made within days. These payment terms shall apply to
all purchases and to all payment methods.
4. Will payment be accepted via commercial credit card? Yes No
a. If yes, can commercial payment(s) be made online? Yes No
b. Will a third party be processing the commercial credit card payment(s)? ,Yes No
c. If yes, indicate the flat fee per transaction $ (as allowable, per Section 4.9
of the MasterCard Transaction Processing Rules).
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 13 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
d. If "no" to above, will consideration be given to accept the card? Yes No
5. Does your firm have a City of Tucson Business License? Yes No
If yes, please provide a copy of your City of Tucson Business license.
Ill. GENERAL
A. Shortlist:
The City reserves the right to shortlist the offerors on Method of Approach of the stated
criteria. However, the City may determine that shortlisting is not necessary,
B. [nterviiews:
The City reserves the right to conduct interviews with some or all of the offerors at any point
during the evaluation process. However, the City may determine that interviews are not
necessary. In the event interviews are conducted, information provided during the interview
process shall be taken into consideration when evaluating the stated criteria. The City shall
not reimburse the offeror for the costs associated with the interview process.
C. Additional Investigations:
The City reserves the right to make such additional investigations as it deems necessary to
establish the competence and financial stability of any offeror submitting a proposal.
D. Prior Experience:
Experiences with the City and entities that evaluation committee members represent and that
are not specifically mentioned in the solicitation response may be taken into consideration when
evaluating offers.
E. Multiple Awards:
To provide adequate contract coverage, at the City's sole discretion, multiple awards may be
made.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
`A
REQUEST FOR PROPOSAL NO.202329
PAGE 14 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
SPECIAL TERMS AND CONDITIONS
COOPERATIVE PURCHASING: Any Contract resulting from this solicitation shall be for
the use of the City of Tucson. In addition, public and nonprofit agencies that have entered
into a Cooperative Purchasing Agreement with the City of Tucson's Department of
Procurement or registered with OMNIA Partners are eligible to participate in any
subsequent Contract. See 1 t Wwww,t cso rocurem nt,com�ELiLspz, and
click on Cooperatives for a list of the public and nonprofit agencies that have currently
entered into Cooperative Purchasing Agreements with the City of Tucson. Additionally, this
contract is eligible for use by the Strategic Alliance for Volume Expenditures (SAVE)
cooperative. See �ut:t� :L/, r;,s i s p . ov�fIi melsl-io dccu aerit?id=2 638 for a listing of
participating agencies. The parties agree that these lists are subject to change.
Any orders placed to, or services required from, the successful Contractor(s) will be requested
by each participating agency. Payment for purchases made under this Contract will be the
sole responsibility of each Participating Public Agency. The Contractor may negotiate
additional expenses incurred as a result of Participating Public Agencies' usage of this
Contract (i.e., freight charges, travel related expenses, etc.). The City shall not be responsible
for any disputes arising out of transactions made by others.
The Contractor(s) will provide an electronic copy of the complete Contract to the City of
Tucson Department of Procurement upon receipt of the Notice of Intent to Award. At the City's
request, the successful Contractor(s) may also be requested to provide an electronic copy of
the complete Contract to a participating agency.
INSURANCE: The Contractor agrees to:
A. Obtain insurance coverage of the types and amount required in this section and keep
such insurance coverage in force throughout the life of this contract. All policies will
contain an endorsement providing that written notice be given to the City at least 30
days prior to termination or cancellation in coverage in any policy, and 10 days notice
for cancellation due to non-payment in premium.
B. The Commercial General Liability Insurance and Commercial Automobile Liability
Insurance policies will include the City as an additional insured with respect to liability
arising out of the performance of this contract. Such additional insured shall be covered
to the full limits of liability purchased by the Contractor, even if those limits of liability are
in excess of those required by this Contract. The insurance hereunder will be primary
and that any insurance carried by the City will be excess and not contributing.
C. Provide and maintain minimum insurance limits as applicable:
COVERAGE
LIMITS OF LIABILITY
I. ICorrtimrcll r1 Ltablltty;
Policy shall include Bodily Injury, Property Damage, Personal Injury and
Broad Form Contractual Liability
Each Occurrence
$1,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$2,000,000
Personal and Advertising Injury
$1,000,000
Blanket Contractual Liability
$1,000,000
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 15 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
11. Commercial Automobile Liability
Policy shall include Bodily Injury and Property Damage, for any owned, Hired,
and/or Non -owned vehicles used in the operation, installation and maintenance
of facilities under this agreement.
Combined Single Limit
$1,000,000
Ill. Workers" Compensation (applicable to the State of Arizona)*
Per Occurrence
Statutory
Employer's Liability
$1,000,000
Disease Each Employee
$1,000,000
Disease Policy Limit
$1,000,000
Sole Proprietor/Independent Contractor designation is given to those who desire to waive their rights for workers'
compensation coverage and benefits as outlined in ARS§ 23-901 and specifically ARS § 23-961 (0). If applicable,
please request the Sole Proprietor/Independent Contractor form from the Contract Officer listed in the solicitation.
D. ADDITIONAL INSURANCE REQUIREMENTS: Policies shall be endorsed to include
the following provisions:
1. A waiver of subrogation endorsement in favor of the City of Tucson, for losses
arising from work performed by or on behalf of the Contractor (including
Worker's Compensation).
2. The insurance afforded the contractor shall be primary insurance and that any
insurance carried by the City of Tucson and its agents, officials or employees
shall be excess and not contributory.
3. Coverage provided by the Contractor shall not be limited to the liability assumed
under the indemnification provisions of this Contract.
E. NOTICE OF COVERAGE MODIFICATIONS: Any changes material to compliance with
this contract in the insurance policies above shall require 10 days written notice from
the Contractor to the City of Tucson. Such notice shall be sent directly to the
Department of Procurement.
F. ACCEPTABILITY OF INSURERS: Contractors insurance shall have an "A.M. Best"
rating of not less than A:VII. The City of Tucson in no way warrants that the required
minimum insurer rating is sufficient to protect the Contractor from potential insurer
insolvency.
G. VERIFICATION OF COVERAGE: Contractor shall fumish the City of Tucson with
certificates of insurance (ACORD form or equivalent approved by the City of Tucson) as
required by this Contract. The certificates for each insurance policy are to be signed by
an authorized representative.
All certificates and endorsements are to be received and approved by the City of
Tucson before work commences. Each insurance policy required by this Contract must
be in effect at or prior to commencement of work and remain in effect for the duration of
the contract and two (2) years after completion. Failure to maintain the insurance
policies as required by this Contract, or to provide evidence of renewal upon the City's
request, is a material breach of contract.
All certificates required by this Contract shall be sent directly to the Department of
Procurement.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 16 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
The City of Tucson project/contract number and project description shall be noted on
the certificate of insurance. The City of Tucson reserves the right to require complete
copies of all insurance policies required by this Contract at any time.
H. SUBCONTRACTORS: Contractors' certificate(s) shall include all subcontractors as
insureds under its policies or Contractor shall furnish to the City of Tucson separate
certificates and endorsements for each subcontractor. All coverages for subcontractors
shall be subject to the minimum requirements identified above.
I. EXCEPTIONS: In the event the Contractor or sub -contractors) is/are a public entity,
then the Insurance Requirements shall not apply. Such public entity shall provide a
Certificate of Self- Insurance.
3. TERM AND RENEWAL: The term of the Contract shall commence upon award and shall
remain in effect for a period of two (2) years, unless terminated, canceled or extended as
otherwise provided herein. The Contractor agrees that the City of Tucson shall have the right,
at its sale option, to renew the Contract for two (2) additional two-year periods or portions
thereof. In the event that the City exercises such rights, all terms, conditions and provisions of
the original Contract shall remain the same and apply during the renewal period with the
possible exception of price and minor scope additions and/or deletions.
4. PRICE ADJUSTMENT: The City will review fully documented requests for price adjustment
after any Contract has been in effect for one (1) year and for each additional one (1) year
period thereafter, which will be a factor in the renewal review process. The City will determine
whether the requested price adjustment, or an alternate option, is in the best interest of the
City. Any price adjustment will be effective upon the effective date of the Contract renewal or,
in the case of a mid-term adjustment, upon execution of the amendment.
5. FOB DESTINATION FREIGHT PREPAID: Prices shall be FOB Destination Freight Prepaid to
the delivery location designated. Contractor shall retain title and control of all goads until they
are delivered and the Contract of coverage has been completed. All risk of transportation and
all related charges shall be the responsibility of the Contractor. All claims for visible or
concealed damage shall be filed by the Contractor. The City will assist the Contractor in
arranging for inspection.
6. SUBSTITUTE ITEMS: In the event that a product or model provided under the contract is
discontinued by the manufacturer, the City at its sole discretion may allow the Contractor to
provide a substitute for the discontinued item. The Contractor shall request permission to
substitute a new product or model and provide the following:
A. A formal announcement from the manufacturer that the product or model has been
discontinued.
B. Documentation from the manufacturer that names the replacement product or model.
C. Documentation that provides clear and convincing evidence that the replacement meets or
exceeds all specifications required by the original solicitation.
D. Documentation that provides clear and convincing evidence that the replacement will be
compatible with all the functions or uses of the discontinued product or model.
E. Documentation confirming that the price for the replacement is the same as or less than
the discontinued model.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TN FLOOR, TUCSON, AZ 85701 PAGE 17 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
STANDARD TERMS AND CONDITIONS
1. ADVERTISING: Contractor shall not advertise or publish information concerning this Contract without
prior written consent of the City's Director of Procurement.
2. AFFIRMATIVE ACTION: Contractor shall abide by the provisions of the Tucson Procurement Code
Chapter 28, Article XII.
3. AMERICANS WITH DISABILITIES ACT: The Contractor shall comply with all applicable provisions of
the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. 12101, et seq.) and applicable
Federal regulations under the Act.
4. APPLICABLE LAW: This Contract shall be governed, and the City and Contractor shall have all
remedies afforded to each, by the Tucson Procurement Code and the law of the State of Arizona. State
law claims shall be brought only in Pima County Superior Court.
5. ASSIGNMENT -DELEGATION: No right or interest in this Contract shall be assigned by the Contractor
without prior written permission of the City, and no delegation of any duty of the Contractor shall be
made without prior written permission of the City's Director of Procurement. The City shall not
unreasonably withhold approval and shall notify the Contractor of the City's position by written notice.
6. CHILD/SWEAT-FREE LABOR POLICY: The Contractor shall comply with all applicable provisions of
the United States Federal and State Child Labor and Worker's Right laws and agrees if called upon to
affirm in writing, that they, and any subcontractor involved in the provision of goods to the City, are in
compliance.
7. CLEAN UP: The Contractor shall at all times keep the contract area, including storage areas used by the
Contractor, free from accumulation of waste material or rubbish and, prior to completion of the work,
remove any rubbish from the premises and all tools, scaffolding, equipment and materials not property of
the City. Upon completion of the repair, the Contractor shall leave the work and premises in clean, neat
and workmanlike condition.
8. COMMENCEMENT OF WORK: The Contractor is cautioned not to commence any billable work or
provide any material or service under this Contract until Contractor receives purchase order or is
otherwise directed to do so, in writing, by the City.
9. CONFIDENTIALITY OF RECORDS: The Contractor shall establish and maintain procedures and
controls that are acceptable to the City for the purpose of assuring that no information contained in its
records or obtained from the City or from others in carrying out its functions under the Contract shall be
used by or disclosed by it, its agents, officers, or employees, except as required to efficiently perform
duties under the Contract. Persons requesting such information should be referred to the City.
Information pertaining to individual persons shall not be divulged other than to employees or officers of
Contractor as needed for the performance of duties under the Contract, unless otherwise agreed to in
writing by the City.
10. CONTRACT AMENDMENTS: The Procurement Department has the sole authority to:
A. Amend the contractor enter into supplemental verbal or written agreements;
B. Grant time extensions or contract renewals;
C. Otherwise modify the scope or terms and provisions of the contract.
This Contract shall only be modified with the approval of the Department of Procurement. Except in the
case of a documented emergency, approval must be granted prior to performance. Any contract
modification not explicitly approved by the Procurement Department through a written contract
amendment or change order is performed at the sole risk of the Contractor and may not be eligible for
payment by the City.
11. CONTRACT: The Contract shall be based upon the Request for Proposal issued by the City and the
Offer submitted by the Contractor in response to the Request for Proposal. The offer shall substantially
conform to the terms, conditions, specifications and other requirements set forth within the text of the
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 18 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 7914735
Request for Proposal. The City reserves the right to clarify any contractual terms with the concurrence of
the Contractor; however, any substantial non -conformity in the offer, as determined by the City s Director
of Procurement, shall be deemed non -responsive and the offer rejected. The Contract shall contain the
entire agreement between the City of Tucson and the Contractor relating to this requirement and shall
prevail over any and all previous agreements, contracts, proposals, negotiations, purchase orders, or
master agreements in any form.
12. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: Contractor shall deliver
conforming materials in each installment or lot of this Contract and may not substitute nonconforming
materials. Delivery of nonconforming materials, or default of any nature, may constitute breach of the
Contract. Noncompliance may be deemed a cause for possible Contract termination.
13. DUPLEXEDIRECYCLED PAPER: In accordance with efficient resource procurement and utilization
policies adopted by the City of Tucson, the Contractor shall ensure that, whenever practicable, all printed
materials produced by the Contractor in the performance of this Contract are duplexed (two-sided
copies), printed on recycled paper and labeled as such.
14. EQUAL PAY: The Contractor shall comply with the applicable provisions of the Equal Pay Act of 1963
(Pub.L. 88-38, 29 U.S.C. section 206(d)); Title VII of the Civil Rights Act of 1964 (Pub.L. 88-352, 42
U.S.C. 2000e et.seq.; and, the Lily Ledbetter Fair Pay Act of 2009 (Pub.L. 111-2).
15. EXCLUSIVE POSSESSION: All services, information, computer program elements, reports and other
deliverables created under this Contract are the sole property of the City of Tucson and shall not be used
or released by the Contractor or any other person except with prior written permission by the City.
16. FEDERAL IMMIGRATION LAWS AND REGULATIONS: Contractor warrants that it complies with all
Federal Immigration laws and regulations that relate to its employees and complies with A.R.S. § 23-
214(A) and that it requires the same compliance of all subcontractors under this Contract. Contractor
acknowledges that pursuant to A.R.S. § 41-4401 and effective September 30, 2008, a breach of this
warranty is a material breach of this Contract subject to penalties up to and including termination of this
Contract. The City retains the legal right to audit the records of the Contractor and inspect the papers of
any employee who works for the Contractor to ensure compliance with this warranty and the Contractor
shall assist in any such audit. The Contractor shall include the requirements of this paragraph in each
contract with subcontractors under this Contract.
If the Contractor or subcontractor warrants that it has complied with the employment verification
provisions prescribed by sections 274(a) and 274(b) of the Federal Immigration and Nationality Act and
the E-verify requirements prescribed by A.R.S. § 23-214(A), the Contractor or subcontractor shall be
deemed to be in compliance with this provision. The City may request proof of such compliance at any
time during the term of this Contract by the Contractor and any subcontractor.
17. FORCE MAJEURE: Except for payment of sums due, neither party shall be liable to the other nor
deemed in default under this Contract if and to the extent that such party's performance of this Contract
is prevented by reason of Force Majeure. The term "Force Majeure" means an occurrence that is beyond
the control of the party affected and occurs without its fault or negligence. Force Majeure shall not
include late performance by a subcontractor unless the delay arises out of a Force Majeure occurrence
in accordance with this Force Majeure term and condition.
If either party is delayed at any time in the progress of the work by Force Majeure, the delayed party
shall notify the other party in writing of such delay, as soon as is practical, of the commencement thereof
and shall specify the causes of such delay in such notice. Such notice shall be hand -delivered or mailed
certified -return receipt and shall make a specific reference to this article, thereby invoking its provisions.
The delayed party shall cause such delay to cease as soon as practicable and shall notify the other party
in writing when it has done so. The time of completion shall be extended by contract modification for a
period of time equal to the time that results or effects of such delay prevent the delayed party from
performing in accordance with this Contract.
18. GRATUITIES: The City may, by written notice to the Contractor, terminate this Contract if it is found that
gratuities, in the form of entertainment, gifts, meals or otherwise, were offered or given by the Contractor
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 19 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
or any agent or representative of the Contractor, to any officer or employee of the City amending, or the
making of any determinations with respect to the performing of such Contract. In the event this Contract
is terminated by the City pursuant to this provision, the City shall be entitled, in addition to any other
rights and remedies, to recover or withhold from the Contractor the amount of the gratuity.
19. HUMAN RELATIONS: Contractor shall abide by the provisions of the Tucson City Code Chapter 28,
Article XII.
20. INDEMNIFICATION: To the fullest extent permitted by law, Contractor, its successors, assigns and
guarantors, shall pay, defend, indemnify and hold harmless City of Tucson, its agents, representatives,
officers, directors, officials and employees from and against all allegations, demands, proceedings, suits,
actions, claims, including claims of patent or copyright infringement, damages, losses, expenses,
including but not limited to, attorney fees, court costs, and the cost of appellate proceedings, and all
claim adjusting and handling expense, related to, arising from or out of or resulting from any actions,
acts, errors, mistakes or omissions caused in whole or part by Contractor relating to work, services
and/or products provided in the performance of this Contract, including but not limited to, any
Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable and any injury or damages claimed by any of Contractor's and Subcontractor's
employees. It is agreed that Contractor will be responsible for primary loss investigation, defense and
judgment costs where this indemnification is applicable. The Contractors agrees to waive all rights of
subrogation against the City of Tucson, it's agents, representatives, officers, directors, officials,
employees and volunteers for losses arising from the work performed by the Contractor for the City of
Tucson.
Contractor is responsible for compliance with the Patient Protection and Affordable Care Act (ACA), for
its employees in accordance with 26 CFR §54. 4980H. Additionally, Contractor is responsible for all
applicable IRS reporting requirements related to ACA. If Contractor or any of Contractor's employees is
certified to the City as having received a premium tax credit or cost sharing reduction which contributes
to or triggers an assessed penalty against the City, or Contractor fails to meet reporting requirements
pursuant to section 6056 resulting in a penalty to City, Contractor indemnifies City from and shall pay any
assessed tax penalty.
21. INDEPENDENT CONTRACTOR: It is understood that each party shall act in its individual capacity and
not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of
one party shall not be deemed or construed to be the employee or agent of the other party for any
purpose.
The Contractor shall not be entitled to compensation in the form of salaries, holidays, paid vacation, sick
days, or pension contributions by the City. The City of Tucson will not provide any insurance coverage to
the Contractor, including Worker's Compensation coverage. The Contractor is advised that taxes, social
security payments, and other withholdings shall not be withheld from a City payment issued under this
Contract and that Contractor should make arrangements to directly pay such expenses. Contractor is
responsible for compliance with the Affordable Care Act for Contractor and any of Contractor's
employees.
22. INSPECTION AND ACCEPTANCE: All material or service is subject to final inspection and acceptance
by the City. Material or service failing to conform to the specifications of this Contract shall be held at the
Contractor's risk and may be returned to the Contractor. If returned, all costs are the responsibility of the
Contractor. Noncompliance may be deemed a cause for possible Contract termination.
23. INTERPRETATION-PAROL EVIDENCE: This Contract is intended by the parties to be a final
expression of their agreement and is intended also as a complete and exclusive statement of the terms
of this agreement. No course of prior dealings between the parties and no usage of the trade shall be
relevant to supplement or explain any term used in the Contract. Acceptance or consent in the course of
performance under this Contract shall not be relevant to determine the meaning of this Contract even
though the accepting or consenting party has knowledge of the nature of the performance and the
opportunity to object.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 20 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-66851 FAX: (520) 7914735
24. ISRAEL BOYCOTT DIVESTMENTS; Acceptance of the contract warrants that the vendor is in
compliance with A.R.S. § 35-393 and does not participate in a boycott of Israel as that term is defined
within A.R.S. § 35-393.
25. LICENSES: Contractor shall maintain in current status all Federal, State, and local licenses and permits
required for the operation of the business conducted by the Contractor as applicable to this Contract.
26. LIENS: All materials, services, and other deliverables supplied to the City under this Contract shall be
free of all liens other than the security interest. Security interest shall extinguish upon full payment made
by the City. Upon the City's request, the Contractor shall provide a formal release of all liens.
27. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender of materials must fully comply with all
provisions of this Contract. If a tender is made which does not fully comply, this shall conform to the
termination clause set forth within this document.
28. NON-EXCLUSIVE CONTRACT: Any contract resulting from this solicitation shall be awarded with the
understanding and agreement that it is for the sole convenience of the City of Tucson. The City reserves
the right to obtain like goods or services from another source when necessary.
29.OVERCHARGES BY ANTITRUST VIOLATIONS: The City maintains that, in actual practice,
overcharges resulting from antitrust violations are borne by the purchaser. Therefore, to the extent
permitted by law, the Contractor hereby assigns to the City any and all claims for such overcharges as to
the materials or services used to fulfill the Contract.
30. PAYMENT: The City's preferred method of payment is via credit card. The City will issue a Purchase
Order and, in some cases, either provide a credit card for payment at the time of ordering or pay
subsequent invoices by credit card upon receipt of goods or services in good order. However, not all
City employees will possess a credit card and, therefore, the City reserves the right to make payment by
check as it deems necessary.
Unless payment is made by credit card at time of order or point of sale, a separate invoice shall be
issued for each shipment of material or service performed, and no payment shall be issued prior to
receipt of material or service and correct invoice. The invoice shall not be dated prior to the receipt of
goods or completion of services.
The City shall make every effort to process payment for the purchase of materials or services within
twenty-one (21) calendar days after receipt of materials or services and a correct invoice.
The Contractor's payment terms shall apply to all purchases and to all payment methods.
31. PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall use reasonable care to avoid
damaging existing buildings, equipment, and vegetation (such as trees, shrubs, and grass) on City
property. If the Contractor fails to do so and damages such property, the Contractor shall replace or
repair the damage at no expense to the City, as determined and approved by the City's Director of
Procurement. If the Contractor fails or refuses to make such repair or replacement, the City will
determine a cost and the Contractor shall be liable for the cost thereof, which may be deducted from the
Contract price.
32. PROVISIONS REQUIRED BY LAW: Each and every provision of law and any clause required by law to
be in the Contract shall be read and enforced as though it were included herein, and if through mistake
or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of
either party the Contract shall be amended to make such insertion or correction.
33. RECORDS: Internal control over all financial transactions related to this Contract shall be in accordance
with sound fiscal policies. The City may, at reasonable times and places, audit the books and records of
the Contractor and/or any subcontractors. Said audit shall be limited to this Contract.
34. RIGHT TO ASSURANCE: Whenever one party to this Contract has reason to question, in good faith, the
other party's intent to perform, the former party may demand that the other party give a written assurance
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO.202329
PAGE 21 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-66851 FAX (520) 7914735
of this intent to perform. In the event that a demand is made and no written assurance is given within five
(5) days, the demanding party may treat this failure as the other party's intent not to perform and as a
cause for possible Contract termination.
35. RIGHT TO INSPECT: The City may, at reasonable times, and at the City's expense, inspect the place of
business of a Contractor or subcontractor which is related to the performance of any Contract as
awarded or to be awarded.
36. RIGHTS AND REMEDIES: No provision in this document or in the Contractor's proposal shall be
construed, expressly or by implication, as a waiver by either party of any existing or future right and/or
remedy available by law in the event of any claim, default or breach of contract. The failure of either party
to insist upon the strict performance of any term or condition of the Contract, to exercise or delay the
exercise of any right or remedy provided in the Contract or by law, or to accept materials or services
required by this Contract or by law shall not be deemed a waiver of any right of either party to insist upon
the strict performance of the Contract,
37. SEVERABILITY: The provisions of this Contract are severable to the extent that any provision or
application held to be invalid shall not affect any other provision or application of the Contract which may
remain in effect without the valid provision or application.
38. SHIPMENT UNDER RESERVATION PROHIBITED: No tender of a bill of lading shall operate as a
tender of the materials. Non-compliance shall conform to the termination clause set forth within this
document.
39. SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other party to furnish
any of the material/service specified herein without the advance written approval of the City's Director of
Procurement. All subcontracts shall comply with Federal and State laws and regulations which are
applicable to the services covered by the subcontract and shall include all the terms and conditions set
forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the
Contractor referred to herein. The Contractor is responsible for contract performance whether or not
subcontractors are used.
40. SUBSEQUENT EMPLOYMENT: The City may terminate this Contract without penalty or further
obligation pursuant to A.R.S. Section 38-511 if any person significantly involved in initiating, negotiating,
securing, drafting, or creating the Contract, on behalf of the City, is or becomes, at any time while the
Contract or any extension of the Contract is in effect, an employee of, or a contractor to, any other party
to this Contract with respect to the subject matter of the Contract. Termination shall be effective when
written notice from the City's Director of Procurement is received by the parties to this Contract, unless
the notice specifies a later time.
41. TERMINATION OF CONTRACT: This Contract may be terminated at any time by mutual written
consent, or by the City, with or without cause, upon giving thirty (30) days written notice. The City, at its
convenience, by written notice, may terminate this Contract, in whole or in part. If this Contract is
terminated, the City shall be liable only for payment under the payment provisions of this Contract for
services rendered and accepted material received by the City before the effective date of termination.
The City reserves the right to terminate the whole or any part of this Contract due to the failure of the
Contractor to carry out any term or condition of the Contract. The City will issue a written ten (10) day
notice of default to the Contractor for acting or failing to act as specified in any of the following:
In the opinion of the City, the Contractor provides personnel that do not meet the requirements of the
Contract;
In the opinion of the City, the Contractor fails to perform adequately the stipulations, conditions or
services/specifications required in this Contract;
In the opinion of the City, the Contractor attempts to impose personnel, materials, products or
workmanship of an unacceptable quality;
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 22 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
The Contractor fails to furnish the required service and/or product within the time stipulated in the
Contract;
In the opinion of the City, the Contractor fails to make progress in the performance of the requirements of
the Contract;
The Contractor gives the City a positive indication that the Contractor will not or cannot perform to the
requirements of the Contract.
Each payment obligation of the City created by this Contract is conditioned upon the availability of City,
State and Federal funds that are appropriated or allocated for the payment of such an obligation. If funds
are not allocated by the City and available for the continued purchase of the services and/or materials
provided under this Contract, this Contract may be terminated by the City at the end of the period for
which funds are available. The City will endeavor to notify the Contractor in the event that continued
service will or may be affected by non -appropriation. No penalty shall accrue to the City in the event this
provision is exercised, and the City shall not be obligated or liable for any future payments due or for any
damages as a result of termination under this paragraph.
42. TITLE AND RISK OF LOSS: The title and risk of loss of material or service shall not pass to the City
until the City actually receives the material or service at the point of delivery, unless otherwise provided
within this Contract.
43. WARRANTIES: Contractor warrants that all material or service delivered under this Contract shall
conform to the specifications of this Contract. Mere receipt of shipment of the material or service
specified and any inspection incidental thereto by the City shall not alter or affect the obligations of the
Contractor or the rights of the City under the foregoing warranties. Additional warranty requirements may
be set forth in this document.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
PRICE PAGE
REQUEST FOR PROPOSAL NO. 202329
PAGE 23 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 7914735
See Attachment B -- Excel Price Page
Tab 1 — National Core List
Tab 2 — Additional Suppliers
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO.202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 24 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-66851 FAX: (520) 791-4735
OFFER AND ACCEPTANCE
OFFER
TO THE CITY OF TUCSON:
The Undersigned hereby offers and shall furnish the material or service in compliance with all terms, scope of work,
conditions, specifications, and amendments in the Request for Proposal which is incorporated by reference as if fully
set forth herein.
Company Name
Address
City State Zip
Signature of Person Authorized to Sign
Printed Name
Title
For clarification of this offer, contact:
Name:
Title:
Phone:
Fax:
E-mail:
ACCEPTANCE OF OFFER
The Offer is hereby accepted. The Contractor is now bound to sell the materials or services
specified in the Contract. This Contract shall be referred to as Contract No.
CITY OF TUCSON, a municipal corporation
Approved as to form:
This day of 2019
As Tucson City Attorney and not personally
Awarded:
This day of 2019
As Director of Business Services and not
personally
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
ATTACHMENTS
REQUEST FOR PROPOSAL NO.202329
PAGE 25 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 79141735
Attachment A - OMNIA Partners — Requirements for National Cooperative Contract
Attachment B — Excel Price Page
Attachment C — HUD Documents
ATTACHMENT A
OMN1A®
P A R T N E R S
e` NATJONALIPA
REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT
TO BE ADMINISTERED BY
ONINIA PARTNERS, PUBLIC SECTOR
The following documents are used in evaluating and administering national cooperative contracts
and are included for Supplier's review and response.
Exhibit A — RESPONSE FOR NATIONAL COOPERATIVE CONTRACT
Exhibit B — ADMINISTRATION AGREEMENT, EXAMPLE
Exhibit C — MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING
AGREEMENT, EXAMPLE
Exhibit D — PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE
Exhibit E — CONTRACT SALES REPORTING TEMPLATE
Exhibit F — FEDERAL FUNDS CERTIFICATIONS
Exhibit G — NEW JERSEY BUSINESS COMPLIANCE
Exhibit H — ADVERTISING COMPLIANCE REQUIREMENT
EXHIBIT A
RESPONSE FOR NATIONAL COOPERATIVE CONTRACT
1.0 Scope of National Cooperative Contract
Capitalized terms not otherwise defined herein shall have the meanings given to them in the
Master Agreement or in the Administration Agreement between Supplier and OMNIA
Partners, Public Sector.
1.1 Requirement
The City of Tucson (hereinafter defined and referred to as "Principal Procurement
Agency"), on behalf of itself and the National Intergovernmental Purchasing
Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector
("OMNIA Partners, Public Sector"), is requesting proposals for Janitorial and
Sanitation Supplies, Equipment, and Related Services. The intent of this Request for
Proposal is any contract between Principal Procurement Agency and Supplier
resulting from this Request for Proposal ("Master Agreement") be made available to
other public agencies nationally, including state and local governmental entities,
public and private primary, secondary and higher education entities, non-profit
entities, and agencies for the public benefit ("Public Agencies"), through OMNIA
Partners, Public Sector's cooperative purchasing program. The Principal
Procurement Agency has executed a Principal Procurement Agency Certificate with
OMNIA Partners, Public Sector, an example of which is included as Exhibit D, and
has agreed to pursue the Master Agreement. Use of the Master Agreement by any
Public Agency is preceded by their registration with OMNIA Partners, Public Sector
as a Participating Public Agency in OMNIA Partners, Public Sector's cooperative
purchasing program. Registration with OMNIA Partners, Public Sector as a
Participating Public Agency is accomplished by Public Agencies entering into a
Master Intergovernmental Cooperative Purchasing Agreement, an example of which
is attached as Exhibit C, and by using the Master Agreement, any such Participating
Public Agency agrees that it is registered with OMNIA Partners, Public Sector,
whether pursuant to the terms of the Master Intergovernmental Purchasing
Cooperative Agreement or as otherwise agreed to. The terms and pricing established
in the resulting Master Agreement between the Supplier and the Principal
Procurement Agency will be the same as that available to Participating Public
Agencies through OMNIA Partners, Public Sector.
All transactions, purchase orders, invoices, payments etc., will occur directly
between the Supplier and each Participating Public Agency individually, and neither
OMNIA Partners, Public Sector, any Principal Procurement Agency nor any
Participating Public Agency, including their respective agents, directors, employees
or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc.,
incurred by any other Participating Public Agency. Supplier is responsible for
knowing the tax laws in each state.
Requirements for National Cooperative Contract
Page 2 of 57
This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA
Partners, Public Sector's requirements to market the resulting Master Agreement
nationally to Public Agencies. Each section in this Exhibit A refers to the
capabilities, requircments, obligations, and prohibitions of competing Suppliers on a
national level in order to serve Participating Public Agencies through OMNIA
Partners, Public Sector.
These requirements are incorporated into and are considered an integral part of this
RFP. OMNIA Partners, Public Sector reserves the right to determine whether or not
to make the Master Agreement awarded by the Principal Procurement Agency
available to Participating Public Agencies, in its sole and absolute discretion, and
any party submitting a response to this RFP acknowledges that any award by the
Principal Procurement Agency does not obligate OMNIA Partners, Public Sector to
make the Master Agreement available to Participating Procurement Agencies.
1.2 Marketing, Sales and Administrative Support
During the term of the Master Agreement OMNIA Partners, Public Sector intends to
provide marketing, sales, partnership development and administrative support for
Supplier pursuant to this section that directly promotes the Supplier's products and
services to Participating Public Agencies through multiple channels, each designed
to promote specific products and services to Public Agencies on a national basis.
OMNIA Partners will assign the Supplier a Director of Partner Development who
will serve as the main point of contact for the Supplier and will be responsible for
managing the overall relationship between the Supplier and OMNIA Partners. The
Director of Partner Development will work with the Supplier to develop a
comprehensive strategy to promote the Master Agreement and will connect the
Supplier with appropriate stakeholders within OMNIA Partners including, Sales,
Marketing, Contracting, Training, and Operations & Support.
The OMNIA Partners, Public Sector marketing team will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through channels that may include:
A. Marketing collateral (print, electronic, email, presentations)
B. Website
C. Trade shows/conferences/meetings
D. Advertising
E. Social Media
The OMNIA Partners, Public Sector sales teams will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through initiatives that may include:
A. Individual sales calls
Requirements for National Cooperative Contract
Page 3 of 57
B. Joint sales calls
C. Communications/customer service
D. Training sessions for Public Agency teams
E. Training sessions for Supplier teams
The OMNIA Partners, Public Sector contracting teams will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through:
A. Serving as the subject matter expert for questions regarding joint powers
authority and state statutes and regulations for cooperative purchasing
B. Training sessions for Public Agency teams
C. Training sessions for Supplier teams
D. Regular business reviews to monitor program success
E. General contract administration
Suppliers are required to pay an administrative fee of 3% of the greater of the
Contract Sales under the Master Agreement and Guaranteed Contract Sales under
this Request for Proposal. Supplier will be required to execute the OMNIA Partners,
Public Sector Administration Agreement (Exhibit B).
1.3 Estimated Volume
The dollar volume purchased under the Master Agreement is estimated to be
approximately $110 million annually. While no minimum volume is guaranteed to
Supplier, the estimated annual volume is projected based on the current annual
volumes among the Principal Procurement Agency, other Participating Public
Agencies that are anticipated to utilize the resulting Master Agreement to be made
available to them through OMNIA Partners, Public Sector, and volume growth into
other Public Agencies through a coordinated marketing approach between Supplier
and OMNIA Partners, Public Sector.
1.4 Award Basis
The basis of any contract award resulting from this RFP made by Principal
Procurement Agency will, at OMNIA Partners, Public Sector's option, be the basis
of award on a national level through OMNIA Partners, Public Sector. If multiple
Suppliers are awarded by Principal Procurement Agency under the Master
Agreement, those same Suppliers will be required to extend the Master Agreement to
Participating Public Agencies through OMNIA Partners, Public Sector. Utilization
of the Master Agreement by Participating Public Agencies will be at the discretion of
the individual Participating Public Agency. Certain terms of the Master Agreement
specifically applicable to the Principal Procurement Agency (e.g. governing law) are
subject to modification for each Participating Public Agency as Supplier, such
Participating Public Agency and OMNIA Partners, Public Sector shall agree without
Requirements for National Cooperative Contract
Page 4 of 57
being in conflict with the Master Agreement. Participating Agencies may request to
enter into a separate supplemental agreement to further define the level of service
requirements over and above the minimum defined in the Master Agreement (i.e.
invoice requirements, order requirements, specialized delivery, diversity
requirements such as minority and woman owned businesses, historically
underutilized business, governing law, etc.). It shall be the responsibility of the
Supplier to comply, when applicable, with the prevailing wage legislation in effect in
the jurisdiction of the Participating Agency. It shall further be the responsibility of
the Supplier to monitor the prevailing wage rates as established by the appropriate
department of labor for any increase in rates during the term of the Master
Agreement and adjust wage rates accordingly. Any supplemental agreement
developed as a result of the Master Agreement is exclusively between the
Participating Agency and the Supplier (Contract Sales are reported to OMNIA
Partners, Public Sector).
All purchase orders issued and accepted by the Supplier may survive expiration or
termination of the Master Agreement. Participating Agencies' purchase orders may
exceed the term of the Master Agreement if the purchase order is issued prior to the
expiration of the Master Agreement. Supplier is responsible for reporting all sales
and paying the applicable administrative fee for sales that use the Master Agreement
as the basis for the purchase order, even though Master Agreement may have
expired.
1.5 Objectives of Cooperative Program
This RFP is intended to achieve the following objectives regarding availability
through OMNIA Partners, Public Sector's cooperative program:
A. Provide a comprehensive competitively solicited and awarded national
agreement offering the Products covered by this solicitation to Participating
Public Agencies;
B. Establish the Master Agreement as the Supplier's primary go to market strategy
to Public Agencies nationwide;
C. Achieve cost savings for Supplier and Public Agencies through a single
solicitation process that will reduce the Supplier's need to respond to multiple
solicitations and Public Agencies need to conduct their own solicitation process;
D. Combine the aggregate purchasing volumes of Participating Public Agencies to
achieve cost effective pricing.
2.0 REPRESENTATIONS AND COVENANTS
As a condition to Supplier entering into the Master Agreement, which would be available to
all Public Agencies, Supplier must make certain representations, warranties and covenants to
both the Principal Procurement Agency and OMNIA Partners, Public Sector designed to
ensure the success of the Master Agreement for all Participating Public Agencies as well as
the Supplier.
Requirements for National Cooperative Contract
Page 5 of 57
2.1 Corporate Commitment
Supplier commits that (1) the Master Agreement has received all necessary corporate
authorizations and support of the Supplier's executive management, (2) the Master
Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the
Master Agreement will be promoted to all Public Agencies, including any existing
customers, and Supplier will transition existing customers, upon their request, to the
Master Agreement, and (4) that the Supplier has read and agrees to the terms and
conditions of the Administration Agreement with OMNIA Partners, Public Sector
and will execute such agreement concurrent with and as a condition of its execution
of the Master Agreement with the Principal Procurement Agency. Supplier will
identify an executive corporate sponsor and a separate national account manager
within the RFP response that will be responsible for the overall management of the
Master Agreement.
2.2 Pricing Commitment
Supplier commits the not -to -exceed pricing provided under the Master Agreement
pricing is its lowest available (net to buyer) to Public Agencies nationwide and
further commits that if a Participating Public Agency is eligible for lower pricing
through a national, state, regional or local or cooperative contract, the Supplier will
match such lower pricing to that Participating Public Agency under the Master
Agreement.
2.3 Sales Commitment
Supplier commits to aggressively market the Master Agreement as its go to market
strategy in this defined sector and that its sales force will be trained, engaged and
committed to offering the Master Agreement to Public Agencies through OMNIA
Partners, Public Sector nationwide. Supplier commits that all Master Agreement
sales will be accurately and timely reported to OMNIA Partners, Public Sector in
accordance with the OMNIA Partners, Public Sector Administration Agreement.
Supplier also commits its sales force will be compensated, including sales incentives,
for sales to Public Agencies under the Master Agreement in a consistent or better
manner compared to sales to Public Agencies if the Supplier were not awarded the
Master Agreement.
3.0 SUPPLIER RESPONSE
Supplier must supply the following information in order for the Principal Procurement
Agency to determine Supplier's qualifications to extend the resulting Master Agreement to
Participating Public Agencies through OMNIA Partners, Public Sector.
Requirements for National Cooperative Contract
Page 6 of 57
3.1 Company
A. Brief history and description of Supplier.
B. Total number and location of sales persons employed by Supplier.
C. Number and location of support centers (if applicable) and location of corporate
office.
D. Annual sales for the three previous fiscal years.
E. Submit FEIN and Dunn & Bradstreet report.
F. Describe any green or environmental initiatives or policies.
G. Describe any diversity programs or partners supplier does business with and how
Participating Agencies may use diverse partners through the Master Agreement.
Indicate how, if at all, pricing changes when using the diversity program.
H. Describe any historically underutilized business certifications supplier holds and
the certifying agency. This may include business enterprises such as minority
and women owned, small or disadvantaged, disable veterans, etc.
I. Describe how supplier differentiates itself from its competitors.
J. Describe any present or past litigation, bankruptcy or reorganization involving
supplier.
K. Felony Conviction Notice: Indicate if the supplier
a. is a publicly held corporation and this reporting requirement is not
applicable;
b. is not owned or operated by anyone who has been convicted of a felony;
or
c. is owned or operated by and individual(s) who has been convicted of a
felony and provide the names and convictions.
L. Describe any debarment or suspension actions taken against supplier
3.2 Distribution, Logistics
A. Describe the full line of products and services offered by supplier.
B. Describe how supplier proposes to distribute the products/service nationwide.
Include any states where products and services will not be offered under the
Master Agreement, including U.S. Territories and Outlying Areas.
C. Describe how Participating Agencies are ensure they will receive the Master
Agreement pricing; include all distribution channels such as direct ordering,
retail or in-store locations, through distributors, etc. Describe how Participating
Agencies verify and audit pricing to ensure its compliance with the Master
Agreement.
D. Identify all other companies that will be involved in processing, handling or
shipping the products/service to the end user.
Requirements for National Cooperative Contract
Page 7 of 57
E. Provide the number, size and location of Supplier's distribution facilities,
warehouses and retail network as applicable.
3.3 Marketing and Sales
A. Provide a detailed ninety -day plan beginning from award date of the Master
Agreement describing the strategy to immediately implement the Master
Agreement as supplier's primary go to market strategy for Public Agencies to
supplier's teams nationwide, to include, but not limited to:
Executive leadership endorsement and sponsorship of the award as the
public sector go -to -market strategy within first 10 days
ii. Training and education of Supplier's national sales force with
participation from the Supplier's executive leadership, along with the
OMNIA Partners, Public Sector team within first 90 days
B. Provide a detailed ninety -day plan beginning from award date of the Master
Agreement describing the strategy to market the Master Agreement to current
Participating Public Agencies, existing Public Agency customers of Supplier, as
well as to prospective Public Agencies nationwide immediately upon award, to
include, but not limited to;
i. Creation and distribution of a co -branded press release to trade
publications
ii. Announcement, Master Agreement details and contact information
published on the Supplier's website within first 90 days
iii. Design, publication and distribution of co -branded marketing materials
within first 90 days
iv. Commitment to attendance and participation with OMNIA Partners,
Public Sector at national (i.e. NIGP Annual Forum, NPI Conference,
etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional
Cooperative Summits, etc.) and supplier -specific trade shows,
conferences and meetings throughout the term of the Master Agreement
V. Commitment to attend, exhibit and participate at the NIGP Annual Forum
in an area reserved by OMNIA Partners, Public Sector for partner
suppliers. Booth space will be purchased and staffed by Supplier. In
addition, Supplier commits to provide reasonable assistance to the overall
promotion and marketing efforts for the NIGP Annual Forum, as directed
by OMNIA Partners, Public Sector.
vi. Design and publication of national and regional advertising in trade
publications throughout the term of the Master Agreement
vii. Ongoing marketing and promotion of the Master Agreement throughout
its term (case studies, collateral pieces, presentations, promotions, etc.)
Requirements for National Cooperative Contract
Page 8 of 57
viii. Dedicated OMNIA Partners, Public Sector internet web -based homepage
on Supplier's website with:
• OMNIA Partners, Public Sector standard logo;
• Copy of original Request for Proposal;
• Copy of Master Agreement and amendments between Principal
Procurement Agency and Supplier;
• Summary of Products and pricing;
• Marketing Materials
• Electronic link to OMNIA Partners, Public Sector's website
including the online registration page;
• A dedicated toll -free number and email address for OMNIA
Partners, Public Sector
C. Describe how Supplier will transition any existing Public Agency customers'
accounts to the Master Agreement available nationally through OMNIA Partners,
Public Sector. Include a list of current cooperative contracts (regional and
national) Supplier holds and describe how the Master Agreement will be
positioned among the other cooperative agreements.
D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners, Public
Sector and agrees to provide permission for reproduction of such logo in
marketing communications and promotions. Acknowledge that use of OMNIA
Partners, Public Sector logo will require permission for reproduction, as well.
E. Confirm Supplier will be proactive in direct sales of Supplier's goods and
services to Public Agencies nationwide and the timely follow up to leads
established by OMNIA Partners, Public Sector. All sales materials are to use the
OMNIA Partners, Public Sector logo. At a minimum, the Supplier's sales
initiatives should communicate:
i. Master Agreement was competitively solicited and publicly awarded by a
Principal Procurement Agency
ii. Best government pricing
iii. No cost to participate
iv. Non-exclusive
F. Confirm Supplier will train its national sales force on the Master Agreement. At
a minimum, sales training should include:
i. Key features of Master Agreement
ii. Working knowledge of the solicitation process
Requirements for National Cooperative Contract
Page 9 of 57
iii. Awareness of the range of Public Agencies that can utilize the Master
Agreement through OMNIA Partners, Public Sector
iv. Knowledge of benefits of the use of cooperative contracts
G. Provide the name, title, email and phone number for the person(s), who will be
responsible for:
i.
Executive Support
ii.
Marketing
iii.
Sales
iv.
Sales Support
V.
Financial Reporting
vi.
Accounts Payable
vii.
Contracts
H. Describe in detail how Supplier's national sales force is structured, including
contact information for the highest -level executive in charge of the sales team.
I. Explain in detail how the sales teams will work with the OMNIA Partners, Public
Sector team to implement, grow and service the national program.
I. Explain in detail how Supplier will manage the overall national program
throughout the term of the Master Agreement, including ongoing coordination of
marketing and sales efforts, timely new Participating Public Agency account set-
up, timely contract administration, etc.
J. State the amount of Supplier's Public Agency sales for the previous fiscal year.
Provide a list of Supplier's top 10 Public Agency customers, the total purchases
for each for the previous fiscal year along with a key contact for each.
K. Describe Supplier's information systems capabilities and limitations regarding
order management through receipt of payment, including description of multiple
platforms that may be used for any of these functions.
M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners,
Public Sector Administration Agreement) that Supplier will guarantee each year
under the Master Agreement for the initial three years of the Master Agreement
("Guaranteed Contract Sales").
Requirements for National Cooperative Contract
Page 10 of 57
S .00 in year one
$ .00 in year two
$ .00 in year three
To the extent Supplier guarantees minimum Contract Sales, the
administration fee shall be calculated based on the greater of the actual
Contract Sales and the Guaranteed Contract Sales.
M. Even though it is anticipated many Public Agencies will be able to utilize the
Master Agreement without further formal solicitation, there may be
circumstances where Public Agencies will issue their own solicitations. The
following options are available when responding to a solicitation for Products
covered under the Master Agreement.
Respond with Master Agreement pricing (Contract Sales reported to
OMNIA Partners, Public Sector).
ii. If competitive conditions require pricing lower than the standard
Master Agreement not -to -exceed pricing, Supplier may respond
with lower pricing through the Master Agreement. If Supplier is
awarded the contract, the sales are reported as Contract Sales to
OMNIA Partners, Public Sector under the Master Agreement.
iii. Respond with pricing higher than Master Agreement only in the
unlikely event that the Public Agency refuses to utilize Master
Agreement (Contract Sales are not reported to OMNIA Partners,
Public Sector).
iv. If alternative or multiple proposals are permitted, respond with
pricing higher than Master Agreement, and include Master
Agreement as the alternate or additional proposal.
Detail Supplier's strategies under these options when responding to a solicitation.
Requirements for National Cooperative Contract
Page 11 of 57
EXHIBIT B
ADMINISTRATION AGREEMENT, EXAMPLE
ADMINISTRATION AGREEMENT
THIS ADMINISTRATION AGREEMENT (this "Agreement") is made this day of
20, between National Intergovernmental Purchasing Alliance Company, a Delaware
corporation dlbla OMNIA Partners, Public Sector ("OMNIA Partners, Public Sector"), and
("Supplier").
RECITALS
WHEREAS, the (the "Principal Procurement Agency") has entered
into a Master Agreement effective , Agreement No , by and between
the Principal Procurement Agency and Supplier, (as may be amended from time to time in
accordance with the terms thereof, the "Master Agreement"), as attached hereto as Exhibit A and
incorporated herein by reference as though fully set forth herein, for the purchase of
(the "Product");
WHEREAS, said Master Agreement provides that any or all public agencies, including
state and Iocal governmental entities, public and private primary, secondary and higher education
entities, non-profit entities, and agencies for the public benefit (collectively, "Public Agencies"),
Requirements for National Cooperative Contract
Page 12 of 57
that register (either via registration on the OMNIA Partners, Public Sector website or execution of a
Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each,
hereinafter referred to as a "Participating Public Agency") may purchase Product at prices stated in
the Master Agreement;
WHEREAS, Participating Public Agencies may access the Master Agreement which is
offered through OMNIA Partners, Public Sector to Public Agencies;
WHEREAS, OMNIA Partners, Public Sector serves as the contract administrator of the
Master Agreement on behalf of Principal Procurement Agency;
WHEREAS, Principal Procurement Agency desires OMNIA Partners, Public Sector to
proceed with administration of the Master Agreement; and
WHEREAS, OMNIA Partners, Public Sector and Supplier desire to enter into this
Agreement to make available the Master Agreement to Participating Public Agencies and to set
forth certain terms and conditions governing the relationship between OMNIA Partners, Public
Sector and Supplier.
NOW, THEREFORE, in consideration of the payments to be made hereunder and the
mutual covenants contained in this Agreement, OMNIA Partners, Public Sector and Supplier hereby
agree as follows:
DEFINITIONS
l . Capitalized terms used in this Agreement and not otherwise defined herein shall have
the meanings given to them in the Master Agreement,
TERMS AND CONDITIONS
2. The Master Agreement and the terms and conditions contained therein shall apply to
this Agreement except as expressly changed or modified by this Agreement. Supplier
acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation
and Supplier's response thereto resulting in the Master Agreement are incorporated herein and are
an integral part hereof.
3. OMNIA Partners, Public Sector shall be afforded all of the rights, privileges and
indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master
Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal
effect to OMNIA Partners, Public Sector, its agents, employees, directors, and representatives under
this Agreement including, but not limited to, Supplier's obligation to obtain appropriate insurance.
4. OMNIA Partners, Public Sector shall perform all of its duties, responsibilities and
obligations as contract administrator of the Master Agreement on behalf of Principal Procurement
Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties,
responsibilities and obligations will be undertaken by OMNIA Partners, Public Sector solely in its
capacity as the contract administrator under the Master Agreement.
Requirements for National Cooperative Contract
Page 13 of 57
5. With respect to any purchases by Principal Procurement Agency or any Participating
Public Agency pursuant to the Master Agreement, OMNIA Partners, Public Sector shall not be: (i)
construed as a dealer, re -marketer, representative, partner or agent of any type of the Supplier,
Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or
responsible for any order for Product made by Principal Procurement Agency or any Participating
Public Agency or any employee thereof under the Master Agreement or for any payment required to
be made with respect to such order for Product; and (iii) obligated, liable or responsible for any
failure by Principal Procurement Agency or any Participating Public Agency to comply with
procedures or requirements of applicable law or the Master Agreement or to obtain the due
authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners,
Public Sector makes no representation or guaranty with respect to any minimum purchases by
Principal Procurement Agency or any Participating Public Agency or any employee thereof under
this Agreement or the Master Agreement.
b. OMNIA Partners, Public Sector shall not be responsible for Supplier's performance
under the Master Agreement, and Supplier shall hold OMNIA Partners, Public Sector harmless
from any liability that may arise from the acts or omissions of Supplier in connection with the
Master Agreement.
7. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA
PARTNERS, PUBLIC SECTOR EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED
REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS, PUBLIC
SECTOR'S PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER
AGREEMENT. OMNIA PARTNERS, PUBLIC SECTOR SHALL NOT BE LIABLE IN ANY
WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY,
PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS, PUBLIC SECTOR IS
ADVISED OF THE POSSIBILITY OF SUCH DAMAGES.
TERM OF AGREEMENT; TERMINATION
8. This Agreement shall be in effect so long as the Master Agreement remains in effect,
provided, however, that the provisions of Sections 3 — 8 and 12 — 23, hereof and the
indemnifications afforded by the Supplier to OMNIA Partners, Public Sector in the Master
Agreement, to the extent such provisions survive any expiration or termination of the Master
Agreement, shall survive the expiration or termination of this Agreement.
9. Supplier's failure to maintain its covenants and commitments contained in this
Agreement or any action of the Supplier which gives rise to a right by Principal Procurement
Agency to terminate the Master Agreement shall constitute a material breach of this Agreement. If
such breach is not cured within thirty (30) days of written notice to Supplier, in addition to any and
all remedies available at law or equity, OMNIA Partners, Public Sector shall have the right to
terminate this Agreement, at OMNIA Partners, Public Sector's sole discretion, Notwithstanding
anything contained herein to the contrary, this Agreement shall terminate on the date of the
termination or expiration of the Master Agreement.
NATIONAL PROMOTION
I0. OMNIA Partners, Public Sector and Supplier shall publicize and promote the
availability of the Master Agreement's products and services to Public Agencies and such agencies'
Requirements for National Cooperative Contract
Page 14 of 57
employees. Supplier shall require each Public Agency to register its participation in the OMNIA
Partners, Public Sector program by either registering on the OMNIA Partners, Public Sector website
01"Y111 or executing a Master Intergovernmental Cooperative
Purchasing Agreement prior to processing the Participating Public Agency's first sales order. Upon
request, Supplier shall make available to interested Public Agencies a copy of the Master
Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate
potential purchases.
11. Supplier shall provide such marketing and administrative support as set forth in the
solicitation resulting in the Master Agreement, including assisting in development of marketing
materials as reasonably requested by Principal Procurement Agency and OMNIA Partners, Public
Sector. Supplier shall be responsible for obtaining permission or license of use and payment of any
license fees for all content and images Supplier provides to OMNIA Partners, Public Sector or posts
on the OMNIA Partners, Public Sector website. Supplier shall indemnify, defend and hold harmless
OMNIA Partners, Public Sector for use of all such content and images including copyright
infringement claims. Supplier and OMNIA Partners, Public Sector each hereby grant to the other
party a limited, revocable, non -transferable, non-sublicensable right to use such party's logo (each,
the "Logo") solely for use in marketing the Master Agreement. Each party shall provide the other
party with the standard terms of use of such party's Logo, and such party shall comply with such
terms in all material respects. Both parties shall obtain approval from the other party prior to use of
such party's Logo. Notwithstanding the foregoing, the parties understand and agree that except as
provided herein neither party shall have any right, title or interest in the other party's Logo. Upon
termination of this Agreement, each party shall immediately cease use of the other parry's Logo.
ADMINISTRATIVE FEE, REPORTING & PAYMENT
12. An "Administrative Fee" shall be defined and due to OMNIA Partners, Public
Sector from Supplier in the amount of _ percent (_%) ("Administrative Fee Percentage")
multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates
and discounts, for the sale of products and/or services to Principal Procurement Agency and
Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and
including any renewal thereof) ("Contract Sales"). From time to time the parties may mutually
agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating
Public Agency's Contract Sales.
13. Supplier shall provide OMNIA Partners, Public Sector with an electronic accounting
report monthly, in the format prescribed by OMNIA Partners, Public Sector, summarizing all
Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit
C ("Contract Sales Report"), attached hereto and incorporated herein by reference. Contract Sales
Reports for each calendar month shall be provided by Supplier to OMNIA Partners, Public Sector
by the 101h day of the following month. Failure to provide a Contract Sales Report within the time
and manner specified herein shall constitute a material breach of 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 Principal Procurement Agency's sole discretion, and/or this Agreement, at
OMNIA Partners, Public Sector's sole discretion.
14. Administrative Fee payments are to be paid by Supplier to OMNIA Partners, Public
Sector at the frequency and on the due date stated in Section 13, above, for Supplier's submission of
corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated
Requirements for National Cooperative Contract
Page 15 of 57
Clearing House (ACH) to the OMNIA Partners, Public Sector designated financial institution
identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and
manner specified herein shall constitute a material breach of 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 Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA
Partners, Public Sector's sole discretion. All Administrative Fees not paid when due shall bear
interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum
rate permitted by law until paid in full.
15. Supplier shall maintain an accounting of all purchases made by Participating Public
Agencies under the Master Agreement. OMNIA Partners, Public Sector, or its designee, in OMNIA
Partners, Public Sector's sole discretion, reserves the right to compare Participating Public -Agency
records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the
date OMNIA Partners, Public Sector receives such report. In addition, OMNIA Partners, Public
Sector may engage a third party to conduct an independent audit of Supplier's monthly reports. In
the event of such an audit, Supplier shall provide all materials reasonably requested relating to such
audit by OMNIA Partners, Public Sector at the location designated by OMNIA Partners, Public
Sector. In the event an underreporting of Contract Sales and a resulting underpayment of
Administrative Fees is revealed, OMNIA Partners, Public Sector will notify the Supplier in writing.
Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to
OMNIA Partners, Public Sector's reasonable satisfaction, including payment of any Administrative
Fees due and owing, together with interest thereon in accordance with Section 13, and
reimbursement of OMNIA Partners, Public Sector's costs and expenses related to such audit.
GENERAL PROVISIONS
16. This Agreement, the Master Agreement and the exhibits referenced herein supersede
any and all other agreements, either oral or in writing, between the parties hereto with respect to the
subject matter hereto and no other agreement, statement, or promise relating to the subject matter of
this Agreement which is not contained or incorporated herein shall be valid or binding. In the event
of any conflict between the provisions of this Agreement and the Master Agreement, as between
OMNIA Partners, Public Sector and Supplier, the provisions of this Agreement shall prevail.
17. If any action at law or in equity is brought to enforce or interpret the provisions of
this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall
be entitled to reasonable attorney's fees and costs in addition to any other relief to which it may be
entitled.
18. This Agreement and OMNIA Partners, Public Sector's rights and obligations
hereunder may be assigned at OMNIA Partners, Public Sector's sole discretion to an affiliate of
OMNIA Partners, Public Sector, any purchaser of any or all or substantially all of the assets of
OMNIA Partners, Public Sector, or the successor entity as a result of a merger, reorganization,
consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier
may not assign its obligations hereunder without the prior written consent of OMNIA Partners,
Public Sector.
19. All written communications given hereunder shall be delivered by first-class mail,
postage prepaid, or overnight delivery on receipt to the addresses as set forth below.
Requirements for National Cooperative Contract
Page 16 of 57
A. OMNIA Partners, Public Sector:
OMNIA Partners, Public Sector
Attn: President
840 Crescent Centre Drive
Suite 600
Franklin, TN 37067
B. Supplier:
20. 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, and this
Agreement will be construed by limiting or invalidating such provision to the minimum extent
necessary to make such provision valid, legal and enforceable.
21. This Agreement may not be amended, changed, modified, or altered without the
prior written consent of the parties hereto, and no provision of this Agreement may be discharged or
waived, except by a writing signed by the parties. A waiver of any particular provision will not be
deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to
apply to any other occasion.
22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA
Partners, Public Sector, the Supplier and any respective successor and assign thereto; subject,
however, to the limitations contained herein.
23. This Agreement will be construed under and governed by the laws of the State of
Delaware, excluding its conflicts of law provisions and any action arising out of or related to this
Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson
County Tennessee.
24. This Agreement may be executed in counterparts, each of which is an original but all
of which, together, shall constitute but one and the same instrument. The exchange of copies of this
Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will
constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of
the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or
similar electronic transmission, will be deemed to be their original signatures for any purpose
whatsoever.
Requirements for National Cooperative Contract
Page 17 of 57
[INSERT SUPPLIER ENTITY NAME]
Signature
Name
Title
Date
NATIONAL
INTERGOVERNMENTAL
PURCHASING ALLIANCE
COMPANY, A DELAWARE
CORPORATION DB/A OMNIA
PARTNERS, PUBLIC SECTOR
Signature
Sarah Vavra
Name
Sr. Vice President, Public Sector
Contracting
Title
Date
Requirements for National Cooperative Contract
Page 18 of 57
EXHIBIT C
MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT,
EXAMPLE
This Master Intergovernmental Cooperative Purchasing Agreement (this "Agreement") is entered
into by and between those certain government agencies that execute a Principal Procurement
Agency Certificate ("Princinal Procurement Agencies") with National Intergovernmental
Purchasing Alliance Company, a. Delaware corporation d/b/a OMNIA Partners, Public Sector
and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S.
Communities (collectively, "OMNIA Partners. Public Sector") to be appended and made a part
hereof and such other public agencies ("ParticinatinQ Public Agencies") who register to
participate in the cooperative purchasing programs administered by OMNIA Partners, Public
Sector and its affiliates and subsidiaries (collectively, the "OMNIA Partners Parties") by either
registering on the OMNIA Partners, Public Sector website (%k i iLkq L�,, gkt i'Llghlicsec�tor
or any successor website), or by executing a copy of this Agreement.
RECITALS
WHEREAS, after a competitive solicitation and selection process by Principal Procurement
Agencies, in compliance with their own policies, procedures, rules and regulations, a number of
suppliers have entered into "Master Agreements' (herein so called) to provide a variety of goods,
products and services ("Products") to the applicable Principal Procurement Agency and the
Participating Public Agencies;
WHEREAS, Master Agreements are made available by Principal Procurement Agencies through
the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products
on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any
applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and
WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to
time offer Participating Public Agencies the opportunity to acquire Products through other group
purchasing agreements.
NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and
of the mutual benefits to result, the parties hereby agree as follows:
Each party will facilitate the cooperative procurement of Products.
2. The Participating Public Agencies shall procure Products in accordance with and
subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern
Participating Public Agency's procurement practices. The Participating Public Agencies hereby
acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and
that Principal Procurement Agencies' participation in the program described herein comply with all
applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be
amended from time to time. The Participating Public Agencies further acknowledge and agree that
they are solely responsible for their compliance with all applicable "safe harbor" regulations,
Requirements for National Cooperative Contract
Page 19 of 45
including but not limited to any and all obligations to fully and accurately report discounts and
incentives.
3. The Participating Public Agency represents and warrants that the Participating Public
Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a
hospital or healthcare provider.
4. The cooperative use of Master Agreements shall be in accordance with the terms and
conditions of the Master Agreements, except as modification of those terms and conditions is
otherwise required by applicable federal, state or local law, policies or procedures.
5. The Principal Procurement Agencies will make available, upon reasonable request,
Master Agreement information which may assist in improving the procurement of Products by the
Participating Public Agencies.
6. The Participating Public Agency agrees the OMNIA Partners Parties may provide
access to group purchasing organization ("GM') agreements directly or indirectly by enrolling the
Participating Public Agency in another GPO's purchasing program provided the purchase of
Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public
Agency's sole discretion.
7. The Participating Public Agencies (each a "Procuring Party') that procure Products
through any Master Agreement or GPO Product supply agreement (each a "GPO Contract") will
make timely payments to the distributor, manufacturer or other vendor (collectively, "5ulln i r") for
Products received in accordance with the terms and conditions of the Master Agreement or GPO
Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered
by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between
Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of
the State of purchase unless otherwise agreed to by the Procuring Party and Supplier.
8. The Procuring Party shall not use this Agreement as a method for obtaining
additional concessions or reduced prices for purchase of similar products or services outside of the
Master Agreement. Master Agreements may be structured with not -to -exceed pricing, in which
cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing
or additional concessions for purchase of Products through a Master Agreement.
9. The Procuring Party shall be responsible for the ordering of Products under this
Agreement. A non -procuring party shall not be liable in any fashion for any violation by a Procuring
Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non -procuring
party harmless from any liability that may arise from the acts or omissions of the Procuring Party.
10. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA
PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED
REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER
AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE
LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL,
EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS
PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE
PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS
Requirements for National Cooperative Contract
Page 20 of 57
PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR
OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT.
11. This Agreement shall remain in effect until termination by either party giving thirty
(30) days' written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive
any such termination.
12. This Agreement shall take effect upon (i) execution of the Principal Procurement
Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the
execution of this Agreement by a Participating Public Agency, as applicable.
NATIONAL INTERGOVERNMENTAL
PURCHASING ALLIANCE COMPANY, A
DELAWARE CORPORATION DB/A
OMNIA PARTNERS, PUBLIC SECTOR
AND/OR COMMUNITIES PROGRAM
MANAGEMENT, LLC, A CALIFORNIA
LIMITED LIABILITY COMPANY DB/A
U.S. COMMUNITIES
Authorized Signature Signature
Sarah E. Vavra
Name Name
Sr. Vice President, Public Sector Contracting
Title and Agency Name Title
Date Date
Requirements for National Cooperative Contract
Page 21 of 57
EXHIBIT D
PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE
�.1
In its capacity as a Principal Procurement Agency (as defined below) for National
Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners,
Public Sector ("OMNIA Partners, Public Sector"), [NAME OF PPA] agrees to pursue Master
Agreements for Products as specified in the attached Exhibits to this Principal Procurement
Agency Certificate.
I hereby acknowledge, in my capacity as of and on behalf of (NAMEOF PPA]
("PrincipaI Procurement Agency"), that I have read and hereby agree to the general terms and
conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement
regulating the use of the Master Agreements and purchase of Products that from time to time are
made available by Principal Procurement Agencies to Participating Public Agencies nationwide
through OMNIA Partners, Public Sector.
I understand that the purchase of one or more Products under the provisions of the Master
Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the
Participating Public Agency.
Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY]
Signature
Name
Title
Date
Requirements for National Cooperative Contract
Page 22 of 45
EXHIBIT E
CONTRACT SALES REPORTING TEMPLATE
OND-LA PARnIRS, PUBLIC SECTOR MOWS
E► M
OMNIA Partnem, Public Sector Contract Sales Monthly R*poirt
Suppilor Name:
Contract Salts Report Month:
Contract tD,
Supplier ReporUne Contact
a �
�:::d
FkWrtTotals
Requirements for National Cooperative Contract
Page 23 of 45
EXHIBIT F
FEDERAL FUNDS CERTIFICATIONS
FEDERAL CERTIFICATIONS
ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT
TO WHOM IT MAY CONCERN:
Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be
completed and returned.
DEFINITIONS
Contract means a legal instrument by which a non —Federal entity purchases property or services needed to carry out the project
or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non —Federal
entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward
Contractor means an entity that receives a contract as defined in Contract.
Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass -through
entity and a non —Federal entity that, consistent with 31 U.S.C. 6302-6305:
(a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal
awarding agency or pass -through entity to the non —Federal entity to carry out a public purpose authorized by a law of
the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass -
through entity's direct benefit or use;
(b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or
pass -through entity and the non --Federal entity in carrying out the activity contemplated by the Federal award.
(c) The term does not include:
(1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or
(2) An agreement that provides only:
(i) Direct United States Government cash assistance to an individual;
(ii) A subsidy;
(iii) A loan;
(iv) A loan guarantee; or
(v) Insurance.
Federal awarding agency means the Federal agency that provides a Federal award directly to a non —Federal entity
Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section:
(a)(1) The Federal financial assistance that a non —Federal entity receives directly from a Federal awarding agency or
indirectly from a pass -through entity, as described in § 200.101 Applicability; or
(2) The cost -reimbursement contract under the Federal Acquisition Regulations that a non —Federal entity
receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in §
200.101 Applicability.
(b) The instrument setting forth the terms and conditions, The instrument is the grant agreement, cooperative
agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the
cost -reimbursement contract awarded under the Federal Acquisition Regulations.
(c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a
contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs).
(d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement.
Non —Federal entity means a state, local government, Indian tribe, institution of higher education ([HE), or nonprofit organization
that carries out a Federal award as a recipient or subrecipient.
Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that:
(a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest;
Requirements for National Cooperative Contract
Page 24 of 45
(b) Is not organized primarily for profit; and
(c) Uses net proceeds to maintain, improve, or expand the operations of the organization
Obligations means, when used in connection with a non —Federal entity's utilization of funds under a Federal award, orders
placed for property and services, contracts and subawards made, and similar transactions during a given period that require
payment by the non —Federal entity during the same or a future period.
Pass -through entity means a non —Federal entity that provides a subaward to a subrecipient to carry out part of a Federal
program.
Recipient means a non —Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an
activity under a Federal program. The term recipient does not include subrecipients.
Simplified acquisition threshold means the dollar amount below which a non —Federal entity may purchase property or services
using small purchase methods. Non —Federal entities adopt small purchase procedures in order to expedite the purchase of items
costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition
Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the
simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67
Micro -purchase.)
Subaward means an award provided by a pass -through entity to a subrecipient for the subrecipient to carry out part of a Federal
award received by the pass -through entity. It does not include payments to a contractor or payments to an individual that is a
beneficiary of a Federal program, A subaward may be provided through any form of legal agreement, including an agreement that
the pass -through entity considers a contract.
Subrecipient means a non —Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal
program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other
Federal awards directly from a Federal awarding agency.
Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of
performance.
The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any
purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases,
awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of
Appendix II to Part 200, as applicable.
APPENDIX II TO 2 CFR PART 200
(A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted
amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council
(Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances
where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all
rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by
either party.
Does offeror agree? YES Initials of Authorized Representative of offeror
(B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which It will be
effected and the basis for settlement, (All contracts in excess of $10,000)
Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the
right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a
breach or default of the agreement by Offeror as detailed in the terms of the contract.
Does offeror agree? YES Initials of Authorized Representative of offeror
(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the
definition of "federally assisted construction contract" in 41 CFR Part 60.1.3 must include the equal opportunity clause
Requirements for National! Cooperative Contract
Page 25 of 57
provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR
12319, 12935, 3 CFR Part, 1964.1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order
11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."
Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction
contract, the equal opportunity clause is incorporated by reference herein.
Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror
(D) Davis -Bacon Act, as amended (40 U.S.C. 31414148). When required by Federal program legislation, all prime
construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance
with the Davis -Bacon Act (40 U.S.C. 3141.3144, and 3146-3148) as supplemented by Department of Labor regulations
(29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at
a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In
addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a
copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to
award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -
Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also
include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or
subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or
repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal
entity must report all suspected or reported violations to the Federal awarding agency.
Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all
contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis -Bacon Act provisions.
Does offeror agree? YES Initials of Authorized Representative of offeror
(E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by
the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a
provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR
Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible
provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all
hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions
which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or
materials or articles ordinarily available on the open market, or contracts for transportation or transmission of
intelligence.
Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in
compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all
contracts by Participating Agency resulting from this procurement process.
Does offeror agree? YES Initials of Authorized Representative of offeror
(F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding
agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small
business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the
requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms
Under Govemment Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the
awarding agency.
Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply
with all applicable requirements as referenced in Federal Rule (F) above.
Requirements for National Cooperative Contract
Page 26 of 57
Does offeror agree? YES Initials of Authorized Representative of offeror
(G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251.1387), as
amended —Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -
Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air
Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations
must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency
(EPA)
Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees
to comply with all applicable requirements as referenced in Federal Rule (G) above.
Does offeror agree? YES Initials of Authorized Representative of offeror
(H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be
made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance
with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that
implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235),
"Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise
excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive
Order12549.
Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither
it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency, the offeror will notify the Participating Agency.
Does offeror agree? YES Initials of Authorized Representative of offeror
(1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000
must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of
any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must
also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such
disclosures are forwarded from tier to tier up to the non -Federal award.
Pursuant to Federal Rule (1) above, when federal funds are expended by Participating Agency, the offeror certifies that during
the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process,
the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C, 1352).
The undersigned further certifies that:
(1) No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an
employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the
making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of a Federal contract, grant, loan, or cooperative agreement.
(2) if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or
an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions,
(3) The undersigned shall require that the language of this certification be included in the award documents for all covered sub -
awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly.
Does offeror agree? YES Initials of Authorized Representative of offeror
RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS
When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror
Requirements for National Cooperative Contract
Page 27 of 57
certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that
offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit
final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed.
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT
When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it
will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy
conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18).
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS
To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit
Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to
provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request.
Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and
open competition.
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF ACCESS TO RECORDS — 2 C.F.R. § 200.336
Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any
documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the
purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to
offeror's personnel for the purpose of interview and discussion relating to such documents.
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS
Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions.
Does offeror agree? YES Initials of Authorized Representative of offeror
Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is
further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically
noted above.
Offeror's Name:
Address, City, State, and Zip Code:
Phone Number: Fax Number:
Printed Name and Title of Authorized Representative:
Email Address:
Signature of Authorized Representative: Date:
Requirements for National Cooperative Contract
Page 28 of 57
EXHIBIT G
NEw JERSEY BUSINESS COMPLIANCE
NEW JERSEY BUSINESS COMPLIANCE
Suppliers intending to do business in the State of New Jersey must comply with policies and
procedures required under New Jersey statues. All offerors submitting proposals must complete the
following forms specific to the State of New Jersey. Completed forms should be submitted with the
offeror's response to the RFP. Failure to complete the New Jersey packet will impact OMNIA
Partners, Public Sector's ability to promote the Master Agreement in the State of New Jersey.
DOC #1 Ownership Disclosure Form
DOC #2 Non -Collusion Affidavit
DOC #3 Affirmative Action Affidavit
DOC #4 Political Contribution Disclosure Form
DOC #5 Stockholder Disclosure Certification
DOC #6 Certification of Non -Involvement in Prohibited Activities in Iran
DOC #7 New Jersey Business Registration Certificate
New Jersey suppliers are required to comply with the following New Jersey statutes when
applicable:
+ all anti -discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A.
10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38;
• Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the
Act;
+ Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and
• Bid and Performance Security, as required by the applicable municipal or state statutes.
Requirements for National Cooperative Contract
Page 29 of 57
DOC #1
OWNERSHIP DISCLOSURE FORM
(N.J.S. 52:25-24.2)
Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts
Law), the offeror shall complete the form attached to these specifications listing the persons owning 10
percent (10%) or more of the firm presenting the proposal.
Company Name:
Street:
City, State, Zip Code:
Complete as appropriate:
I certify that I am the sole owner of
that there are no partners and the business is not
incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply.
OR:
I a partner in do hereby
certify that the following is a list of all individual partners who own a 10% or greater interest therein. I
further certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set
forth the names and addresses of the stockholders holding 10% or more of that corporation's stock or the
individual partners owning 10% or greater interest in that partnership.
OR:
I an authorized representative of
a corporation, do hereby certify that the following is a list of the names and
addresses of all stockholders in the corporation who own I M or more of its stock of any class. I further
certify that if one (1) or more of such stockholders is itself a corporation or partnership, that there is also set
forth the names and addresses of the stockholders holding I M or more of the corporation's stock or the
individual partners owning a 10% or greater interest in that partnership.
(Note: If there are no partners or stockholders owning 10% or more interest, indicate none.)
Name Address Interest
I further certify that the statements and information contained herein, are complete and correct to the best of
my knowledge and belief.
Date Authorized Signature and Title
Requirements for National Cooperative Contract
Page 30 of 57
Company Name:
Street:
City, State, Zip Code:
State of
County of
I,
Name
DOC #2
NON -COLLUSION AFFIDAVIT
of the
City
in the County of , State of
of full age, being duly sworn according to law on my oath depose and say that:
I am the
of the firm of
Title Company Name
the Offeror making the Proposal for the goods, services or public work specified under the attached
proposal, and that I executed the said proposal with full authority to do so; that said Offeror has
not directly or indirectly entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free, competitive bidding in connection with the above proposal, and
that all statements contained in said proposal and in this affidavit are true and correct, and made
with full knowledge that relies upon the truth of the statements contained in said proposal and in the
statements contained in this affidavit in awarding the contract for the said goods, services or public
work.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage, brokerage
or contingent fee, except bona fide employees or bona fide established commercial or selling
agencies maintained by
Company Name Authorized Signature & Title
Subscribed and sworn before me
this day of , 20
Notary Public of
My commission expires
0
Requirements for National Cooperative Contract
Page 31 of 45
SEAL
DOC #3
AFFIRMATIVE ACTION AFFIDAVIT
(P.L.1975, C.127)
Company Name:
Street:
City, State, Zip Code:
Proposal Certification:
Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's
proposal will be accepted even if company is not in compliance at this time. No contract and/or
purchase order may be issued, however, until all Affirmative Action requirements are met.
Required Affirmative Action Evidence:
Procurement, Professional & Service Contracts (Exhibit A)
Vendors must submit with proposal:
1. A photo copy of their Federal Letter of Affirmative Action Plan Approval
OR
2. A photo copy of their Certificate of Employee Information Report
OR
3. A complete Affirmative Action Employee Information Report (AA302)
Public Work — Over $50,000 Total Project Cost:
A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form
AA201-A upon receipt from the
B. Approved Federal or New Jersey Plan — certificate enclosed
1 further certify that the statements and information contained herein, are complete and correct to
the best of my knowledge and belief.
Date Authorized Signature and Title
Requirements for National Cooperative Contract
Page 32 of 57
DOC #3, continued
P.L. 1995, c. 127 (N.J.A.C. 17:27)
MANDATORY AFFIRMATIVE ACTION LANGUAGE
PROCUREMENT, PROFESSIONAL AND SERVICE
CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for
employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual
orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and
that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following:
employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post
in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public
Agency Compliance Officer setting forth provisions of this non-discrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or
on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard
to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation.
The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which
it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's commitments under this act
and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act.
The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent
with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to
P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2
promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including
employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis
of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will
discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel
testing conforms with the principles of job -related testing, as established by the statutes and court decisions of the state
of New Jersey and as established by applicable Federal law and applicable Federal court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off
to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and
court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions.
The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as
may be requested by the office from time to time in order to carry out the purposes of these regulations, and public
agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a
compliance investigation pursuant to Subchapter 10 of the Administrative Code LNJAC 17.27).
Signature of Procurement Agent
Requirements for National Cooperative Contract
Page 33 of 57
DOC #4
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Public Agency Instructions
This page provides guidance to public agencies entering into contracts with business entities that are required to file
Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What
follows are instructions on the use of form local units can provide to contractors that are required to disclose political
contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is
available in Local Finance Notice 2006-1 (t s,l wuw cre rc G a./clavl l;u lsf dq / aqL &,s,j_f11s 20061�tm). Please refer
back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer
operational.
1. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a "fair and open'
process (N.J.S.A. 19:44A-20.7).
2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be
submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract
documents or in an appropriate computer file and be available for public access. The form is worded to accept
this alternate submission. The text should be amended if electronic submission will not be allowed.
3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract.
Resolutions of award should reflect that the disclosure has been received and is on file.
4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public
agencies, including all public agencies that have elected officials in the county of the public agency, state
legislative positions, and various state entities. The Division of Local Government Services recommends that
contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and
political committees of the officials and candidates affected by the disclosure.
a. The Division has prepared model disclosure forms for each county. They can be downloaded from the
"County PCD Forms" link on the Pay -to -Play web site at
h1eFr,.zap.:rvfcw1'�vi»asfcl%w,lal;c7 r�rraa.1?:.11t;u11:. They will be updated from rime -to -time as
necessary.
b. A public agency using these forms should edit them to properly reflect the correct legislative district(s).
As the forms are county -based, they fist all legislative districts in each county. Districts that do not
represent the public agency should be removed from the lists.
c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the
county. These submissions are appropriate and should be accepted.
d. The form may be used "as -is", subject to edits as described herein.
e. The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the
Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are
printed on the back of the form; where that is not the case, the text should be edited accordingly.
f. The form is a Word document and can be edited to meet local needs, and posted for download on web sites,
used as an e-mail attachment, or provided as a printed document.
It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the
local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees
listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance
Notice 2006-7 for additional information on this obligation at
)"t,://rvw,,v.Iliqyclea/divisiotis/dI s/resources/Ifns 2 06.w11tn l). A sample Certification form is part of this
package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not
applicable to Boards of Education.
Requirements for National Cooperative Contract
Page 34 of 57
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Contractor Instructions
Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and
open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A.
19:44A-2026). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose
contributions to:
• any State, county, or municipal committee of a political party
• any legislative leadership committee"
• any continuing political committee (a.k.a., political action committee)
• any candidate committee of a candidate for, or holder of, an elective office:
0 of the public entity awarding the contract
0 of that county in which that public entity is located
0 of another public entity within that county
0 or of a legislative district in which that public entity is located or, when the public entity is a county,
of any legislative district which includes all or part of the county
The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were
made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on
reportable contributions.
N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a
natural person. This includes the following:
• individuals with an "interest" ownership or control of more than 10% of the profits or assets of a business
entity or 10% of the stock in the case of a business entity that is a corporation for profit
• all principals, partners, officers, or directors of the business entity or their spouses
• any subsidiaries directly or indirectly controlled by the business entity
• IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity
and filing as continuing political committees, (PACs).
When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall
be deemed to be a contribution by the business entity." [NAS.A. 19:44A-20.26(b)] The contributor must be listed on
the disclosure.
Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an
amount to be determined by the Commission which may be based upon the amount that the business entity failed to
report.
The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected
official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's
responsibility to identify the specific committees to which contributions may have been made and need to be disclosed.
The disclosed information may exceed the minimum requirement_
The enclosed form, a content -consistent facsimile, or an electronic data file containing the required details (along with a
signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public
Records Act.
The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in
meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts.
N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be
established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General
Requirements for National Cooperative Contract
Page 35 of 57
Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C. 1 9:44A-1 0. 1) for
the purpose of receiving contributions and making expenditures."
Requirements for National Cooperative Contract
Page 36 of 57
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Required Pursuant to N.M.A. 19:44A-20.26
This form or its permitted facsimile must be submitted to the local unit
no later than 10 days prior to the award of the contract.
Part f — Vendor Information
Vendor Name:
Address:
City: State: Zip:
The undersigned being authorized to certify, hereby certifies that the submission provided herein represents
compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions
accompanying this form.
Signature Printed Name Title
Part II - Contribution Disclosure
Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable
political contributions (more than $300 per election cycle) over the 12 months prior to submission to
the committees of the government entities listed on the form provided by the local unit.
❑ Check here if disclosure is provided in electronic form
Contributor Name Recipient Name Date Dollar Amount
❑ Check here if the information is continued on subsequent page(s)
Requirements for National Cooperative Contract
Page 37 of 57
DOC #4, continued
List of Agencies with Elected Officials Required for Political Contribution Disclosure
N.J.S.A. 19:44A-20.26
County Name:
State: Governor, and Legislative Leadership Committees
Legislative District #s:
State Senator and two members of the General Assembly per district.
County:
Freeholders County Clerk Sheriff
(County Executive) Surrogate
Municipalities (Mayor and members of governing body, regardless of title):
USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD
FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A
COUNTY -BASED, CUSTOMIZABLE FORM.
Requirements for National Cooperative Contract
Page 38 of 57
DOC #5
STOCKHOLDER DISCLOSURE CERTIFICATION
Name of Business:
13 1 certify that the list below contains the names and home addresses of all stockholders
holding 10% or more of the issued and outstanding stock of the undersigned.
OR
13 I certify that no one stockholder owns 10% or more of the issued and outstanding stock of
the undersigned.
Check the box that represents the type of business organization:
Partnership Corporation 0 Sole Proprietorship
Limited Partnership [ Limited Liability Corporation 0 Limited Liability Partnership
13Subchapter S Corporation
Sign and notarize the form below, and, if necessary, complete the stockholder list below.
Stockholders:
Name:
Home Address:
Name:
Home Address:
Name:
Name:
Home Address:
Home Address:
Name:
Name:
Home Address:
Home Address:
Subscribed and swom before me this _ day of
2_. (Affiant)
(Notary Public)
My Commission expires:
(Print name & title of affiant)
Requirements for National Cooperative Contract
Page 39 of 57
DOC #6
Certification of Non -Involvement in Prohibited Activities in Iran
Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents,
subsidiaries, and/or affiliates {as defined in N.J.S.A. 52:32 — 56(e) (3)), is listed on the Department
of the Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran
and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 — 56(f).
Offerors wishing to do business in New Jersey through this contract must fill out the Certification of
Non -Involvement in Prohibited Activities in Iran here:
jLgj //,Arw ,st t tts/liumati,,,eryc s/dfd/i l.'o/stand rd/fd ./disc,losure iiive Mact )'.
Offerors should submit the above form completed with their proposal.
Requirements for National Cooperative Contract
Page 40 of 57
DOC #7
NEW JERSEY BUSINESS REGISTRATION CERTIFICATE
(N.J.S.A. 52:3244)
Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued
Business Registration Certificate with their proposal here. Failure to do so will disqualify the
Offeror from offering products or services in New Jersey through any resulting contract.
Requirements for National Cooperative Contract
Page 41 of 57
EXHIBIT H
ADVERTISING COMPLIANCE REQUIREMENT
Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following
public agencies and political subdivisions of the referenced public agencies are eligible to register with OMN1A Partners, Public
Sector and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the
foregoing request for proposals for purposes of complying with the procedural requirements of said statutes:
Nationwide:
State of Alabama
State of Hawaii
State of Massachusetts
State of New Mexico
State of South
Dakota
State of Alaska
State of Idaho
State of Michigan
State of New York
State of Tennessee
State of Arizona
State of Illinois
State of Minnesota
State of North Carolina
State of Texas
State of Arkansas
State of Indiana
State of Mississippi
State of North Dakota
State of Utah
State of California
State of Iowa
State of Missouri
State of Ohio
State of Vermont
State of Colorado
State of Kansas
State of Montana
State of Oklahoma
State of Virginia
State of Connecticut
State of Kentucky
State of Nebraska
State of Oregon
State of Washington
State of Delaware
State of Louisiana
State of Nevada
State of Pennsylvania
State of West
Virginia
State of Florida
State of Maine
State of New Hampshire
State of Rhode Island
State of Wisconsin
State of Georgia
I State of Maryland
State of New Jersey
I State of South Carolina
State of Wyoming
District of Columbia
Lists of political subdivisions and local governments in the above referenced states / districts may be found at
ta2tluu//iv vvr.: a > /,fitr d ii S gn_o M ,ii�ijg(i shtan1 and }laps _f rs } w c /tare t..:g eL gilt.
Certain Public Agencies and Political Subdivisions:
CITIES, TOWNS, VILLAGES AND BOROUGHS
CITY OF KENNER, LA
INCLUDING BUT NOT LIMITED TO:
CITY OF LA GRANDE, OR
BAKER CITY GOLF COURSE, OR
CITY OF LAFAYETTE, LA
CITY OF ADAIR VILLAGE, OR
CITY OF LAKE CHARLES, OR
CITY OF ASHLAND, OR
CITY OF LEBANON, OR
CITY OF AUMSVILLE, OR
CITY OF MCMINNVILLE, OR
CITY OF AURORA, OR
CITY OF MEDFORD, OR
CITY OF BAKER, OR
CITY OF METAIRIE, LA
CITY OF BATON ROUGE, LA
CITY OF MILL CITY, OR
CITY OF BEAVERTON, OR
CITY OF MILWAUKIE, OR
CITY OF BEND, OR
CITY OF MONROE, LA
CITY OF BOARDMAN, OR
CITY OF MOSIER, OR
CITY OF BONANAZA, OR
CITY OF NEW ORLEANS, LA
CITY OF BOSSIER CITY, LA
CITY OF NORTH PLAINS, OR
CITY OF BROOKINGS, OR
CITY OF OREGON CITY, OR
CITY OF BURNS, OR
CITY OF PILOT ROCK, OR
CITY OF CANBY, OR
CITY OF PORTLAND, OR
CITY OF CANYONVILLE, OR
CITY OF POWERS, OR
CITY OF CLATSKANIE, OR
CITY OF PRINEVILLE, OR
CITY OF COBURG, OR
CITY OF REDMOND, OR
CITY OF CONDON, OR
CITY OF REEDSPORT, OR
CITY OF COQUILLE, OR
CITY OF RIDDLE, OR
CITY OF CORVALLI, OR
CITY OF ROGUE RIVER, OR
CITY OF CORVALLIS PARKS AND RECREATION
CITY OF ROSEBURG, OR
DEPARTMENT, OR
CITY OF SALEM, OR
CITY OF COTTAGE GROVE, OR
CITY OF SANDY, OR
CITY OF DONALD, OR
CITY OF SCAPPOOSE, OR
CITY OF EUGENE, OR
CITY OF SHADY COVE, OR
CITY OF FOREST GROVE, OR
CITY OF SHERWOOD, OR
CITY OF GOLD HILL, OR
CITY OF SHREVEPORT, LA
CITY OF GRANTS PASS, OR
CITY OF SILVERTON, OR
CITY OF GRESHAM, OR
CITY OF SPRINGFIELD, OR
CITY OF HILLSBORO, OR
CITY OF ST. HELENS, OR
CITY OF INDEPENDENCE, OR
CITY OF ST. PAUL, OR
CITY AND COUNTY OF HONOLULU, HI
CITY OF SULPHUR, LA
Requirements for
National Cooperative Contract
Page 42 of 45
CITY OF TIGARD, OR
ENOCH, UT
CITY OF TROUTDALE, OR
ENTERPRISE, UT
CITY OF TUALATIN, OR
EPHRAIM, UT
CITY OF WALKER, LA
ESCALANTE, UT
CITY OF WARRENTON, OR
EUREKA, UT
CITY OF WEST LINN, OR
FAIRFIELD, UT
CITY OF WILSONVILLE, OR
FAIRVIEW, UT
CITY OF WINSTON, OR
FARMINGTON, UT
CITY OF WOODBURN, OR
FARR WEST, UT
LEAGUE OF OREGON CITES
FAYETTE, UT
THE CITY OF HAPPY VALLEY OREGON
FERRON, UT
ALPINE, UT
FIELDING, UT
ALTA, UT
FILLMORE, UT
ALTAMONT, UT
FOUNTAIN GREEN, UT
ALTON, UT
FRANCIS, UT
AMALGA, UT
FRUIT HEIGHTS, UT
AMERICAN FORK CITY, UT
GARDEN CITY, UT
ANNABELLA,UT
GARLAND,UT
ANTIMONY, UT
GENOLA, UT
APPLE VALLEY, UT
GLENDALE, UT
AURORA, UT
GLENWOOD, UT
BALLARD, UT
GOSHEN, UT
BEAR RIVER CITY, UT
GRANTSVILLE, UT
BEAVER, UT
GREEN RIVER, UT
BICKNELL, UT
GUNNISON, UT
BIG WATER, UT
HANKSVILLE, UT
BLANDING, UT
HARRISVILLE, UT
BLUFFDALE,UT
HATCH,UT
BOULDER, UT
HEBER CITY CORPORATION, UT
CITY OF BOUNTIFUL, UT
HELPER, UT
BRIAN HEAD, UT
HENEFER, UT
BRIGHAM CITY CORPORATION, UT
HENRIEVILLE, UT
BRYCE CANYON CITY, UT
HERRIMAN, UT
CANNONVILLE, UT
HIDEOUT, UT
CASTLE DALE, UT
HIGHLAND, UT
CASTLE VALLEY, UT
HILDALE, UT
CITY OF CEDAR CITY, UT
HINCKLEY, UT
CEDAR FORT, UT
HOLDEN, UT
CITY OF CEDAR HILLS, UT
HOLLADAY, UT
CENTERFIELD, UT
HONEYVILLE, UT
CENTERVILLE CITY CORPORATION, UT
HOOPER, UT
CENTRAL VALLEY, UT
HOWELL, UT
CHARLESTON, UT
HUNTINGTON, UT
CIRCLEVILLE, UT
HUNTSVILLE, UT
CLARKSTON, UT
CITY OF HURRICANE, UT
CLAWSON, UT
HYDE PARK, UT
CLEARFIELD, UT
HYRUM, UT
CLEVELAND, UT
INDEPENDENCE, UT
CLINTON CITY CORPORATION, UT
IVINS, UT
COALVILLE, UT
JOSEPH, UT
CORINNE, UT
JUNCTION, UT
CORNISH, UT
KAMAS, UT
COTTONWOOD HEIGHTS, UT
KANAB, UT
DANIEL, UT
KANARRAVILLE, UT
DELTA, UT
KANOSH, UT
DEWEYVILLE, UT
KAYSVILLE, UT
DRAPER CITY, UT
KINGSTON, UT
DUCHESNE, UT
KOOSHAREM, UT
EAGLE MOUNTAIN, UT
LAKETOWN, UT
EAST CARBON, UT
LA VERKIN, UT
ELK RIDGE, UT
LAYTON, UT
ELMO, UT
LEAMINGTON, UT
ELSINORE, UT
LEEDS, UT
ELWOOD, UT
LEHI CITY CORPORATION, UT
EMERY, UT
LEVAN, UT
Requirements for National Cooperative Contract
Page 43 of 57
LEWISTON, UT
RIVERTON CITY, UT
LINDON, UT
ROCKVILLE, UT
LOA, UT
ROCKY RIDGE, UT
LOGAN CITY, UT
ROOSEVELT CITY CORPORATION, UT
LYMAN, UT
ROY, UT
LYNNDYL, UT
RUSH VALLEY, UT
MANILA, UT
CITY OF ST. GEORGE, UT
MANTI, UT
SALEM, UT
MANTUA, UT
SALINA, UT
MAPLETON, UT
SALT LAKE CITY CORPORATION, UT
MARRIOTT-SLATERVILLE, UT
SANDY, UT
MARYSVALE, UT
SANTA CLARA, UT
MAYFIELD, UT
SANTAQUIN, UT
MEADOW, UT
SARATOGA SPRINGS, UT
MENDON, UT
SCIPIO, UT
MIDVALE CITY INC., UT
SCOFIELD, UT
MIDWAY, UT
SIGURD, UT
MILFORD, UT
SMITHFIELD, UT
MILLVILLE, UT
SNOWVILLE, UT
MINERSVILLE, UT
CITY OF SOUTH JORDAN, UT
MOAB, UT
SOUTH OGDEN, UT
MONA, UT
CITY OF SOUTH SALT LAKE, UT
MONROE, UT
SOUTH WEBER, UT
CITY OF MONTICELLO, UT
SPANISH FORK, UT
MORGAN, UT
SPRING CITY, UT
MORON], UT
SPRINGDALE, UT
MOUNT PLEASANT, UT
SPRINGVILLE, UT
MURRAY CITY CORPORATION, UT
STERLING, UT
MYTON,UT
STOCKTON,UT
NAPLES, UT
SUNNYSIDE, UT
NEPHI, UT
SUNSET CITY CORP, UT
NEW HARMONY, UT
SYRACUSE, UT
NEWTON, UT
TABIONA, UT
NIBLEY, UT
CITY OF TAYLORSVILLE, UT
NORTH LOGAN, UT
TOOELE CITY CORPORATION, UT
NORTH OGDEN, UT
TOQUERVILLE, UT
NORTH SALT LAKE CITY, UT
TORREY, UT
OAK CITY, UT
TREMONTON CITY, UT
OAKLEY, UT
TRENTON, UT
OGDEN CITY CORPORATION, UT
TROPIC, UT
OPHIR, UT
UINTAH, UT
ORANGEVILLE, UT
VERNAL CITY, UT
ORDERVILLE, UT
VERNON, UT
OREM, UT
VINEYARD, UT
PANGUITCH, UT
VIRGIN, UT
PARADISE, UT
WALES, UT
PARAGONAH, UT
WALLSBURG, UT
PARK CITY, UT
WASHINGTON CITY, UT
PAROWAN, UT
WASHINGTON TERRACE, UT
PAYSON, UT
WELLINGTON, UT
PERRY, UT
WELLSVILLE, UT
PLAIN CITY, UT
WENDOVER, UT
PLEASANT GROVE CITY, UT
WEST BOUNTIFUL, UT
PLEASANT VIEW, UT
WEST HAVEN, UT
PLYMOUTH, UT
WEST JORDAN, UT
PORTAGE, UT
WEST POINT, UT
PRICE, UT
WEST VALLEY CITY, UT
PROVIDENCE, UT
WILLARD, UT
PROVO, UT
WOODLAND HILLS, UT
RANDOLPH, UT
WOODRUFF, UT
REDMOND, UT
WOODS CROSS, UT
RICHFIELD, UT
RICHMOND, UT
COUNTIES AND PARISHES INCLUDING BUT NOT
RIVERDALE, UT
LIMITED TO:
RIVER HEIGHTS, UT
ASCENSION PARISH, LA
Requirements for National Cooperative Contract
Page 44 of 57
ASCENSION PARISH, LA, CLEAR OF COURT
CADDO PARISH, LA
CALCASIEU PARISH, LA
CALCASIEU PARISH SHERIFF'S OFFICE, LA
CITY AND COUNTY OF HONOLULU, HI
CLACKAMAS COUNTY, OR
CLACKAMAS COUNTY DEPT OF TRANSPORTATION,
OR
CLATSOP COUNTY, OR
COLUMBIA COUNTY, OR
COOS COUNTY, OR
COOS COUNTY HIGHWAY DEPARTMENT, OR
COUNTY OF HAWAII, OR
CROOK COUNTY, OR
CROOK COUNTY ROAD DEPARTMENT, OR
CURRY COUNTY, OR
DESCHUTES COUNTY, OR
DOUGLAS COUNTY, OR
EAST BATON ROUGE PARISH, LA
GILLIAM COUNTY, OR
GRANT COUNTY, OR
HARNEY COUNTY, OR
HARNEY COUNTY SHERIFFS OFFICE, OR
HAWAII COUNTY, HI
HOOD RIVER COUNTY, OR
JACKSON COUNTY, OR
JEFFERSON COUNTY, OR
JEFFERSON PARISH, LA
JOSEPHINE COUNTY GOVERNMENT, OR
LAFAYETTE CONSOLIDATED GOVERNMENT, LA
LAFAYETTE PARISH, LA
LAFAYETTE PARISH CONVENTION & VISITORS
COMMISSION
LAFOURCHE PARISH, LA
KAUAI COUNTY, HI
KLAMATH COUNTY, OR
LAKE COUNTY, OR
LANE COUNTY, OR
LINCOLN COUNTY, OR
LINN COUNTY, OR
LIVINGSTON PARISH, LA
MALHEUR COUNTY, OR
MAUI COUNTY, HI
MARION COUNTY, SALEM, OR
MORROW COUNTY, OR
MULTNOMAH COUNTY, OR
MULTNOMAH COUNTY BUSINESS AND
COMMUNITY SERVICES, OR
MULTNOMAH COUNTY SHERIFFS OFFICE, OR
MULTNOMAH LAW LIBRARY, OR
ORLEANS PARISH, LA
PLAQUEMINES PARISH, LA
POLK COUNTY, OR
RAPIDES PARISH, LA
SAINT CHARLES PARISH, LA
SAINT CHARLES PARISH PUBLIC SCHOOLS, LA
SAINT LANDRY PARISH, LA
SAINT TAMMANY PARISH, LA
SHERMAN COUNTY, OR
TERREBONNE PARISH, LA
TILLAMOOK COUNTY, OR
TILLAMOOK COUNTY SHERIFF'S OFFICE, OR
TILLAMOOK COUNTY GENERAL HOSPITAL, OR
UMATILLA COUNTY, OR
UNION COUNTY, OR
WALLOWA COUNTY, OR
WASCO COUNTY, OR
WASHINGTON COUNTY, OR
WEST BATON ROUGE PARISH, LA
WHEELER COUNTY, OR
YAMHILL COUNTY, OR
COUNTY OF BOX ELDER, UT
COUNTY OF CACHE, UT
COUNTY OF RICH, UT
COUNTY OF WEBER, UT
COUNTY OF MORGAN, UT
COUNTY OF DAVIS, UT
COUNTY OF SUMMIT, UT
COUNTY OF DAGGETT, UT
COUNTY OF SALT LAKE, UT
COUNTY OF TOOELE, UT
COUNTY OF UTAH, UT
COUNTY OF WASATCH, UT
COUNTY OF DUCHESNE, UT
COUNTY OF UINTAH, UT
COUNTY OF CARBON, UT
COUNTY OF SANPETE, UT
COUNTY OF JUAB, UT
COUNTY OF MILLARD, UT
COUNTY OF SEVIER, UT
COUNTY OF EMERY, UT
COUNTY OF GRAND, UT
COUNTY OF BEVER, UT
COUNTY OF PIUTE, UT
COUNTY OF WAYNE, UT
COUNTY OF SAN JUAN, UT
COUNTY OF GARFIELD, UT
COUNTY OF KANE, UT
COUNTY OF IRON, UT
COUNTY OF WASHINGTON, UT
OTHER AGENCIES INCLUDING ASSOCIATIONS,
BOARDS, DISTRICTS, COMMISSIONS, COUNCILS,
PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT
AUTHORITIES, RESERVATIONS AND UTILITIES
INCLUDING BUT NOT LIMITED TO:
ADAIR R.F.P.D., OR
ADEL WATER IMPROVEMENT DISTRICT, OR
ADRIAN R.F.P.D., OR
AGNESS COMMUNITY LIBRARY, OR
AGNESS-ILLAHE R.F.P.D., OR
AGRICULTURE EDUCATION SERVICE EXTENSION
DISTRICT, OR
ALDER CREEK-BARLOW WATER DISTRICT NO.29,
OR
ALFALFA FIRE DISTRICT, OR
ALSEA R.F.P.D„ OR
ALSEA RIVIERA WATER IMPROVEMENT DISTRICT,
OR
AMITY FIRE DISTRICT, OR
ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR
APPLE ROGUE DISTRICT IMPROVEMENT COMPANY,
OR
APPLEGATE VALLEY R.F.P.D. #9, OR
ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT,
OR
ARCH CAPE SANITARY DISTRICT, OR
ARNOLD IRRIGATTON DISTRICT, OR
ASH CREEK WATER CONTROL DISTRICT, OR
ATHENA CEMETERY MAINTENANCE DISTRICT, OR
Requirements for National Cooperative Contract
Page 45 of 57
AUMSVILLE R.F.P.D., OR
AURORA R.F.P.D., OR
AZALEA R.F.P.D., OR
BADGER IMPROVEMENT DISTRICT, OR
BAILEY -SPENCER R.F.P.D., OR
BAKER COUNTY LIBRARY DISTRICT, OR
BAKER R.F.P.D., OR
BAKER RIVERTON ROAD DISTRICT, OR
BAKER VALLEY IRRIGATION DISTRICT, OR
BAKER VALLEY S.W.C.D., OR
BAKER VALLEY VECTOR CONTROL DISTRICT, OR
BANDON CRANBERRY WATER CONTROL DISTRICT,
OR
BANDON R.F.P.D., OR
BANKS FIRE DISTRICT, OR
BANKS FIRE DISTRICT # I3, OR
BAR L RANCH ROAD DISTRICT, OR
BARLOW WATER IMPROVEMENT DISTRICT, OR
BASIN AMBULANCE SERVICE DISTRICT, OR
BASIN TRANSIT SERVICE TRANSPORTATION
DISTRICT, OR
BATON ROUGE WATER COMPANY
BAY AREA HEALTH DISTRICT, OR
BAYSHORE SPECIAL ROAD DISTRICT, OR
BEAR VALLEY SPECIAL ROAD DISTRICT, OR
BEAVER CREEK WATER CONTROL DISTRICT, OR
BEAVER DRAINAGE IMPROVEMENT COMPANY,
INC., OR
BEAVER SLOUGH DRAINAGE DISTRICT, OR
BEAVER SPECIAL ROAD DISTRICT, OR
BEAVER WATER DISTRICT, OR
BELLE MER S.I.G.L. TRACTS SPECIAL ROAD
DISTRICT, OR
BEND METRO PARK AND RECREATION DISTRICT
BENTON S.W.C.D., OR
BERNDT SUBDIVISION WATER IMPROVEMENT
DISTRICT, OR
BEVERLY BEACH WATER DISTRICT, OR
BIENVILLE PARISH FIRE PROTECTION DISTRICT 6,
LA
BIG BEND IRRIGATION DISTRICT, OR
BIGGS SERVICE DISTRICT, OR
BLACK BUTTE RANCH DEPARTMENT OF POLICE
SERVICES, OR
BLACK BUTTE RANCH R.F.P,D., OR
BLACK MOUNTAIN WATER DISTRICT, OR
BLODGETT-SUMMIT R.F.P.D., OR
BLUE MOUNTAIN HOSPITAL DISTRICT, OR
BLUE MOUNTAIN TRANSLATOR DISTRICT, OR
BLUE RIVER PARK & RECREATION DISTRICT, OR
BLUE RIVER WATER DISTRICT, OR
BLY R.F.P.D., OR
BLY VECTOR CONTROL DISTRICT, OR
BLY WATER AND SANITARY DISTRICT, OR
BOARDMAN CEMETERY MAINTENANCE DISTRICT,
OR
BOARDMAN PARK AND RECREATION DISTRICT
BOARDMAN R.F.P.D., OR
BONANZA BIG SPRINGS PARK & RECREATION
DISTRICT, OR
BONANZA MEMORIAL PARK CEMETERY DISTRICT,
OR
BONANZA R.F.P.D., OR
BONANZA-LANGELL VALLEY VECTOR CONTROL
DISTRICT, OR
BORING WATER DISTRICT #24, OR
BOULDER CREEK RETREAT SPECIAL ROAD
DISTRICT, OR
BRIDGE R.F.P.D., OR
BROOKS COMMUNITY SERVICE DISTRICT, OR
BROWNSVILLE R.F.P.D., OR
BUELL-RED PRAIRIE WATER DISTRICT, OR
BUNKER HILL R.F.P.D. #1, OR
BUNKER HILL SANITARY DISTRICT, OR
BURLINGTON WATER DISTRICT, OR
BURNT RIVER IRRIGATION DISTRICT, OR
BURNT RIVER S.W.C.D., OR
CALAPOOIA R.F.P.D., OR
CAMAS VALLEY R.F.P.D., OR
CAMELLIA PARK SANITARY DISTRICT, OR
CAMMANN ROAD DISTRICT, OR
CAMP SHERMAN ROAD DISTRICT, OR
CANBY AREA TRANSIT, OR
CANBY R.F.P.D. #62, OR
CANBY UTILITY BOARD, OR
CANNON BEACH R.F.P.D., OR
CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR
CAPE FERRELO R.F.P.D., OR
CAPE FOULWEATHER SANITARY DISTRICT, OR
CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR
CARMEL BEACH WATER DISTRICT, OR
CASCADE VIEW ESTATES TRACT 2, OR
CEDAR CREST SPECIAL ROAD DISTRICT, OR
CEDAR TRAILS SPECIAL ROAD DISTRICT, OR
CEDAR VALLEY - NORTH BANK R.F.P.D., OR
CENTRAL CASCADES FIRE AND EMS, OR
CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA
CENTRAL LINCOLN P.U.D., OR
CENTRAL OREGON COAST FIRE & RESCUE
DISTRICT, OR
CENTRAL OREGON INTERGOVERNMENTAL
COUNCIL
CENTRAL OREGON IRRIGATION DISTRICT, OR
CHAPARRAL WATER CONTROL DISTRICT, OR
CHARLESTON FIRE DISTRICT, OR
CHARLESTON SANITARY DISTRICT, OR
CHARLOTTE ANN WATER DISTRICT, OR
CHEHALEM PARK & RECREATION DISTRICT, OR
CHEHALEM PARK AND RECREATION DISTRICT
CHEMULT R,F.P.D., OR
CHENOWITH WATER P.U.D., OR
CHERRIOTS, OR
CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT,
OR
CHILOQUIN VECTOR CONTROL DISTRICT, OR
CHILOQUIN-AGENCY LAKE R.F.P.D., OR
CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR
CHR DISTRICT IMPROVEMENT COMPANY, OR
CHRISTMAS VALLEY DOMESTIC WATER DISTRICT,
OR
CHRISTMAS VALLEY PARK & RECREATION
DISTRICT, OR
CHRISTMAS VALLEY R.F.P.D., OR
CITY OF BOGALUSA SCHOOL BOARD, LA
CLACKAMAS COUNTY FIRE DISTRICT#I, OR
CLACKAMAS COUNTY SERVICE DISTRICT #l, OR
CLACKAMAS COUNTY VECTOR CONTROL
DISTRICT, OR
CLACKAMAS RIVER WATER
CLACKAMAS RIVER WATER, OR
Requirements for National Cooperative Contract
Page 46 of 57
CLACKAMAS S.W.C.D., OR
CLATSKANIE DRAINAGE IMPROVEMENT
COMPANY, OR
CLATSKANIE LIBRARY DISTRICT, OR
CLATSKANIE P.U.D., OR
CLATSKANIE PARK & RECREATION DISTRICT, OR
CLATSKANIE PEOPLE'S UTILITY DISTRICT
CLATSKANIE R.F.P.D., OR
CLATSOP CARE CENTER HEALTH DISTRICT, OR
CLATSOP COUNTY S.W.C.D., OR
CLATSOP DRAINAGE IMPROVEMENT COMPANY 415,
INC., OR
CLEAN WATER SERVICES
CLEAN WATER SERVICES, OR
CLOVERDALE R.F.P.D., OR
CLOVERDALE SANITARY DISTRICT, OR
CLOVERDALE WATER DISTRICT, OR
COALEDO DRAINAGE DISTRICT, OR
COBURG FIRE DISTRICT, OR
COLESTIN RURAL FIRE DISTRICT, OR
COLTON R.F.P.D., OR
COLTON WATER DISTRICT #11, OR
COLUMBIA 911 COMMUNICATIONS DISTRICT, OR
COLUMBIA COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
COLUMBIA DRAINAGE VECTOR CONTROL, OR
COLUMBIA IMPROVEMENT DISTRICT, OR
COLUMBIA R.F.P.D., OR
COLUMBIA RIVER FIRE & RESCUE, OR
COLUMBIA RIVER PUD, OR
COLUMBIA S.W.C.D., OR
COLUMBIA S.W.C_D., OR
CONFEDERATED TRIBES OF THE UMATILLA INDIAN
RESERVATION
COOS COUNTY AIRPORT DISTRICT, OR
COOS COUNTY AIRPORT DISTRICT, OR
COOS COUNTY AREA TRANSIT SERVICE DISTRICT,
OR
COOS COUNTY AREA TRANSIT SERVICE DISTRICT,
OR
COOS FOREST PROTECTIVE ASSOCIATION
COOS S.W.C.D., OR
COQUILLE R.F.P.D., OR
COQUILLE VALLEY HOSPITAL DISTRICT, OR
CORBETT WATER DISTRICT, OR
CORNELIUS R.F.P.D., OR
CORP RANCH ROAD WATER IMPROVEMENT, OR
CORVALLIS R.F.P.D., OR
COUNTRY CLUB ESTATES SPECIAL WATER
DISTRICT, OR
COUNTRY CLUB WATER DISTRICT, OR
COUNTRY ESTATES ROAD DISTRICT, OR
COVE CEMETERY MAINTENANCE DISTRICT, OR
COVE ORCHARD SEWER SERVICE DISTRICT, OR
COVE R.F.P.D., OR
CRESCENT R.F.P.D., OR
CRESCENT SANITARY DISTRICT, OR
CRESCENT WATER SUPPLY AND IMPROVEMENT
DISTRICT, OR
CROOK COUNTY AGRICULTURE EXTENSION
SERVICE DISTRICT, OR
CROOK COUNTY CEMETERY DISTRICT, OR
CROOK COUNTY FIRE AND RESCUE, OR
CROOK COUNTY PARKS & RECREATION DISTRICT,
OR
CROOK COUNTY S.W.C.D., OR
CROOK COUNTY VECTOR CONTROL DISTRICT, OR
CROOKED RIVER RANCH R.F.P.D., OR
CROOKED RIVER RANCH SPECIAL ROAD DISTRICT,
OR
CRYSTAL SPRINGS WATER DISTRICT, OR
CURRY COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
CURRY COUNTY PUBLIC TRANSIT SERVICE
DISTRICT, OR
CURRY COUNTY S.W.C.D., OR
CURRY HEALTH DISTRICT, OR
CURRY PUBLIC LIBRARY DISTRICT, OR
DALLAS CEMETERY DISTRICT #4, OR
DARLEY DRIVE SPECIAL ROAD DISTRICT, OR
DAVID CROCKETT STEAM FIRE COMPANY #1, LA
DAYS CREEK R.F.P.D., OR
DAYTON FIRE DISTRICT, OR
DEAN MINARD WATER DISTRICT, OR
DEE IRRIGATION DISTRICT, OR
DEER ISLAND DRAINAGE IMPROVEMENT
COMPANY, OR
DELL BROGAN CEMETERY MAINTENANCE
DISTRICT, OR
DEPOE BAY R.F.P.D., OR
DESCHUTES COUNTY 911 SERVICE DISTRICT, OR
DESCHUTES COUNTY R.F.P.D. #2, OR
DESCHUTES PUBLIC LIBRARY DISTRICT, OR
DESCHUTES S.W.C.D., OR
DESCHUTES VALLEY WATER DISTRICT, OR
DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR
DEXTER R.F.P.D., OR
DEXTER SANITARY DISTRICT, OR
DORA-SITKUM R.F.P.D., OR
DOUGLAS COUNTY FIRE DISTRICT #2, OR
DOUGLAS S.W.C.D., OR
DRAKES CROSSING R.F.P.D., OR
DRRH SPECIAL ROAD DISTRICT 46, OR
DRY GULCH DITCH DISTRICT IMPROVEMENT
COMPANY, OR
DUFUR RECREATION DISTRICT, OR
DUMBECK LANE DOMESTIC WATER SUPPLY, OR
DUNDEE R.F.P.D., OR
DURKEE COMMUNITY BUILDING PRESERVATION
DISTRICT, OR
EAGLE POINT IRRIGATION DISTRICT, OR
EAGLE VALLEY CEMETERY MAINTENANCE
DISTRICT, OR
EAGLE VALLEY R.F.P.D., OR
EAGLE VALLEY S.W.C.D., OR
EAST FORK IRRIGATION DISTRICT, OR
EAST MULTNOMAH S.W.C.D., OR
EAST SALEM SERVICE DISTRICT, OR
EAST UMATILLA CHEMICAL CONTROL DISTRICT,
OR
EAST UMATILLA COUNTY AMBULANCE AREA
HEALTH DISTRICT, OR
EAST UMATILLA COUNTY R.F.P.D., OR
EAST VALLEY WATER DISTRICT, OR
ELGIN COMMUNITY PARKS & RECREATION
DISTRICT, OR
ELGIN HEALTH DISTRICT, OR
ELGIN R.F.P.D., OR
ELKTON ESTATES PHASE Il SPECIAL ROAD
DISTRICT, OR
Requirements for National Cooperative Contract
Page 47 of 57
ELKTON R.F.P.D., OR
EMERALD P.U.D., OR
ENTERPRISE IRRIGATION DISTRICT, OR
ESTACADA CEMETERY MAINTENANCE DISTRICT,
OR
ESTACADA R.F.P.D. #69, OR
EUGENE R.F.P.D. # I, OR
EUGENE WATER AND ELECTRIC BOARD
EVANS VALLEY FIRE DISTRICT #6, OR
FAIR OAKS R.F.P.D., OR
FAIRVIEW R.F.P.D., OR
FAIRVIEW WATER DISTRICT, OR
FALCON HEIGHTS WATER AND SEWER, OR
FALCON -COVE BEACH WATER DISTRICT, OR
FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR
FARGO INTERCHANGE SERVICE DISTRICT, OR
FARMERS IRRIGATION DISTRICT, OR
FAT ELK DRAINAGE DISTRICT, OR
FERN RIDGE PUBLIC LIBRARY DISTRICT, OR
FERN VALLEY ESTATES IMPROVEMENT DISTRICT,
OR
FOR FAR ROAD DISTRICT, OR
FOREST GROVE R.F.P.D., OR
FOREST VIEW SPECIAL ROAD DISTRICT, OR
FORT ROCK -SILVER LAKE S.W.C.D., OR
FOUR RIVERS VECTOR CONTROL DISTRICT, OR
FOX CEMETERY MAINTENANCE DISTRICT, OR
GARDINER R.F.P.D., OR
GARDINER SANITARY DISTRICT, OR
GARIBALDI R.F.P.D., OR
GASTON R.F.P.D., OR
GATES R.F.P.D., OR
GEARHART R.F.P.D., OR
GILLIAM S.W.C.D., OR
GLENDALE AMBULANCE DISTRICT, OR
GLENDALE R.F.P.D., OR
GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR
GLENEDEN SANITARY DISTRICT, OR
GLENWOOD WATER DISTRICT, OR
GLIDE - IDLEYLD SANITARY DISTRICT, OR
GLIDE R.F.P.D., OR
GOLD BEACH - WEDDERBURN R.F.P.D., OR
GOLD HILL IRRIGATION DISTRICT, OR
GOLDFINCH ROAD DISTRICT, OR
GOSHEN R.F.P.D., OR
GOVERNMENT CAMP ROAD DISTRICT, OR
GOVERNMENT CAMP SANITARY DISTRICT, OR
GRAND PRAIRIE WATER CONTROL DISTRICT, OR
GRAND RONDE SANITARY DISTRICT, OR
GRANT COUNTY TRANSPORTATION DISTRICT, OR
GRANT S.W.C.D., OR
GRANTS PASS IRRIGATION DISTRICT, OR
GREATER BOWEN VALLEY R.F.P.D., OR
GREATER ST. HELENS PARK & RECREATION
DISTRICT, OR
GREATER TOLEDO POOL RECREATION DISTRICT,
OR
GREEN KNOLLS SPECIAL ROAD DISTRICT, OR
GREEN SANITARY DISTRICT, OR
GREENACRES R.F.P.D., OR
GREENBERRY IRRIGATION DISTRICT, OR
GREENSPRINGS RURAL FIRE DISTRICT, OR
HAHLEN ROAD SPECIAL DISTRICT, OR
HAINES CEMETERY MAINTENANCE DISTRICT, OR
HAINES FIRE PROTECTION DISTRICT, OR
HALSEY-SHEDD R.F.P.D., OR
HAMLET R.F.P.D., OR
HARBOR R.F.P.D., OR
HARBOR SANITARY DISTRICT, OR
HARBOR WATER P.U.D., OR
HARNEY COUNTY HEALTH DISTRICT, OR
HARNEY S.W.C.D., OR
HARPER SOUTH SIDE IRRIGATION DISTRICT, OR
HARRISBURG FIRE AND RESCUE, OR
HAUSER R.F.P.D., OR
HAZELDELL RURAL FIRE DISTRICT, OR
HEBO JOINT WATER -SANITARY AUTHORITY, OR
HECETA WATER P.U.D„ OR
HELIX CEMETERY MAINTENANCE DISTRICT #4, OR
HELIX PARK & RECREATION DISTRICT, OR
HELIX RX.P.D. #7-411, OR
HEPPNER CEMETERY MAINTENANCE DISTRICT, OR
HEPPNER R.F.P.D., OR
HEPPNER WATER CONTROL DISTRICT, OR
HEREFORD COMMUNITY HALL RECREATION
DISTRICT, OR
HERMISTON CEMETERY DISTRICT, OR
HERMISTON IRRIGATION DISTRICT, OR
HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT
DISTRICT, OR
HIGH DESERT PARK & RECREATION DISTRICT, OR
HIGHLAND SUBDIVISION WATER DISTRICT, OR
HONOLULU INTERNATIONAL AIRPORT
HOOD RIVER COUNTY LIBRARY DISTRICT, OR
HOOD RIVER COUNTY TRANSPORTATION DISTRICT,
OR
HOOD RIVER S.W.C.D., OR
HOOD RIVER VALLEY PARKS & RECREATION
DISTRICT, OR
HOODLAND FIRE DISTRICT #74
HOODLAND FIRE DISTRICT474, OR
HORSEFLY IRRIGATION DISTRICT, OR
HOSKINS-KINGS VALLEY R.F.P.D., OR
HOUSING AUTHORITY OF PORTLAND
HUBBARD R.F.P.D., OR
HUDSON BAY DISTRICT IMPROVEMENT COMPANY,
OR
I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT
COMPANY, OR
ICE FOUNTAIN WATER DISTRICT, OR
IDAHO POINT SPECIAL ROAD DISTRICT, OR
IDANHA-DETROIT RURAL FIRE PROTECTION
DISTRICT, OR
ILLINOIS VALLEY FIRE DISTRICT
ILLINOIS VALLEY R.F.P.D., OR
ILLINOIS VALLEY S.W.C.D., OR
IMBLER R.F.P.D., OR
INTERLACHEN WATER P.U.D., OR
IONE LIBRARY DISTRICT, OR
IONE R.F.P.D. 46-604, OR
IRONSIDE CEMETERY MAINTENANCE DISTRICT, OR
IRONSIDE RURAL ROAD DISTRICT #5, OR
IRRIGON PARK & RECREATION DISTRICT, OR
IRRIGON R.F.P.D., OR
ISLAND CITY AREA SANITATION DISTRICT, OR
ISLAND CITY CEMETERY MAINTENANCE DISTRICT,
OR
JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR
JACKSON COUNTY FIRE DISTRICT #3, OR
JACKSON COUNTY FIRE DISTRICT #4, OR
Requirements for National Cooperative Contract
Page 48 of 57
JACKSON COUNTY FIRE DISTRICT #5, OR
JACKSON COUNTY LIBRARY DISTRICT, OR
JACKSON COUNTY VECTOR CONTROL DISTRICT, OR
JACKSON S.W.C.D., OR
JASPER KNOLLS WATER DISTRICT, OR
JEFFERSON COUNTY EMERGENCY MEDICAL
SERVICE DISTRICT, OR
JEFFERSON COUNTY FIRE DISTRICT #1, OR
JEFFERSON COUNTY LIBRARY DISTRICT, OR
JEFFERSON COUNTY S.W.C.D., OR
JEFFERSON PARK & RECREATION DISTRICT, OR
JEFFERSON R.F.P.D., OR
JOB'S DRAINAGE DISTRICT, OR
JOHN DAY WATER DISTRICT, OR
JOHN DAY -CANYON CITY PARKS & RECREATION
DISTRICT, OR
JOHN DAY-FERNHILL R.F.P.D. #5-108, OR
JORDAN VALLEY CEMETERY DISTRICT, OR
JORDAN VALLEY IRRIGATION DISTRICT, OR
JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR
JOSEPHINE COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
JOSEPHINE COUNTY 911 AGENCY, OR
JUNCTION CITY R.F.P.D., OR
JUNCTION CITY WATER CONTROL DISTRICT, OR
JUNIPER BUTTE ROAD DISTRICT, OR
JUNIPER CANYON WATER CONTROL DISTRICT, OR
JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY,
OR
JUNIPER FLAT R.F.P.D., OR
JUNO NONPROFIT WATER IMPROVEMENT
DISTRICT, OR
KEATING R.F.P.D., OR
KEATING S.W.C.D., OR
KEIZER R.F.P.D., OR
KELLOGG RURAL FIRE DISTRICT, OR
KENO IRRIGATION DISTRICT, OR
KENO PINES ROAD DISTRICT, OR
KENO R.F.P.D., OR
KENT WATER DISTRICT, OR
KERBY WATER DISTRICT, OR
K-GB-LB WATER DISTRICT, OR
KILCHIS WATER DISTRICT, OR
KLAMATH 9-I-1 COMMUNICATIONS DISTRICT, OR
KLAMATH BASIN IMPROVEMENT DISTRICT, OR
KLAMATH COUNTY DRAINAGE SERVICE DISTRICT,
OR
KLAMATH COUNTY EXTENSION SERVICE DISTRICT,
OR
KLAMATH COUNTY FIRE DISTRICT #I, OR
KLAMATH COUNTY FIRE DISTRICT #3, OR
KLAMATH COUNTY FIRE DISTRICT #4, OR
KLAMATH COUNTY FIRE DISTRICT #5, OR
KLAMATH COUNTY LIBRARY SERVICE DISTRICT,
OR
KLAMATH COUNTY PREDATORY ANIMAL
CONTROL DISTRICT, OR
KLAMATH DRAINAGE DISTRICT, OR
KLAMATH FALLS FOREST ESTATES SPECIAL ROAD
DISTRICT UNIT #2, OR
KLAMATH INTEROPERABILITY RADIO GROUP, OR
KLAMATH IRRIGATION DISTRICT, OR
KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT,
OR
KLAMATH S.W.C.D., OR
KLAMATH VECTOR CONTROL DISTRICT, OR
KNAPPA-SVENSEN-BURNSIDE RX.P.D., OR
LA GRANDE CEMETERY MAINTENANCE DISTRICT,
OR
LA GRANDE R.F.P.D., OR
LA PINE PARK & RECREATION DISTRICT, OR
LA PINE R.F.P.D., OR
LABISH VILLAGE SEWAGE & DRAINAGE, OR
LACOMB IRRIGATION DISTRICT, OR
LAFAYETTE AIRPORT COMMISSION, LA
LAFOURCHE PARISH HEALTH UNIT - DHH-OPH
REGION 3
LAIDLAW WATER DISTRICT, OR
LAKE CHINOOK FIRE & RESCUE, OR
LAKE COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
LAKE COUNTY LIBRARY DISTRICT, OR
LAKE CREEK R.F.P.D. - JACKSON, OR
LAKE CREEK R.F.P.D. - LANE COUNTY, OR
LAKE DISTRICT HOSPITAL, OR
LAKE GROVE R.F.P.D. NO.57, OR
LAKE GROVE WATER DISTRICT, OR
LAKE LABISH WATER CONTROL DISTRICT, OR
LAKE POINT SPECIAL ROAD DISTRICT, OR
LAKESIDE R.F.P.D. #4, OR
LAKESIDE WATER DISTRICT, OR
LAKEVIEW R.F.P.D., OR
LAKEVIEW S.W.C.D., OR
LAMONTAI IMPROVEMENT DISTRICT, OR
LANE FIRE AUTHORITY, OR
LANE LIBRARY DISTRICT, OR
LANE TRANSIT DISTRICT, OR
LANGELL VALLEY IRRIGATION DISTRICT, OR
LANGLOIS PUBLIC LIBRARY, OR
LANGLOIS R.F.P.D., OR
LANGLOIS WATER DISTRICT, OR
LAZY RIVER SPECIAL ROAD DISTRICT, OR
LEBANON AQUATIC DISTRICT, OR
LEBANON R.F.P.D., OR
LEWIS & CLARK R.F.P.D., OR
LINCOLN COUNTY LIBRARY DISTRICT, OR
LINCOLN S.W.C.D., OR
LINN COUNTY EMERGENCY TELEPHONE AGENCY,
OR
LINN S.W.C.D., OR
LITTLE MUDDY CREEK WATER CONTROL, OR
LITTLE NESTUCCA DRAINAGE DISTRICT, OR
LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR
LONE PINE IRRIGATION DISTRICT, OR
LONG PRAIRIE WATER DISTRICT, OR
LOOKINGGLASS OLALLA WATER CONTROL
DISTRICT, OR
LOOKINGGLASS RURAL FIRE DISTRICT, OR
LORANE R.F.P.D., OR
LOST & BOULDER DITCH IMPROVEMENT DISTRICT,
OR
LOST CREEK PARK SPECIAL ROAD DISTRICT, OR
LOUISIANA PUBLIC SERVICE COMMISSION, LA
LOUISIANA WATER WORKS
LOWELL R.F.P.D., OR
LOWER MCKAY CREEK R.F.P.D., OR
LOWER MCKAY CREEK WATER CONTROL
DISTRICT, OR
LOWER POWDER RIVER IRRIGATION DISTRICT, OR
LOWER SILETZ WATER DISTRJCT, OR
Requirements for National Cooperative Contract
Page 49 of 57
LOWER UMPQUA HOSPITAL DISTRICT, OR
LOWER UMPQUA PARK & RECREATION DISTRICT,
OR
LOWER VALLEY WATER IMPROVEMENT DISTRICT,
OR
LUCE LONG DITCH DISTRICT IMPROVEMENT CO.,
OR
LUSTED WATER DISTRICT, OR
LYONS R.F.P.D., OR
LYONS-MEHAMA WATER DISTRICT, OR
MADRAS AQUATIC CENTER DISTRICT, OR
MAKAI SPECIAL ROAD DISTRICT, OR
MALHEUR COUNTY S.W.C.D., OR
MALHEUR COUNTY VECTOR CONTROL DISTRICT,
OR
MALHEUR DISTRICT IMPROVEMENT COMPANY, OR
MALHEUR DRAINAGE DISTRICT, OR
MALHEUR MEMORIAL HEALTH DISTRICT, OR
MALIN COMMUNITY CEMETERY MAINTENANCE
DISTRICT, OR
MALIN COMMUNITY PARK & RECREATION
DISTRICT, OR
MALIN IRRIGATION DISTRICT, OR
MALIN R.F.P.D., OR
MAPLETON FIRE DEPARTMENT, OR
MAPLETON WATER DISTRICT, OR
MARCOLA WATER DISTRICT, OR
MARION COUNTY EXTENSION & 4H SERVICE
DISTRICT, OR
MARION COUNTY FIRE DISTRICT #1, OR
MARION JACK IMPROVEMENT DISTRICT, OR
MARION S.W.C.D., OR
MARY`S RIVER ESTATES ROAD DISTRICT, OR
MCDONALD FOREST ESTATES SPECIAL ROAD
DISTRICT, OR
MCKAY ACRES IMPROVEMENT DISTRICT, OR
MCKAY DAM R.F.P.D. # 7-410, OR
MCKENZIE FIRE & RESCUE, OR
MCKENZIE PALISADES WATER SUPPLY
CORPORATION, OR
MCMINNVILLE R.F.P.D., OR
MCNULTY WATER P.U.D., OR
MEADOWS DRAINAGE DISTRICT, OR
MEDFORD IRRIGATION DISTRICT, OR
MEDFORD R.F.P.D. #2, OR
MEDFORD WATER COMMISSION
MEDICAL SPRINGS R.F.P.D., OR
MELHEUR COUNTY JAIL, OR
MERLIN COMMUNITY PARK DISTRICT, OR
MERRILL CEMETERY MAINTENANCE DISTRICT, OR
MERRILL PARK DISTRICT, OR
MERRILL R.F.P.D., OR
METRO REGIONAL GOVERNMENT
METRO REGIONAL PARKS
METROPOLITAN EXPOSITION RECREATION
COMMISSION
METROPOLITAN SERVICE DISTRICT (METRO)
MID COUNTY CEMETERY MAINTENANCE DISTRICT,
OR
MID-COLUMBIA FIRE AND RESCUE, OR
MIDDLE FORK IRRIGATION DISTRICT, OR
MIDLAND COMMUNITY PARK, OR
MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR
MILES CROSSING SANITARY SEWER DISTRICT, OR
MILL CITY R.F.P.D. #2-303, OR
MILL FOUR DRAINAGE DISTRICT, OR
MILLICOMA RIVER PARK & RECREATION DISTRICT,
OR
MILLINGTON R.F.P.D. 95, OR
MILO VOLUNTEER FIRE DEPARTMENT, OR
MILTON-FREEWATER AMBULANCE SERVICE AREA
HEALTH DISTRICT, OR
MILTON-FREEWATER WATER CONTROL DISTRICT,
OR
MIROCO SPECIAL ROAD DISTRICT, OR
MIST-BIRKENFELD R.F.P.D., OR
MODOC POINT IRRIGATION DISTRICT, OR
MODOC POINT SANITARY DISTRICT, OR
MOHAWK VALLEY R.F.P.D., OR
MOLALLA AQUATIC DISTRICT, OR
MOLALLA R.F.P.D. #73, OR
MONITOR R.F.P.D., OR
MONROE R.F.P.D., OR
MONUMENT CEMETERY MAINTENANCE DISTRICT,
OR
MONUMENT S.W.C.D., OR
MOOREA DRIVE SPECIAL ROAD DISTRICT, OR
MORO R.F.P.D., OR
MORROW COUNTY HEALTH DISTRICT, OR
MORROW COUNTY UNIFIED RECREATION
DISTRICT, OR
MORROW S.W.C.D., OR
MOSIER FIRE DISTRICT, OR
MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR
MT. ANGEL R.F.P.D., OR
MT. HOOD IRRIGATION DISTRICT, OR
MT, LAKI CEMETERY DISTRICT, OR
MT. VERNON R.F.P.D., OR
MULINO WATER DISTRICT #I, OR
MULTNOMAH COUNTY DRAINAGE DISTRICT #1, OR
MULTNOMAH COUNTY R.F.P.D. #10, OR
MULTNOMAH COUNTY R.F.P.D. #14, OR
MULTNOMAH EDUCATION SERVICE DISTRICT
MYRTLE CREEK R.F.P.D., OR
NEAH-KAH-NIE WATER DISTRICT, OR
NEDONNA R.F.P.D., OR
NEHALEM BAY FIRE AND RESCUE, OR
NEHALEM BAY HEALTH DISTRICT, OR
NEHALEM BAY WASTEWATER AGENCY, OR
NESIKA BEACH-OPHIR WATER DISTRICT, OR
NESKOWIN REGIONAL SANITARY AUTHORITY, OR
NESKOWIN REGIONAL WATER DISTRICT, OR
NESTUCCA R.F.P.D., OR
NETARTS WATER DISTRICT, OR
NETARTS-OCEANSIDE R.F.P.D., OR
NETARTS-OCEANSIDE SANITARY DISTRICT, OR
NEW BRIDGE WATER SUPPLY DISTRICT, OR
NEW CARLTON FIRE DISTRICT, OR
NEW ORLEANS REDEVELOPMENT AUTHORITY, LA
NEW PINE CREEK R.F.P.D., OR
NEW13ERG R.F.P.D., OR
NEW13ERRY ESTATES SPECIAL ROAD DISTRICT, OR
NEWPORT R.F.P.D., OR
NEWT YOUNG DITCH DISTRICT IMPROVEMENT
COMPANY, OR
NORTH ALBANY R.F.P.D., OR
NORTH BAY R.F.P.D. #9, OR
NORTH CLACKAMAS PARKS & RECREATION
DISTRICT, OR
NORTH COUNTY RECREATION DISTRICT, OR
Requirements for National Cooperative Contract
Page 50 of 57
NORTH DOUGLAS COUNTY FIRE & EMS, OR
NORTH DOUGLAS PARK & RECREATION DISTRICT,
OR
NORTH GILLIAM COUNTY HEALTH DISTRICT, OR
NORTH GILLIAM COUNTY R.F.P.D., OR
NORTH LAKE HEALTH DISTRICT, OR
NORTH LEBANON WATER CONTROL DISTRICT, OR
NORTH LINCOLN FIRE & RESCUE DISTRICT #1, OR
NORTH LINCOLN HEALTH DISTRICT, OR
NORTH MORROW VECTOR CONTROL DISTRICT, OR
NORTH SHERMAN COUNTY R.F.P.D, OR
NORTH UNIT IRRIGATION DISTRICT, OR
NORTHEAST OREGON HOUSING AUTHORITY, OR
NORTHEAST WHEELER COUNTY HEALTH DISTRICT,
OR
NORTHERN WASCO COUNTY P.U.D., OR
NORTHERN WASCO COUNTY PARK & RECREATION
DISTRICT, OR
NYE DITCH USERS DISTRICT IMPROVEMENT, OR
NYSSA ROAD ASSESSMENT DISTRICT #2, OR
NYSSA RURAL FIRE DISTRICT, OR
NYSSA-ARCADIA DRAINAGE DISTRICT, OR
OAK LODGE WATER SERVICES, OR
OAKLAND R.F.P.D., OR
OAKVILLE COMMUNITY CENTER, OR
OCEANSIDE WATER DISTRICT, OR
OCHOCO IRRIGATION DISTRICT, OR
OCHOCO WEST WATER AND SANITARY
AUTHORITY, OR
ODELL SANITARY DISTRICT, OR
OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR
OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR
ONTARIO LIBRARY DISTRICT, OR
ONTARIO R.F.P.D., OR
OPHIR R.F.P.D., OR
OREGON COAST COMMUNITY ACTION
OREGON HOUSING AND COMMUNITY SERVICES
OREGON INTERNATIONAL PORT OF COOS BAY, OR
OREGON LEGISLATIVE ADMINISTRATION
OREGON OUTBACK R.F.P.D., OR
OREGON POINT, OR
OREGON TRAIL LIBRARY DISTRICT, OR
OTTER ROCK WATER DISTRICT, OR
OWW UNIT #2 SANITARY DISTRICT, OR
OWYHEE CEMETERY MAINTENANCE DISTRICT, OR
OWYHEE IRRIGATION DISTRICT, OR
PACIFIC CITY JOINT WATER -SANITARY
AUTHORITY, OR
PACIFIC COMMUNITIES HEALTH DISTRICT, OR
PACIFIC RIVIERA #3 SPECIAL ROAD DISTRICT, OR
PALATINE HILL WATER DISTRICT, OR
PALMER CREEK WATER DISTRICT IMPROVEMENT
COMPANY, OR
PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR
PANTHER CREEK ROAD DISTRICT, OR
PANTHER CREEK WATER DISTRICT, OR
PARKDALE R.F.P.D., OR
PARKDALE SANITARY DISTRICT, OR
PENINSULA DRAINAGE DISTRICT #l, OR
PENINSULA DRAINAGE DISTRICT #2, OR
PHILOMATH FIRE AND RESCUE, OR
PILOT ROCK CEMETERY MAINTENANCE DISTRICT
#5, OR
PILOT ROCK PARK & RECREATION DISTRICT, OR
PILOT ROCK R.F.P.D., OR
PINE EAGLE HEALTH DISTRICT, OR
PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR
PINE GROVE IRRIGATION DISTRICT, OR
PINE GROVE WATER DISTRICT-KLAMATH FALLS,
OR
PINE GROVE WATER DISTRICT-MAUPIN, OR
PINE VALLEY CEMETERY DISTRICT, OR
PINE VALLEY R.F.P.D., OR
PINEWOOD COUNTRY ESTATES SPECIAL ROAD
DISTRICT, OR
PIONEER DISTRICT IMPROVEMENT COMPANY, OR
PISTOL RIVER CEMETERY MAINTENANCE
DISTRICT, OR
PISTOL RIVER FIRE DISTRICT, OR
PLEASANT HILL R.F.P.D., OR
PLEASANT HOME WATER DISTRICT, OR
POCAHONTAS MINING AND IRRIGATION DISTRICT,
OR
POE VALLEY IMPROVEMENT DISTRICT, OR
POE VALLEY PARK & RECREATION DISTRICT, OR
POE VALLEY VECTOR CONTROL DISTRICT, OR
POLK COUNTY FIRE DISTRICT #1, OR
POLK S.W.C.D., OR
POMPADOUR WATER IMPROVEMENT DISTRICT, OR
PONDEROSA PINES EAST SPECIAL ROAD DISTRICT,
OR
PORT OF ALSEA, OR
PORT OF ARLINGTON, OR
PORT OF ASTORIA, OR
PORT OF BANDON, OR
PORT OF BRANDON, OR
PORT OF BROOKINGS HARBOR, OR
PORT OF CASCADE LOCKS, OR
PORT OF COQUILLE RIVER, OR
PORT OF GARIBALDI, OR
PORT OF GOLD BEACH, OR
PORT OF HOOD RIVER, OR
PORT OF MORGAN CITY, LA
PORT OF MORROW, OR
PORT OF NEHALEM, OR
PORT OF NEWPORT, OR
PORT OF PORT ORFORD, OR
PORT OF PORTLAND, OR
PORT OF SIUSLAW, OR
PORT OF ST. HELENS, OR
PORT OF THE DALLES, OR
PORT OF TILLAMOOK BAY, OR
PORT OF TOLEDO, OR
PORT OF UMATILLA, OR
PORT OF UMPQUA, OR
PORT ORFORD CEMETERY MAINTENANCE
DISTRICT, OR
PORT ORFORD PUBLIC LIBRARY DISTRICT, OR
PORT ORFORD R.F.P.D., OR
PORTLAND DEVELOPMENT COMMISSION, OR
PORTLAND FIRE AND RESCUE
PORTLAND HOUSING CENTER, OR
POWDER R.F.P,D., OR
POWDER RIVER R.F.P.D., OR
POWDER VALLEY WATER CONTROL DISTRICT, OR
POWERS HEALTH DISTRICT, OR
PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR
PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT
41, OR
PROSPECT R.F.P. D., OR
Requirements for National Cooperative Contract
Page 51 of 57
QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR
QUEENER IRRIGATION IMPROVEMENT DISTRICT,
OR
RAINBOW WATER DISTRICT, OR
RAINIER CEMETERY DISTRICT, OR
RAINIER DRAINAGE IMPROVEMENT COMPANY, OR
RALEIGH WATER DISTRICT, OR
REDMOND AREA PARK & RECREATION DISTRICT,
OR
REDMOND FIRE AND RESCUE, OR
RIDDLE FIRE PROTECTION DISTRICT, OR
RIDGEWOOD DISTRICT IMPROVEMENT COMPANY,
OR
RIDGEWOOD ROAD DISTRICT, OR
RIETH SANITARY DISTRICT, OR
RIETH WATER DISTRICT, OR
RIMROCK WEST IMPROVEMENT DISTRICT, OR
RINK CREEK WATER DISTRICT, OR
RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR
RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR
RIVER MEADOWS IMPROVEMENT DISTRICT, OR
RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR
RIVER ROAD PARK & RECREATION DISTRICT, OR
RIVER ROAD WATER DISTRICT, OR
RIVERBEND RIVERBANK WATER IMPROVEMENT
DISTRICT, OR
RIVERDALE R.F.P.D. 1 I-JT, OR
RIVERGROVE WATER DISTRICT, OR
RIVERSIDE MISSION WATER CONTROL DISTRICT,
OR
RIVERSIDE R.F.P.D. #7406, OR
RIVERSIDE WATER DISTRICT, OR
ROBERTS CREEK WATER DISTRICT, OR
ROCK CREEK DISTRICT IMPROVEMENT, OR
ROCK CREEK WATER DISTRICT, OR
ROCKWOOD WATER P.U.D., OR
ROCKY POINT FIRE & EMS, OR
ROGUE RIVER R.F.P.D., OR
ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR
ROGUE VALLEY SEWER SERVICES, OR
ROGUE VALLEY SEWER, OR
ROGUE VALLEY TRANSPORTATION DISTRICT, OR
ROSEBURG URBAN SANITARY AUTHORITY, OR
ROSEWOOD ESTATES ROAD DISTRICT, OR
ROW RIVER VALLEY WATER DISTRICT, OR
RURAL ROAD ASSESSMENT DISTRICT 43, OR
RURAL ROAD ASSESSMENT DISTRICT #4, OR
SAINT LANDRY PARISH TOURIST COMMISSION
SAINT MARY PARISH REC DISTRICT 2
SAINT MARY PARISH REC DISTRICT 3
SAINT TAMMANY FIRE DISTRICT 4, LA
SALEM AREA MASS TRANSIT DISTRICT, OR
SALEM MASS TRANSIT DISTRICT
SALEM SUBURBAN R.F.P.D., OR
SALISHAN SANITARY DISTRICT, OR
SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR
SALMON RIVER PARK WATER IMPROVEMENT
DISTRICT, OR
SALMONBERRY TRAIL INTERGOVERNMENTAL
AGENCY,OR
SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR
SANDY DRAINAGE IMPROVEMENT COMPANY, OR
SANDY R.F.P.D. #72, OR
SANTA CLARA R.F.P.D., OR
SANTA CLARA WATER DISTRICT, OR
SANTIAM WATER CONTROL DISTRICT, OR
SAUVIE ISLAND DRAINAGE IMPROVEMENT
COMPANY, OR
SAUVIE ISLAND VOLUNTEER FIRE DISTRICT #30J,
OR
SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY,
OR
SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR
SCAPPOOSE R.F.P.D., OR
SCIO R.F.P.D., OR
SCOTTSBURG R.F.P.D., OR
SEAL ROCK R.F.P.D., OR
SEAL ROCK WATER DISTRICT, OR
SEWERAGE AND WATER BOARD OF NEW ORLEANS,
LA
SHANGRI-LA WATER DISTRICT, OR
SHASTA VIEW IRRIGATION DISTRICT, OR
SHELLEY ROAD CREST ACRES WATER DISTRICT,
OR
SHERIDAN FIRE DISTRICT, OR
SHERMAN COUNTY HEALTH DISTRICT, OR
SHERMAN COUNTY S.W.C.D., OR
SHORELINE SANITARY DISTRICT, OR
SILETZ KEYS SANITARY DISTRICT, OR
SILETZ R.F.P.D., OR
SILVER FALLS LIBRARY DISTRICT, OR
SILVER LAKE IRRIGATION DISTRICT, OR
SILVER LAKE R.F.P.D., OR
SILVER SANDS SPECIAL ROAD DISTRICT, OR
SILVERTON R.F.P.D. NO. 2, OR
SISTERS PARKS & RECREATION DISTRICT, OR
SISTERS -CAMP SHERMAN R.F.P.D., OR
SIUSLAW PUBLIC LIBRARY DISTRICT, OR
SIUSLAW S.W.C.D., OR
SIUSLAW VALLEY FIRE AND RESCUE, OR
SIXES R.F.P.D., OR
SKIPANON WATER CONTROL DISTRICT, OR
SKYLINE VIEW DISTRICT IMPROVEMENT
COMPANY, OR
SLEEPY HOLLOW WATER DISTRICT, OR
SMITH DITCH DISTRICT IMPROVEMENT COMPANY,
OR
SOUTH CLACKAMAS TRANSPORTATION DISTRICT,
OR
SOUTH COUNTY HEALTH DISTRICT, OR
SOUTH FORK WATER BOARD, OR
SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR
SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR
SOUTH GILLIAM COUNTY R.F.P.D. VI-301, OR
SOUTH LAFOURCHE LEVEE DISTRICT, LA
SOUTH LANE COUNTY FIRE & RESCUE, OR
SOUTH SANTIAM RIVER WATER CONTROL
DISTRICT, OR
SOUTH SHERMAN FIRE DISTRICT, OR
SOUTH SUBURBAN SANITARY DISTRICT, OR
SOUTH WASCO PARK & RECREATION DISTRICT, OR
SOUTHERN COOS HEALTH DISTRICT, OR
SOUTHERN CURRY CEMETERY MAINTENANCE
DISTRICT, OR
SOUTHVIEW IMPROVEMENT DISTRICT, OR
SOUTHWEST LINCOLN COUNTY WATER DISTRICT,
OR
SOUTHWESTERN POLK COUNTY R.F.P.D., OR
SOUTHWOOD PARK WATER DISTRICT, OR
SPECIAL ROAD DISTRICT #I, OR
Requirements for National Cooperative Contract
Page 52 of 57
SPECIAL ROAD DISTRICT #8, OR
SPRING RIVER SPECIAL ROAD DISTRICT, OR
SPRINGFIELD UTILITY BOARD, OR
ST. PAUL R.F.P.D., OR
STANFIELD CEMETERY DISTRICT #6, OR
STANFIELD IRRIGATION DISTRICT, OR
STARR CREEK ROAD DISTRICT, OR
STARWOOD SANITARY DISTRICT, OR
STAYTON FIRE DISTRICT, OR
SUBLIMITY FIRE DISTRICT, OR
SUBURBAN EAST SALEM WATER DISTRICT, OR
SUBURBAN LIGHTING DISTRICT, OR
SUCCOR CREEK DISTRICT IMPROVEMENT
COMPANY, OR
SUMMER LAKE IRRIGATION DISTRICT, OR
SUMMERVILLE CEMETERY MAINTENANCE
DISTRICT, OR
SUMMER R.F.P.D., OR
SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR
SUNDOWN SANITATION DISTRICT, OR
SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR
SUNNYSIDE IRRIGATION DISTRICT, OR
SUNRISE WATER AUTHORITY, OR
SUNRIVER SERVICE DISTRICT, OR
SUNSET EMPIRE PARK & RECREATION DISTRICT,
OR
SUNSET EMPIRE TRANSPORTATION DISTRICT, OR
SURFLAND ROAD DISTRICT, OR
SUTHERLIN VALLEY RECREATION DISTRICT, OR
SUTHERLIN WATER CONTROL DISTRICT, OR
SWALLEY IRRIGATION DISTRICT, OR
SWEET HOME CEMETERY MAINTENANCE DISTRICT,
OR
SWEET HOME FIRE & AMBULANCE DISTRICT, OR
SWISSHOME-DEADWOOD R.F.P.D., OR
TABLE ROCK DISTRICT IMPROVEMENT COMPANY,
OR
TALENT IRRIGATION DISTRICT, OR
TANGENT R.F.P.D., OR
TENMILE R.F.P.D., OR
TERREBONNE DOMESTIC WATER DISTRICT, OR
THE DALLES IRRIGATION DISTRICT, OR
THOMAS CREEK-WESTSIDE R.F.P.D., OR
THREE RIVERS RANCH ROAD DISTRICT, OR
THREE SISTERS IRRIGATION DISTRICT, OR
TIGARD TUALATIN AQUATIC DISTRICT, OR
TIGARD WATER DISTRICT, OR
TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT,
OR
TILLAMOOK COUNTY EMERGENCY
COMMUNICATIONS DISTRICT, OR
TILLAMOOK COUNTY S.W.C.D., OR
TILLAMOOK COUNTY TRANSPORTATION DISTRICT,
OR
TILLAMOOK FIRE DISTRICT, OR
TILLAMOOK P.U.D., OR
TILLER R.F.P.D., OR
TOBIN DITCH DISTRICT IMPROVEMENT COMPANY,
OR
TOLEDO R.F.P.D., OR
TONE WATER DISTRICT, OR
TOOLEY WATER DISTRICT, OR
TRASK DRAINAGE DISTRICT, OR
TRI CITY R.F.P.D. #4, OR
TRI-CITY WATER & SANITARY AUTHORITY, OR
TRI-COUNTY METROPOLITAN TRANSPORTATION
DISTRICT OF OREGON
TRIMET, OR
TUALATIN HILLS PARK & RECREATION DISTRICT
TUALATIN BILLS PARK & RECREATION DISTRICT,
OR
TUALATIN S.W.C.D., OR
TUALATIN VALLEY FIRE & RESCUE
TUALATIN VALLEY FIRE & RESCUE, OR
TUALATIN VALLEY IRRIGATION DISTRICT, OR
TUALATIN VALLEY WATER DISTRICT
TUALATIN VALLEY WATER DISTRICT, OR
TUMALO IRRIGATION DISTRICT, OR
TURNER FIRE DISTRICT, OR
TWIN ROCKS SANITARY DISTRICT, OR
TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR
TWO RIVERS S.W.C.D., OR
TWO RIVERS SPECIAL ROAD DISTRICT, OR
TYGH VALLEY R.F.P.D., OR
TYGH VALLEY WATER DISTRICT, OR
UMATILLA COUNTY FIRE DISTRICT #1, OR
UMATILLA COUNTY S.W.C.D., OR
UMATILLA COUNTY SPECIAL LIBRARY DISTRICT,
OR
UMATILLA HOSPITAL DISTRICT, OR
UMATILLA R.F,P.D. #7-405, OR
UMATILLA-MORROW RADIO AND DATA DISTRICT,
OR
UMPQUA S.W.C.D., OR
UNION CEMETERY MAINTENANCE DISTRICT, OR
UNION COUNTY SOLID WASTE DISPOSAL DISTRICT,
OR
UNION COUNTY VECTOR CONTROL DISTRICT, OR
UNION GAP SANITARY DISTRICT, OR
UNION GAP WATER DISTRICT, OR
UNION HEALTH DISTRICT, OR
UNION R.F.P.D., OR
UNION S.W.C.D., OR
UNITY COMMUNITY PARK & RECREATION
DISTRICT, OR
UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR
UPPER MCKENZIE R.F.P.D., OR
UPPER WILLAMETTE S.W.C.D., OR
VALE OREGON IRRIGATION DISTRICT, OR
VALE RURAL FIRE PROTECTION DISTRICT, OR
VALLEY ACRES SPECIAL ROAD DISTRICT, OR
VALLEY VIEW CEMETERY MAINTENANCE
DISTRICT, OR
VALLEY VIEW WATER DISTRICT, OR
VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR
VERNONIA R.F.P.D., OR
VINEYARD MOUNTAIN PARK & RECREATION
DISTRICT, OR
VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT,
OR
WALLA WALLA RIVER IRRIGATION DISTRICT, OR
WALLOWA COUNTY HEALTH CARE DISTRICT, OR
WALLOWA LAKE COUNTY SERVICE DISTRICT, OR
WALLOWA LAKE IRRIGATION DISTRICT, OR
WALLOWA LAKE R.F.P.D., OR
WALLOWA S.W.C.D., OR
WALLOWA VALLEY IMPROVEMENT DISTRICT#1,
OR
WAMIC R.F.P.D., OR
WAMIC WATER & SANITARY AUTHORITY, OR
Requirements for National Cooperative Contract
Page 53 of 57
WARMSPRINGS IRRIGATION DISTRICT, OR
WASCO COUNTY S.W.C.D., OR
WATER ENVIRONMENT SERVICES, OR
WATER WONDERLAND IMPROVEMENT DISTRICT,
OR
WATERBURY & ALLEN DITCH IMPROVEMENT
DISTRICT, OR
WATSECO-BARVIEW WATER DISTRICT, OR
WAUNA WATER DISTRICT, OR
WEDDERBURN SANITARY DISTRICT, OR
WEST EAGLE VALLEY WATER CONTROL DISTRICT,
OR
WEST EXTENSION IRRIGATION DISTRICT, OR
WEST LABISH DRAINAGE & WATER CONTROL
IMPROVEMENT DISTRICT, OR
WEST MULTNOMAH S.W.C.D., OR
WEST SIDE R.F.P.D., OR
WEST SLOPE WATER DISTRICT, OR
WEST UMATILLA MOSQUITO CONTROL DISTRICT,
OR
WEST VALLEY FIRE DISTRICT, OR
WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR
WESTERN LANE AMBULANCE DISTRICT, OR
WESTLAND IRRIGATION DISTRICT, OR
WESTON ATHENA MEMORIAL HALL PARK &
RECREATION DISTRICT, OR
WESTON CEMETERY DISTRICT #2, OR
WESTPORT FIRE AND RESCUE, OR
WESTRIDGE WATER SUPPLY CORPORATION, OR
WESTWOOD HILLS ROAD DISTRICT, OR
WESTWOOD VILLAGE ROAD DISTRICT, OR
WHEELER S.W.C.D., OR
WHITE RIVER HEALTH DISTRICT, OR
WIARD MEMORIAL PARK DISTRICT, OR
WICKIUP WATER DISTRICT, OR
WILLAKENZIE R.F.P.D., OR
WILLAMALANE PARK & RECREATION DISTRICT, OR
WILLAMALANE PARK AND RECREATION DISTRICT
WILLAMETTE HUMANE SOCIETY
WILLAMETTE RIVER WATER COALITION, OR
WILLIAMS R.F.P.D., OR
WILLOW CREEK PARK DISTRICT, OR
WILLOW DALE WATER DISTRICT, OR
WILSON RIVER WATER DISTRICT, OR
WINCHESTER BAY R.F.P.D., OR
WINCHESTER BAY SANITARY DISTRICT, OR
WINCHUCK R.F.P.D., OR
WINSTON-DILLARD R.F.P.D., OR
WINSTON-DILLARD WATER DISTRICT, OR
WOLF CREEK R.F.P.D., OR
WOOD RIVER DISTRICT IMPROVEMENT COMPANY,
OR
WOODBURN R.F.P.D. NO. 6, OR
WOODLAND PARK SPECIAL ROAD DISTRICT, OR
WOODS ROAD DISTRICT, OR
WRIGHT CREEK ROAD WATER IMPROVEMENT
DISTRICT, OR
WY'EAST FIRE DISTRICT, OR
YACHATS R.F.P.D., OR
YAMHILL COUNTY TRANSIT AREA, OR
YAMHILL FIRE PROTECTION DISTRICT, OR
YAMHILL SWCD, OR
YONCALLA PARK & RECREATION DISTRICT, OR
YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT,
OR
ZUMWALT RT.P.D., OR
K-12 INCLUDING BUT NOT LIMITED TO:
ACADIA PARISH SCHOOL BOARD
BEAVERTON SCHOOL DISTRICT
BEND -LA PINE SCHOOL DISTRICT
BOGALUSA HIGH SCHOOL, LA
BOSSIER PARISH SCHOOL BOARD
BROOKING HARBOR SCHOOL DISTRICT
CADDO PARISH SCHOOL DISTRICT
CALCASIEU PARISH SCHOOL DISTRICT
CANBY SCHOOL DISTRICT
CANYONVILLE CHRISTIAN ACADEMY
CASCADE SCHOOL DISTRICT
CASCADES ACADEMY OF CENTRAL OREGON
CENTENNIAL SCHOOL DISTRICT
CENTRAL CATHOLIC HIGH SCHOOL
CENTRAL POINT SCHOOL DISTRICT NO.6
CENTRAL SCHOOL DISTRICT 13J
COOS BAY SCHOOL DISTRICT NO.9
CORVALLIS SCHOOL DISTRICT 509J
COUNTY OF YAMHILL SCHOOL DISTRICT 29
CULVER SCHOOL DISTRICT
DALLAS SCHOOL DISTRICT NO.2
DAVID DOUGLAS SCHOOL DISTRICT
DAYTON SCHOOL DISTRICT NO.8
DE LA SALLE N CATHOLIC HS
DESCHUTES COUNTY SCHOOL DISTRICT NO.6
DOUGLAS EDUCATIONAL DISTRICT SERVICE
DUFUR SCHOOL DISTRICT NO.29
EAST BATON ROUGE PARISH SCHOOL DISTRICT
ESTACADA SCHOOL DISTRICT NO.1013
FOREST GROVE SCHOOL DISTRICT
GEORGE MIDDLE SCHOOL
GLADSTONE SCHOOL DISTRICT
GRANTS PASS SCHOOL DISTRICT 7
GREATER ALBANY PUBLIC SCHOOL DISTRICT
GRESHAM BARLOW JOINT SCHOOL DISTRICT
HEAD START OF LANE COUNTY
HIGH DESERT EDUCATION SERVICE DISTRICT
HILLSBORO SCHOOL DISTRICT
HOOD RIVER COUNTY SCHOOL DISTRICT
JACKSON CO SCHOOL DIST NO,9
JEFFERSON COUNTY SCHOOL DISTRICT 509-J
JEFFERSON PARISH SCHOOL DISTRICT
JEFFERSON SCHOOL DISTRICT
JUNCTION CITY SCHOOLS, OR
KLAMATH COUNTY SCHOOL DISTRICT
KLAMATH FALLS CITY SCHOOLS
LAFAYETTE PARISH SCHOOL DISTRICT
LAKE OSWEGO SCHOOL DISTRICT 71
LANE COUNTY SCHOOL DISTRICT 4J
LINCOLN COUNTY SCHOOL DISTRICT
LINN CO. SCHOOL DIST. 95C
LIVINGSTON PARISH SCHOOL DISTRICT
LOST RIVER JR/SR HIGH SCHOOL
LOWELL SCHOOL DISTRICT NO.71
MARION COUNTY SCHOOL DISTRICT
MARION COUNTY SCHOOL DISTRICT 103
MARIST HIGH SCHOOL, OR
MCMINNVILLE SCHOOL DISTRICT NOAO
MEDFORD SCHOOL DISTRICT 549C
MITCH CHARTER SCHOOL
MONROE SCHOOL DISTRICT NO, I I
Requirements for National Cooperative Contract
Page 54 of 57
MORROW COUNTY SCHOOL DIST, OR
MULTNOMAH EDUCATION SERVICE DISTRICT
MULTISENSORY LEARNING ACADEMY
MYRTLE PINT SCHOOL DISTRICT 41
NEAH-KAH-NIE DISTRICT NO.56
NEWBERG PUBLIC SCHOOLS
NESTUCCA VALLEY SCHOOL DISTRICT NO.101
NOBEL LEARNING COMMUNITIES
NORTH BEND SCHOOL DISTRICT 13
NORTH CLACKAMAS SCHOOL DISTRICT
NORTH DOUGLAS SCHOOL DISTRICT
NORTH WASCO CITY SCHOOL DISTRICT 21
NORTHWEST REGIONAL EDUCATION SERVICE
DISTRICT
ONTARIO MIDDLE SCHOOL
OREGON TRAIL SCHOOL DISTRICT NOA6
ORLEANS PARISH SCHOOL DISTRICT
PHOENIX -TALENT SCHOOL DISTRICT NOA
PLEASANT HILL SCHOOL DISTRICT
PORTLAND JEWISH ACADEMY
PORTLAND PUBLIC SCHOOLS
RAPIDES PARISH SCHOOL DISTRICT
REDMOND SCHOOL DISTRICT
REYNOLDS SCHOOL DISTRICT
ROGUE RIVER SCHOOL DISTRICT
ROSEBURG PUBLIC SCHOOLS
SCAPPOOSE SCHOOL DISTRICT I
SAINT TAMMANY PARISH SCHOOL BOARD, LA
SEASIDE SCHOOL DISTRICT 10
SHERWOOD SCHOOL DISTRICT 88J
SILVER FALLS SCHOOL DISTRICT 4J
SOUTH LANE SCHOOL DISTRICT 45J3
SOUTHERN OREGON EDUCATION SERVICE
DISTRICT
SPRINGFIELD PUBLIC SCHOOLS
SUTHERLIN SCHOOL DISTRICT
SWEET HOME SCHOOL DISTRICT NO.55
TERREBONNE PARISH SCHOOL DISTRICT
THE CATLIN GABEL SCHOOL
TIGARD-TUALATIN SCHOOL DISTRICT
UMATILLA MORROW ESD
WEST LINN WILSONVILLE SCHOOL DISTRICT
WILLAMETTE EDUCATION SERVICE DISTRICT
WOODBURN SCHOOL DISTRICT
YONCALLA SCHOOL DISTRICT
ACADEMY FOR MATH ENGINEERING & SCIENCE
(AMES), UT
ALIANZA ACADEMY, UT
ALPINE DISTRICT, UT
AMERICAN LEADERSHIP ACADEMY, UT
AMERICAN PREPARATORY ACADEMY, UT
BAER CANYON HIGH SCHOOL FOR SPORTS &
MEDICAL SCIENCES, UT
BEAR RIVER CHARTER SCHOOL, UT
BEAVER SCHOOL DISTRICT, UT
BEEHIVE SCIENCE & TECHNOLOGY ACADEMY
(BSTA) , UT
BOX ELDER SCHOOL DISTRICT, UT
CBA CENTER, UT
CACHE SCHOOL DISTRICT, UT
CANYON RIM ACADEMY, UT
CANYONS DISTRICT, UT
CARBON SCHOOL DISTRICT, UT
CHANNING HALL, UT
CHARTER SCHOOL LEWIS ACADEMY, UT
CITY ACADEMY, UT
DAGGETT SCHOOL DISTRICT, UT
DAVINCI ACADEMY, UT
DAVIS DISTRICT, UT
DUAL IMMERSION ACADEMY, UT
DUCHESNE SCHOOL DISTRICT, UT
EARLY LIGHT ACADEMY AT DAYBREAK, UT
EAST HOLLYWOOD HIGH, UT
EDITH BO WEN LABORATORY SCHOOL, UT
EMERSON ALCOTT ACADEMY, UT
EMERY SCHOOL DISTRICT, UT
ENTHEOS ACADEMY, UT
EXCELSIOR ACADEMY, UT
FAST FORWARD HIGH, UT
FREEDOM ACADEMY, UT
GARFIELD SCHOOL DISTRICT, UT
GATEWAY PREPARATORY ACADEMY, UT
GEORGE WASHINGTON ACADEMY, UT
GOOD FOUNDATION ACADEMY, UT
GRAND SCHOOL DISTRICT, UT
GRANITE DISTRICT, UT
GUADALUPE SCHOOL, UT
HAWTHORN ACADEMY, UT
INTECH COLLEGIATE HIGH SCHOOL, UT
IRON SCHOOL DISTRICT, UT
ITINERIS EARLY COLLEGE HIGH, UT
JOHN HANCOCK CHARTER SCHOOL, UT
JORDAN DISTRICT, UT
JUAB SCHOOL DISTRICT, UT
KANE SCHOOL DISTRICT, UT
KARL G MAESER PREPARATORY ACADEMY, UT
LAKEVIEW ACADEMY, UT
LEGACY PREPARATORY ACADEMY, UT
LIBERTY ACADEMY, UT
LINCOLN ACADEMY, UT
LOGAN SCHOOL DISTRICT, UT
MARIA MONTESSORI ACADEMY, UT
MERIT COLLEGE PREPARATORY ACADEMY, UT
MILLARD SCHOOL DISTRICT, UT
MOAB CHARTER SCHOOL, UT
MONTICELLO ACADEMY, UT
MORGAN SCHOOL DISTRICT, UT
MOUNTAINVILLE ACADEMY, UT
MURRAY SCHOOL DISTRICT, UT
NAVIGATOR POINTE ACADEMY, UT
NEBO SCHOOL DISTRICT, UT
NO UT ACAD FOR MATH ENGINEERING & SCIENCE
(NUAMES), UT
NOAH WEBSTER ACADEMY, UT
NORTH DAVIS PREPARATORY ACADEMY, UT
NORTH SANPETE SCHOOL DISTRICT, UT
NORTH STAR ACADEMY, UT
NORTH SUMMIT SCHOOL DISTRICT, UT
ODYSSEY CHARTER SCHOOL, UT
OGDEN PREPARATORY ACADEMY, UT
OGDEN SCHOOL DISTRICT, UT
OPEN CLASSROOM, UT
OPEN HIGH SCHOOL OF UTAH, UT
OQUIRRH MOUNTAIN CHARTER SCHOOL, UT
PARADIGM HIGH SCHOOL, UT
PARK CITY SCHOOL DISTRICT, UT
PINNACLE CANYON ACADEMY, UT
PIUTE SCHOOL DISTRICT, UT
PROVIDENCE HALL, UT
PROVO SCHOOL DISTRICT, UT
Requirements for National Cooperative Contract
Page 55 of 57
QUAIL RUN PRIMARY SCHOOL, UT
QUEST ACADEMY, UT
RANCHES ACADEMY, UT
REAGAN ACADEMY, UT
RENAISSANCE ACADEMY, UT
RICH SCHOOL DISTRICT, UT
ROCKWELL CHARTER HIGH SCHOOL, UT
SALT LAKE ARTS ACADEMY, UT
SALT LAKE CENTER FOR SCIENCE EDUCATION, UT
SALT LAKE SCHOOL DISTRICT, UT
SALT LAKE SCHOOL FOR THE PERFORMING ARTS,
UT
SAN JUAN SCHOOL DISTRICT, UT
SEVIER SCHOOL DISTRICT, UT
SOLDIER HOLLOW CHARTER SCHOOL, UT
SOUTH SANPETE SCHOOL DISTRICT, UT
SOUTH SUMMIT SCHOOL DISTRICT, UT
SPECTRUM ACADEMY, UT
SUCCESS ACADEMY, UT
SUCCESS SCHOOL, UT
SUMMIT ACADEMY, UT
SUMMIT ACADEMY HIGH SCHOOL, UT
SYRACUSE ARTS ACADEMY, UT
THOMAS EDISON - NORTH, UT
TIMPANOGOS ACADEMY, UT
TINTIC SCHOOL DISTRICT, UT
TOOELE SCHOOL DISTRICT, UT
TUACAHN HIGH SCHOOL FOR THE PERFORMING
ARTS, UT
UINTAH RIVER HIGH, UT
UINTAH SCHOOL DISTRICT, UT
UTAH CONNECTIONS ACADEMY, UT
UTAH COUNTY ACADEMY OF SCIENCE, UT
UTAH ELECTRONIC HIGH SCHOOL, UT
UTAH SCHOOLS FOR DEAF & BLIND, UT
UTAH STATE OFFICE OF EDUCATION, UT
UTAH VIRTUAL ACADEMY, UT
VENTURE ACADEMY, UT
VISTA AT ENTRADA SCHOOL OF PERFORMING
ARTS AND TECHNOLOGY, UT
WALDEN SCHOOL OF LIBERAL ARTS, UT
WASATCH PEAK ACADEMY, UT
WASATCH SCHOOL DISTRICT, UT
WASHINGTON SCHOOL DISTRICT, UT
WAYNE SCHOOL DISTRICT, UT
WEBER SCHOOL DISTRICT, UT
WEILENMANN SCHOOL OF DISCOVERY, UT
HIGHER EDUCATION
ARGOSY UNIVERSITY
BATON ROUGE COMMUNITY COLLEGE, LA
BIRTHINGWAY COLLEGE OF MIDWIFERY
BLUE MOUNTAIN COMMUNITY COLLEGE
BRIGHAM YOUNG UNIVERSITY - HAWAII
CENTRAL OREGON COMMUNITY COLLEGE
CENTENARY COLLEGE OF LOUISIANA
CHEMEKETA COMMUNITY COLLEGE
CLACKAMAS COMMUNITY COLLEGE
COLLEGE OF THE MARSHALL ISLANDS
COLUMBIA GORGE COMMUNITY COLLEGE
CONCORDIA UNIVERSITY
GEORGE FOX UNIVERSITY
KLAMATH COMMUNITY COLLEGE DISTRICT
LANE COMMUNITY COLLEGE
LEWIS AND CLARK COLLEGE
LINFIELD COLLEGE
LINN-BENTON COMMUNITY COLLEGE
LOUISIANA COLLEGE, LA
LOUISIANA STATE UNIVERSITY
LOUISIANA STATE UNIVERSITY HEALTH SERVICES
MARYLHURST UNIVERSITY
MT. HOOD COMMUNITY COLLEGE
MULTNOMAH BIBLE COLLEGE
NATIONAL COLLEGE OF NATURAL MEDICINE
NORTHWEST CHRISTIAN COLLEGE
OREGON HEALTH AND SCIENCE UNIVERSITY
OREGON INSTITUTE OF TECHNOLOGY
OREGON STATE UNIVERSITY
OREGON UNIVERSITY SYSTEM
PACIFIC UNIVERSITY
PIONEER PACIFIC COLLEGE
PORTLAND COMMUNITY COLLEGE
PORTLAND STATE UNIVERSITY
REED COLLEGE
RESEARCH CORPORATION OF THE UNIVERSITY OF
HAWAII
ROGUE COMMUNITY COLLEGE
SOUTHEASTERN LOUISIANA UNIVERSITY
SOUTHERN OREGON UNIVERSITY (OREGON
UNIVERSITY SYSTEM)
SOUTHWESTERN OREGON COMMUNITY COLLEGE
TULANE UNIVERSITY
TILLAMOOK BAY COMMUNITY COLLEGE
UMPQUA COMMUNITY COLLEGE
UNIVERSITY OF HAWAII BOARD OF REGENTS
UNIVERSITY OF HAWAII-HONOLULU COMMUNITY
COLLEGE
UNIVERSITY OF OREGON-GRADUATE SCHOOL
UNIVERSITY OF PORTLAND
UNIVERSITY OF NEW ORLEANS
WESTERN OREGON UNIVERSITY
WESTERN STATES CHIROPRACTIC COLLEGE
WILLAMETTE UNIVERSITY
XAVIER UNIVERSITY
UTAH SYSTEM OF HIGHER EDUCATION, UT
UNIVERSITY OF UTAH, UT
UTAH STATE UNIVERSITY, UT
WEBER STATE UNIVERSITY, UT
SOUTHERN UTAH UNIVERSITY, UT
SNOW COLLEGE, UT
DIXIE STATE COLLEGE, UT
COLLEGE OF EASTERN UTAH, UT
UTAH VALLEY UNIVERSITY, UT
SALT LAKE COMMUNITY COLLEGE, UT
UTAH COLLEGE OF APPLIED TECHNOLOGY, UT
STATE AGENCIES
ADMIN. SERVICES OFFICE
BOARD OF MEDICAL EXAMINERS
HAWAII CHILD SUPPORT ENFORCEMENT AGENCY
HAWAII DEPARTMENT OF TRANSPORTATION
HAWAII HEALTH SYSTEMS CORPORATION
OFFICE OF MEDICAL ASSISTANCE PROGRAMS
OFFICE OF THE STATE TREASURER
OREGON BOARD OF ARCHITECTS
OREGON CHILD DEVELOPMENT COALITION
OREGON DEPARTMENT OF EDUCATION
OREGON DEPARTMENT OF FORESTRY
OREGON DEPT OF TRANSPORTATION
OREGON DEPT. OF EDUCATION
Requirements for National Cooperative Contract
Page 56 of 57
OREGON LOTTERY
OREGON OFFICE OF ENERGY
OREGON STATE BOARD OF NURSING
OREGON STATE DEPT OF CORRECTIONS
OREGON STATE POLICE
OREGON TOURISM COMMISSION
OREGON TRAVEL INFORMATION COUNCIL
SANTIAM CANYON COMMUNICATION CENTER
SEIU LOCAL 503, OPEU
SOH- JUDICIARY CONTRACTS AND PURCH
STATE DEPARTMENT OF DEFENSE, STATE OF
HAWAII
STATE OF HAWAII
STATE OF HAWAII, DEPT. OF EDUCATION
STATE OF LOUISIANA
STATE OF LOUISIANA DEPT. OF EDUCATION
STATE OF LOUISIANA, 26r" JUDICIAL DISTRICT
ATTORNEY
STATE OF UTAH
Requirements for National Cooperative Contract
Page 57 of 57
LL
z
O
11)
N
0
U
{b
O W
►- u
z a
o
o
0
0
0
0
0
o
S
0
o
0
O
0
O
g
0
o
g
0
o
0
0
0
0
0
0
sz
o
vF
0
vF
0
vF
0
�
0
�
0
vF
0
vF
0
�
0
v>
0
v>
0
vF
0
vF
0
vF
0
vF
O
v>
c
r 0
Z
V
W 0
S 'um
uj
a
r-
N
J
W W
0 j
jU
W
!t!�
U
U
U
u
U
U
U
U
U
u
U
V
J
a
y�
O
v
6J
41
N
41
N
N
N
W
41
t
N
C
41
C
W
C
N
C
N
C
J
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
t
C
C
w
u
U
U
U
u
U
U
U
u
U
u
U
U
U
U
V
a
i
aqj
Ln
L
LL
L
rl
~
X
—
W
m-le
Z
O
i
„Ln,'�
f0
z
0)
U
L
Y
m
°Ln
.4
c
YIn
f0
a
ta
z
0
=Im
a
2
a
m
w
a
N
ao
m
a_a
ro
J
to
LU
X
a
R
t
00
Li
00
Ln
K
O
2
J,
O
X
`n
Ln
M
LLIv
v
0
IT
x
v
v
0
m
m
`O
e"
J
X
M
O
C
L
fM
X
Ox
C
C
W
C
J
ti
W
C
M
W
C
x
:7
N
C
N
N
L
C
7(
J
L
C
x
iC
C
J
c
cu
J
J
C
J
C�
C
J
CC�
C
Y
D
J
m
m
m
z
a oc
gp W
cmc
c G
W
OL z
VJ
W
�
a
z
z
a
0
z
or
m
wu W
cc
Ga
z
z
a
i
Ix a
W
K
LL ~ 7
O Z
O 4'
a
0
0
0
0
0
0
0
0
a
o
g
0
a
0
o
g
o Z
0
VI
06
N
N
6
in
06
VI
N
6
Vf
0
V)
0
V}
6
V)
o
VI
a
V}
o
V}
6
V)
o
N
d
N
H z
0
W
F 0
u Z
CC�
W 0
d �
O
u
cc
a
4A
J
LL w
d
0
F
Q
Z
[n
u
i3
u
u
u
CJ
In
CJ
In
CJ
U1
U
J
0.
V1
(..7
VI
CJ
En
U
In
C.7
kn
CJ
Q
w
7 uj
JN
N
a
w
a
a
d%
tn ccc
N
N
N
N
N
N
N
N
2/
N
Q
Q
a
a
a
t^ 0
O
Q
u_
E
u
u
E
u
£
u
E
c/0,
E
u
cf 0i
t
u
E
u
E
a)
o
o
o
V)
cn
V)
F
c
N
a
L
ar
L
a
L
a)
L
w
L
v
L
a
L
w
L
a)
L
CD
L
WQ
F y
tJ
u
u
u
u
U
u
u
CJ
CJ
CJ
O
a+
O
O
a+
Q
C
C
C
o
C
c
c
a+
Z
�
a
Ln
m
`•
_c
•-
a
3t
2
N
�_
L
LL
c�
'x
F
N
L
C.7
C
aJ
toJto
InL
N
LL
X
J
N
N
?
f6
y
C
Z
L
C
ai
m
OD
T
C
Ml
o
o
in
O_
�O
O
H
o
n
x
3
L
z
J
E
0
x
f6
.�i
Ln
°
d
d
�{
.m
m
111
a
O
L
Q.
++
O
rn
u
C
J
C
C
7
U
O
N
C
-W
m
Y
m
-
UD
h
N
v�f
0000
x
c
A
N
p
L
w
£
a
�`
m
Yi
;:
c_
LL
�,
a
d
oo
C
;
m
O
x
P.
OD
5
t�
m
lJ
ai
r
`6
c
m
ai
�0
a
c
o
d
O
O
a
0
a
U'
�,
7
—y
O
W
H
a
.a
9
O
O
C
�"�
m
u
°O
�
N
0
O
'-'
Z
"
z
O_
O
m
p
o
�
m
>w
�t
m
x
li
m
O
U
c
O
O
Tp#wx
w
`
v
co
c
u
w
o
l
O
J
°Zvm
OR
w
V)
l7
oc
U
O
z
K d
m m
d
w �
d Z
7 J
W
LL O
z
Z
CQ
C
0
Z
Q
d
w
W C
d G
7 4
t Z
Q
LL
z
cQ
L
cc d
dL ui
L6 ~
O z
x
z
0
0
r�
O u
Cc
z 4
p
O
O
O
O
O
O
O
O
O
6
O
O
O
O
6
6
b
O
O
O
d
O
O
d
O
p
S
6
d
O
O
o
O N
O
vt
b
O
b
O
b
O
O
O
b
O
6
d
d
O
d
u z
� O
a
U.
O
u z
L o
a
u,
C
u
cc
a
f-
O
W
�
�
u
jN
N
a
a
a
a r
O a
n
a
a
a
m
y
a
d
v
`
v
a
m
m
`
v
m
A
u.� O
O
u
m
u
m
u
m`m
u
u
u
u
u
u
u
u
m
u
m
u
u
Q ka
0
i7
C
C
G
C
C
C
C
C
C
C
C
L
C
C
Y.1 �UUUi
y
O
Vf
�n
VI
Y
Vf
Y
V]
Y
VI
Y
V]
Y
1/'1
Y
Vf
Y
VI
Y
V]
Y
V]
Y
V]
Y
VI
Y
V1
Q
C
C
m
m
s
cc
L
_
f6
�
cc
a
00
ca
m
cu a
3
O
"oo
c
u
E
J
_
z
a
LL
m
u
Q
J
o
E
ELn
Y
3
m
O
=
u
>
E
E
b
a
0
N
o
a
J
m
N
J
J
Y
N
E
E
L
d
ro
n
1-4
E
E
oN
°o
o
�
,N
oLILa
N
Q
C
a
.4
Ln
-0
I
tOLA
d
n
rm
a
,4
d
c
m
m
C
O
L
a-
m
o
a
0.
o
=
m
m
`nm
y
c
u
a
ro
LM
N
N
o
o
N
c
o
'p
l7
x
G
n
a
=
m
2
v
O
u
le
LL
=
l7
O
0
'V�
O
�
C
z
do C
m L61
CO
m
a 2
W :3
K z
7
..a
rj w
W O
a
0
z
a
oc
m
w
w
� a
u z
a
z
a
m
W
W W
~
0 z
LL
O u
7 d
o
0
0
0
0
0
0
8
0
0
o
0
8
0
0
O Z
o
v>
a
v>
o
.n
c
o
0
0
0
c
o
0
0
0
0
0
0
L
0
O
u z
Cc o
0
u
oc
a
W W
O w
F a
N
u
N
u
u
u
u
u
u
u
u
u
u
u
CJ
u
u
u
LU
d
ar
ar
w
a,
ai
(r
w
ar
v
ai
ai
v
a)
w
Cc
N_
N_
VI
N
Vl
N
N
VI
0co
u
u
F
H
_N
H
r-
H
_N
Q W
c
c
df
40
es
as
coco
cis
40
to
cz
d1
0
cis
to
a
W V
:2
N
:c
N
ai
3
a
3
m
3
w
3
a
3
v
3
a
3
m
3
a
3
a
3
w
3
a
3
v
3
F V
Q
O
O
O
F-
O
F-
O
f-
O
F-
O
r
O
f-
O
F-
O
F-
O
f-
O
O
F-
O
f-
�
3
9-
a
a
3
w
'�
Q
v
a
c
o°c
L
A
m
_
`w
E
3
a
t
a,
c
m
�'
L
.YC
3
=
8
m
mLn
=
0
Z
u
Y
a
ppK
O
p
?
2
m
t
N
0
a
L
,�
S
O
a
a
m
;
=
m
a
0
.��
0
a
=
LO
a
3
x
�
a
a
a
a
Ln
o
q
x
pp
O
O
^
0
u
a
m
oo
.,
v
x
N
x
,n
n
_
ti
x
Ln
co
a
m
ai
ti
v
n
14
G
CL
m
Or
IV
O
Ol
ryi
N
=
co
a1
w
N
N
W
O
N
O
H
C
O
N
F
3
~
~
O
~
a
a
N
m
~
a
t
m
m
fa
7
O
t
pp
m
m
O
`
N
m
L
w
C
w
a
m
o
a°Ji
u
O
m
p
E
c
u
O
Qra
U
N
0
z
[C
Cc LU
U
W �
z
J
W
W
0
z
Z
a
0
z
cc
m
cc W W
� a
u z
U.
n
z
a
cc cc
W
2 in
CC
LL F
0 Z
F_
U
LL
LL
Q W
u
F
S
O
O
O
O
O
O
O
O
b
b
b
O
b
b
O
O
O
O
b
O
b
b
O
O
b
O
O
O
b
b
b
O
b
O
b
O
Q
O
b
b
O
O
b
b
O
O
u z
0
LL
r O
u Z
a tj
tj
G
u
OG
a
61
J
LL W
O
cnLA
ULLJ
V
Ln
V
U
U
U
V
U
U
U
U
u
�c
G
J
a
a
m
m
a
a)
v
w
a,
p
a)
d
d
Ln
03
06
6
6
6
6
cz
6-6
6-6o7J
oZl
6-66-6dS
oZj
QW
H
W
w
}j
py
i
N}
3
QyJ
i
p}
3
d
3
Q]
�i
a)
3:
ai
}i
4)
3
a)
3
a
3
4)
41
41
m
3
3
t
3
r
t
m
3
m
3
3
z
z
CL
LL
3
0
3
3
v
c
ar
o
a
o.
>
a
a
a
a
-
n
a
T
ai
d
b
O
=
d
m
,n
.�
x
e4
2Ln
Q.
O
bo
N
R
a
Ln
x
O
X
I..L
r
d
o
co
g
p
x
e
W
,b
00
x
Ln
r-4,
00
v
d
0
E
VI
m
oo
� i
"
x
"co
Ln
-o`o
"ono
x
o
n
b
_"
o
Of
w
m
U
4A
b
ov
a
Q
ar
i�
y
N
W
Q
n
N
r4
41
O
N
m
ai
O
W
O
H
N
H
16
j
H
O
7
G
m
m
16
>
'C:
O
H
O
d
O
1=
v�
O
K
C
p
.L.+
a]
41
a
m
C
u
00
Id
Y
Y
d
m
0
+m
w+
O
O
6
Vl
•0
m
w
O
CL
2
F-
U
Y
VVj
L
m
U
O
L^
O
✓pi
ai
a
U
H
O
z
� W
cmc
� G
z
�
~ W
u
°o
� g
a
a
0
z
c
W W
a
u z
a
D
z
a
W
LO
W
LL
Q z
0
0
0
ATTACHMENT C
HOUSING AND URBAN DEVELOPMENT (HUD)
5369-B
5369-C
5370-C Section 1
SECTION 3
Instructions to Offerors
Non -Construction
aareparatlon of Offers
U.S. Department of Housing 1111111'
and Urban Development - a329t -
Office of Public and Indian Housing
(a) Offerors are expected to examine the statement of work, the
proposed contract terms and conditions, and ail instructions. Failure
to do so will be at the offeror's risk.
(b) Each offeror shall furnish the information required by the solicita-
tion. The offeror shall sign the offer and print or type Its name on the
cover sheet and each continuation sheet on which it makes an entry.
Erasures or other changes must be initiated by the person signing the
offer. Offers signed by an agent shall be accompanied by evidence of
that agent's authority, unless that evidence has been previously
fumished to the HA.
(c) Offers for services other than those specified will not be consid-
ered.
2. Submission of Offers
(a) Offers and modifications thereof shall be submitted in sealed
envelopes or packages (1) addressed to the office specified in the
solicitation, and (2) showing the time specified for receipt, the sollcita-
tion number, and the name and address of the offeror.
(b) Telegraphic offers will not be considered unless authorized by the
solicitation; however, offers may be modelled by written or telegraphic
notice.
(c) Facsimile offers, modifications or withdrawals will not be consid-
ered unless authorized by the solicitation.
9 Amendmerds to Solicitations
c ,f this solicitation is amended, then all terms and conditions which
are not modified remain unchanged
(b) Offerors shall acknowledge receipt of any amendments to this
solicitation by
(1) signing and returning the amendment;
(2) identifying the amendment number and date in the space
provided for this purpose on the form for submitting an offer,
(3) letter or telegram, or
(4) facsimile, it facsimile offers are authorized In the solicitation.
The HAMUD must receive the acknowledgment by the time
specified for receipt of offers.
4. Explanation to Prospective Offerors
Any prospective offeror desiiing an explanation or interpretation of the
solicitation, statement of woric, etc., must request it in writing soon
enough to allow a reply to reach all prospective offerors before the
submission of their offers. Oral explanations or instructions given
before the award of the contract will not be binding. Any information
given to a prospective offeror concerning a solicitation will be fumished
prorTptly to all other prospective offerors as an amendment of the
solicitation, H that Information is necessary in submitting offers or If the
lack of it would be prejudicial to any other prospective offerors.
S. Responsibility of Prospective Contractor
(a) The HA shall award a contract only to a responsible prospective
contractor who is able to perform successfully under the terms and
conditions of the proposed contract. To be detenlined responsible,
apective contractor must -
(1) Have adequatefinanclai resources to perform the contract, or
the ability to obtain them;
(2) Have a satisfactory performance record;
(3) Have a satisfactory record of integrity and business ethics;
(4) Have a satisfactory record of compliance with public policy
(e.g., Equal Employment Opportunity); and
(5) Not have been suspended, debarred, or otherwise determined
to be ineligible for award of contracts by the Department of
Housing and Urban Development or any other agency of the
U.S. Govemment. Current Isis of ineligible contractors are
available for inspection at the HAMUD.
(b) Before an offer is considered for award, the offeror may be
requested by the HA to submit a statement or other documentation
regarding any of the foregoing requirements. Failure by the offerorto
provide such additional information may render the offeror ineligiblefor
award.
6. Late Submissions, Modifications, and Withdrawal of Offers
(a) Any offer received at the place designated in the solicitation after
the exact time specified for receipt will not be considered unless It is
received before award Is made and lt -
(1) Was sent by registered or certified mail not later than the fifth
calendar day before the date specified for receipt of offers
(e.g., an otter submitted in response to a solicitation requiring
receipt of offers by the 20th of the month must have been
mailed by the 15th);
(2) Was sent by mail, or if authorized by the solicitation, was sent
by telegram or via facsimile, and it is determined by the HA!
HUD that the late receipt was due solely to mishandling bythe
HAMUD after receipt at the HA;
(3) Was sent by U.S. Postal Service Express Mail Next Day
Service - Post Office to Addressee, not later than 5:00 p.m. at
the place of mailing two working days pdorto the date specified
for receipt of proposals. The term 'working days" excludes
weekends and U.S. Federal holidays; or
(4) Is the only offer received.
(b) Any modification of an offer, except a modification resulting from
the HA's request to r best and final offer (if this solicitation is a request
for proposals), is subject to the same conditions as In subparagraphs
(a)(1), (2), and (3) of this provision.
(c) A modification resulting from the HA's request for best and final"
offer received after the time and date specified in the request will not
beconsidered unless received before award and the late receipt isdue
solely to mishandling by the HA after receipt at the HA.
(d) The only acceptable evidence to establish the date of mailing of a
late offer, modification, or withdrawal sent either by registered or
certified mail is the U.S. or Canadian Postal Service postmark both on
the envelope or wrapper and on the original receipt from the U.S. or
Canadian Postal Service. Both postmarks must show a legible date
or the offer, modification, or withdrawal shall be processed as If mailed
late. "Postmark" means a printed, stamped, or otherwise placed
impression (exclusive of a postage meter machine Impression) that is
readily identlfiable without further action as having been supplied and
affixed by employees of the U.S. or Canadian Postal Service on the
date of mailing. Therefore, offerors should request the postal clerkto
place a hand cancellation bull's-eye postmark on both the receipt and
the envelope or wrapper.
(e) The only acceptable evidence to establish thetime of receipt atthe
HA Is the timatdate stamp of HA on the offer wrapper or other
documentary evidence of receipt maintained by the HA.
Previous edition is obsolete page 1 of 2
rorm HUD-6369-8 OW)
ref. Handbook 7460.5
(1) The only acceptable evidence to establish the date of mailing of a
late offer, modification, or withdrawal sent by lExpress Mail Next Day
Service -Post Office to Addressee is the date entered by the post office
receiving clerk on the "Express Mail Next Day Service -Post Office to
Addressee" label and the postmark on both the envelope or wrapper
and on the original receipt from the U.S. Postal Service. `Postmark"
has the some meaning as defined in paragraph (c) of this provision,
excluding postmarks of the Canadian Postal Service. Therefore,
offerors should request the postal clerk to place a legible hand
cancellation bull's eye postmark on both the receipt and the envelope
or wrapper.
(g) Notwithstanding paragraph (a) of this provision, a late modification
of an otherwise successful offer that makes its terms more favorable
to the HA will be considered of any time it Is received and may be
accWed-
(h) If this solicitation is a request for proposals, proposals may be
withdrawn by written notice, or If authorized by this solicitation, by
telegram (including mailgram) or facsimile machine transmission
received at any time before award. Proposals may be withdrawn In
person by a offeror or its authorized representative If the Identity of the
person requesting withdrawal Is established and the person signs a
receipt for the offer before award. K this solicitation is an Invitation for
bids, bids may be withdrawn at any time prior to bid opening.
7. Contract Award
(a) The HA will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be
most advantageoustothe HA, cost or priceand otherf actors, specified
elsewhere In this solicitation, considered.
(b) The HA may
(1) reject any or at offers a such action Is in the HA's Interest,
(2) accept other than the lowest offer,
(3) waive Informalities and minor irregularities in offers received,
and (4) award more than one contract for all or part of the
requirements stated.
(c) if this solicitation is a request for proposals, the HA may award a
contract on the basis of initial offers received, without discussions.
Therefore, each initial offer should contain the offeroes best terms from
a cast or price and technical standpoint-
(d) A written award or acceptance of offer mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer shall result in a binding contract without further
action by either party. If this solicitation is a request for proposa-
beforethe dfer's specified expiration time, the HA may accept an offs
whether or not there are negotiations after its receipt, unless a written
notice of withdrawal Is received before award. Negotiations conducted
after receipt of an offer do not constitute a rejection or counteroffer by
the HA.
(e) Neither financial data submitted with an offer, nor representations
concerning facilities or financing, wilt form a part of the resulting
contract.
8. Service of Protest
Any protest against the award of acontract pursuant to this solicitation
shall be served on the HA by obtaining written and dated acknowledg-
ment of receipt from the HA at the address shown on the cover of this
solicitation. The determination of the HA with regard to such protest
or to proceed to award notwithstanding such protest shall be final
unless appealed by the protestor.
9. Offer Submission
Offers shall be submitted as follows and shall be enclosed in a sealed
envelope and addressed to the off ice specified In the solicitation. The
proposal shall show the }your and date specified in the solicitation
for receipt, the solirdtetlo n number, and the name and address of
the offeror, on the face of the envelope,
It is very Important that the offer be property Identified on the face
of the envelope as set forth above In order to insure that the date and
time of receipt Is stamped on the face of the offer envelope. Receiving
procedures are: date and time stamp those envelopes Identified as
proposals and dellverthem Immediately to the appropriate contract'
official, end only date stamp those envelopes which do not con.
Identification of the contents and deliver them to the appropriate
procuring activity only through the routine mall delivery procedure.
[Describe bid or proposal preparation Instructions here:)
Previas edition is otssokft page 1 of 2
form Huo-536" (9M
ref. Handbook 7460.1
5369-G
Certifications and
Representations
of Offerors
Non -Construction Contract
U.S. Department of Housing OMB Approval No:2577-0180 (exp. MOW)
and Urban Development
Office of Public and Indian Housing
Public reporting burden for this collection of information is estimated to average 5 minutes per response, including the time for reviewing instructions, searching
existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of Information.
This form includes clauses required by OMB's common rule on biddingloffering procedures, implemented by HUD in 24 CFR 85.36. and those requirements
setforth in Executive Order 11625 for small, minority, women -owned businesses, and certifications for independent price determination, and conflict of interest.
The form is required for nonconstructlon contracts awarded by Housing Agencies (HAs). The form is used by bidders/offerors to certify to the HA's Contracting
Officer for contrast compliance. It the form were not used, HAs would be unable to enforce their contracts. Responses to the collection of information are
required to obtain a benefit or to retain a benefit. The information requested does not lend Itself to confidentiality.
1. Contingent Fee Representation and Agreement
(a) The bidder/offeror represents and certifies as part of its bid/
offer that, except for full-time bona fide employees working
solely for the bidder/offeror, the bidder/offeror:
(1) [ ] has, [ ] has not employed or retained any person or
company to solicit or obtain this contract; and
(2) [ ] has, [ ] has not paid or agreed to pay to any person
or company employed or retained to solicit or obtain this
contract any commission, percentage, brokerage, or other
fee contingent upon or resulting from the award of this
contract.
(b) if the answer to either (a)(1) or (a) (2) above is affirmative,
the bidder/offeror shall make an immediate and full written
disclosure to the PHA Contracting Officer.
(c) Any misrepresentation by the bidder/offeror shall give the
PHA the right to (1) terminate the resultant contract; (2) at its
discretion, to deduct from contract payments the amount of any
commission, percentage, brokerage, or other contingent fee; or
(3) take other remedy pursuant to the contract.
2. Small, Minority, Women -Owned Business Concern Rep-
resentation
The bidder/offeror represents and certifies as part of its bid/ offer
that it:
(a) [ ] is, [ ] is not a small business concern. "Small business
concern," as used in this provision, means a concern, includ-
ing its affiliates, that is independently owned and operated,
not dominant in the field of operation in which it is bidding,
and qualified as a small business under the criteria and size
standards in 13 CFR 121.
(b) [ ] is, [ ] is not a women -owned small business concern.
"Women -owned," as used in this provision, means a small
business that is at least 51 percent owned by a woman or
women who are U.S. citizens and who also control and
operate the business.
(c) [ ] is, [ ] is not a minority enterprise which, pursuant to
Executive Order 11625, is defined as a business which is at
least 51 percent owned by one or more minority group
members or, in the case of a publicly owned business, at least
51 percent of its voting stock is owned by one or more
minority group members, and whose management and daily
operations are controlled by one or more such individuals.
For the purpose of this dcfmition, minority group members are:
(Check the block applicable to you)
[ ] Black Americans [ ] Asian Pacific Americans
[ ] Hispanic Americans [ ] Asian Indian Americans
[ ] Native Americans [ ] Hasidic Jewish Americans
3. Certificate of Independent Price Determination
(a) The bidder/offeror certifies that—
(1) The prices in this bid/offer have been arrived at indepen-
dently, without, for the purpose of restricting competi-
tion, any consultation, communication, or agreement
with any other bidder/offeror or competitor relating to (i)
those prices, (ii) the intention to submit a bid/offer, or
(iii) the methods or factors used to calculate the prices
offered;
(2) The prices in this bid/offer have not been and will not be
knowingly disclosed by the bidder/offeror, directly
indirectly, to any other bidder/offeror or competitor b
fore bid opening (in the case of a sealed bid solicitation)
or contract award (in the case of a negotiated solicitation)
unless otherwise required by law; and
(3) No attempt has been made or will be made by the bidder/
offeror to induce any other concern to submit or not to
submita bid/offer for the purposeof restricting competition.
(b) Each signature on the bid/offer is considered to be a certifi-
cation by the signatory that the signatory:
(1) Is the person in the bidder/offeror's organization respon-
sible for determining the prices being offered in this bid
or proposal, and that the signatory has not participated
and will not participate in any action contrary to subpara-
graphs (a)(1) through (a)(3) above; or
(2) (i) Has been authorized, in writing, to act as agent for the
following principals in certifying that those principals
have not participated, and will not participate in any
action contrary to subparagraphs (a)(1) through (a)(3)
above (insert full name of person(s) in the bidder/offeror's
organization responsible for determining the prices of-
fered in this bid or proposal, and the title of his or her
position in the bidder/offeror's organization);
(ii) As an authorized agent, does certify that the princi-
pals named in subdivision (b)(2)(i) above have not par-
ticipated, and will not participate, in any action contrary
to subparagraphs (a)(1) through (a)(3) above; and
form HUD-5389-C (6/93)
Previous edition is obsolete page 1 of 2 ref. Handbook 7460.8
(iii) As an agent, has not personally participated, and will 6. Conflict or Interest
not participate in any action contrary to subparagraphs In the absence of any actual or apparent conflict, the offeror, by
(a)(l) through (a)(3) above. submission of a proposal, hereby warrants that to the best of its
If the bidder/offeror deletes or modifies subparagraph (a)2 knowledge and belief, no actual or apparent conflict of interest
above, the bidder/offeror must furnish with its bid/offer a exists with regard to my possible performance of this procure -
signed statement setting forth in detail the circumstances of ment, as described in the clause in this solicitation titled "Orga-
the disclosure. nizational Conflict of Interest."
4. Organizational Conflicts of Interest Certification
(a) The Contractor warrants that to the best of its knowledge and
belief and except as otherwise disclosed, it does not have any
organizational conflict of interest which is defined as a
situation in which the nature of work under a proposed
contract and a prospective contractor's organizational, fi-
nancial, contractual or other interest are such that:
(i) Award of the contract may result in an unfair competi-
tive advantage;
(ii) The Contractor's objectivity in performing the con-
tract work may be impaired; or
(iii) That the Contractor has disclosed all relevant infor-
mation and requested the HA to make a determination
with respect to this Contract.
(b) The Contractor agrees that if after award he or she discovers
an organizational conflict of interest with respect to this
contract, he or she shall make an immediate and full disclo-
sure in writing to the HA which shall include a description of
the action which the Contractor has taken or intends to
eliminate or neutralize the conflict. The HA may, however,
terminate the Contract for the convenience of HA if it would
be in the best interest of HA.
(c) In the event the Contractor was aware of an organizational
conflict of interest before the award of this Contract and
intentionally did not disclose the conflict to the HA, the HA
may terminate the Contract for default.
(d) The Contractor shall require a disclosure or representation
from subcontractors and consultants who may be in a position
to influence the advice or assistance rendered to the HA and
shall include any necessary provisions to eliminate orneutralize
conflicts of interest in consultant agreements or subcontracts
involving performance or work under this Contract.
S. Authorized Negotiators (RFPs only)
The offeror represents that the following persons are authorized
to negotiate on its behalf with the PHA in connection with this
request for proposals: (list names, titles, and telephone numbers
of the authorized negotiators):
7. OReror's Signature
The offeror hereby certifies that the information contained in
these certifications and representations is accurate, complete,
and current.
Signature & Date:
Typed or Printed Name:
Title.
form HUD-5369-C (8/93)
Provlous ed1lon Is obsolete page 2 of 2 rat Hanomook 7480.8
5370-Cl
General Conditions for Non -Construction U.S. Department of Housing and Urban
Contracts Development
Office of Public and Indian Housing
Section I — (With or without Maintenance Work) Office of Labor Relations
OMB Approval No. 2577-0157 (exo, 1/31/2017
Public Reporting Burden for this collection of information is estimated to average 0.08 hours per response, including the time for reviewing instructions,
searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send
comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the
Reports Management Officer, Office of Information Policies and Systems, U.S. Department of Housing and Urban Development, Washington, D.O.
20410-3600; and to the Office of Management and Budget, Paperwork Reduction Project (2577-0157), Washington, D.C. 20503. Do not send this
completed forth to either of these addressees.
Applicability. This form HUD-5370-C has 2 Sections. These
Sections must be inserted into non -construction contracts as
described below:
1) Non -construction contracts (without maintenance)
greater than $100,000 - use Section I;
2) Maintenance contracts (including nonroutine
maintenance as defined at 24 CFR 968.105) greater than
$2,000 but not more than $100,000 - use Section II; and
3) Maintenance contracts (including nonroutine
maintenance), greater than $100,000 — use Sections I
and II.
Section I - Clauses for All Non -Construction Contracts greater
than $100,000
1. Definitions
The following definitions are applicable to this contract:
(a) "Authority or Housing Authority (HA)" means the
Housing Authority.
(b) "Contract" means the contract entered into between the
Authority and the Contractor. It includes the contract form,
the Certifications and Representations, these contract
clauses, and the scope of work. It includes all formal
changes to any of those documents by addendum, Change
Order, or other modification.
(c) "Contractor' means the person or other entity entering into
the contract with the Authority to perform all of the work
required under the contract.
(d) "Day" means calendar days, unless otherwise stated.
(e) "HUD" means the Secretary of Housing and Urban
development, his delegates, successors, and assigns, and
the officers and employees of the United States
Department of Housing and Urban Development acting for
and on behalf of the Secretary.
2. Changes
(a) The HA may at any time, by written order, and without
notice to the sureties, if any, make changes within the
general scope of this contract in the services to be
performed or supplies to be delivered.
(b) If any such change causes an increase or decrease in the
hourly rate, the not -to -exceed amount of the contract, or
the time required for performance of any part of the work
under this contract, whether or not changed by the order,
or otherwise affects the conditions of this contract, the HA
shall make an equitable adjustment in the not -to -exceed
amount, the hourly rate, the delivery schedule, or other
affected terms, and shall modify the contract accordingly.
(c) The Contractor must assert its right to an equitable
adjustment under this clause within 30 days from the date
of receipt of the written order. However, if the HA decides
that the facts justify it, the HA may receive and act upon a
proposal submitted before final payment of the contract.
(d) Failure to agree to any adjustment shall be a dispute under
clause Disputes, herein. However, nothing in this clause
shall excuse the Contractor from proceeding with the
contract as changed.
(e) No services for which an additional cost or fee will be
charged by the Contractor shall be furnished without the
prior written consent of the HA.
3. Termination for Convenience and Default
(a) The HA may terminate this contract in whole, or from time
to time in part, for the HA's convenience or the failure of the
Contractor to fulfill the contract obligations (default). The
HA shall terminate by delivering to the Contractor a written
Notice of Termination specifying the nature, extent, and
effective date of the termination. Upon receipt of the notice,
the Contractor shall: (i) immediately discontinue all services
affected (unless the notice directs otherwise); and (ii)
deliver to the HA all information, reports, papers, and other
materials accumulated or generated in performing
this contract, whether completed or in process.
(b) If the termination is for the convenience of the HA, the HA
shall be liable only for payment for services rendered
before the effective date of the termination.
(c) If the termination is due to the failure of the Contractor to
fulfill its obligations under the contract (default), the HA may
(i) require the Contractor to deliver to it, in the manner
and to the extent directed by the HA, any work as
described in subparagraph (a)(ii) above, and compensation
be determined in accordance with the Changes clause,
paragraph 2, above; (ii) take over the work and prosecute
the same to completion by contract or otherwise, and the
Contractor shall be liable for any additional cost incurred by
the HA; (iii) withhold any payments to the Contractor, for the
purpose of off -set or partial payment, as the case may
be, of amounts owed to the HA by the Contractor.
(d) If, after termination for failure to fulfill contract obligations
(default), it is determined that the Contractor had not failed,
the termination shall be deemed to have been effected for
the convenience of the HA, and the Contractor shall been
titled to payment as described in paragraph (b) above.
(e) Any disputes with regard to this clause are expressly made
subject to the terms of clause titled Disputes herein.
4. Examination and Retention of Contractor's Records
(a) The HA, HUD, or Comptroller General of the United States,
or any of their duly authorized representatives shall, until 3
years after final payment under this contract, have access
to and the right to examine any of the Contractor's directly
pertinent books, documents, papers, or other records
involving transactions related to this contract for the
purpose of making audit, examination, excerpts, and
transcriptions.
Section I - Page 1 of 6 form HUD-5370-C (01/2014)
(b) The Contractor agrees to include in first -tier subcontracts
under this contract a clause substantially the same as
paragraph (a) above. "Subcontract," as used in this clause,
excludes purchase orders not exceeding $10,000.
(c) The periods of access and examination in paragraphs (a)
and (b) above for records relating to:
(i) appeals under the clause titled Disputes;
(ii)iitigation or settlement of claims arising from the
performance of this contract; or,
(iii) costs and expenses of this contract to which the HA,
HUD, or Comptroller General or any of their duly
authorized representatives has taken exception shall
continue until disposition of such appeals, litigation,
claims, or exceptions.
5. Rights in Data (Ownership and Proprietary Interest)
The HA shall have exclusive ownership of, all proprietary
interest in, and the right to full and exclusive possession of all
information, materials and documents discovered or produced
by Contractor pursuant to the terms of this Contract, including
but not limited to reports, memoranda or letters concerning the
research and reporting tasks of this Contract.
6. Energy Efficiency
The contractor shall comply with all mandatory standards and
policies relating to energy efficiency which are contained in the
energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (Pub.L. 94-163) for the State in
which the work under this contract is performed.
7. Disputes
(a) All disputes arising under or relating to this contract, except
for disputes arising under clauses contained in Section 111,
Labor Standards Provisions. including any claims for
damages for the alleged breach there of which are not
disposed of by agreement, shall be resolved under this
clause.
(b) All claims by the Contractor shall be made in writing and
submitted to the HA. A claim by the HA against the
Contractor shall be subject to a written decision by the HA.
(c) The HA shall, with reasonable promptness, but in no event
in no more than 60 days, render a decision concerning any
claim hereunder. Unless the Contractor, within 30 days after
receipt of the HA's decision, shall notify the HA in writing
that it takes exception to such decision, the decision
shall be final and conclusive.
(d) Provided the Contractor has (i) given the notice within the
time stated in paragraph (c) above, and (ii) excepted its
claim relating to such decision from the final release, and (iii)
brought suit against the HA not later than one year after
receipt of final payment, or if final payment has not been
made, not later than one year after the Contractor has had a
reasonable time to respond to a written request by the HA
that it submit a final voucher and release, whichever is
earlier, then the HA's decision shall not be final or
conclusive, but the dispute shall be determined on the
merits by a court of competent jurisdiction.
(e) The Contractor shall proceed diligently with performance of
this contract, pending final resolution of any request for
relief, claim, appeal, or action arising under the contract,
and comply with any decision of the HA.
B. Contract Termination; Debarment
A breach of these Contract clauses may be grounds for
termination of the Contract and for debarment or denial of
participation in HUD programs as a Contractor and a
subcontractor as provided in 24 CPR Part 24.
9. Assignment of Contract
The Contractor shall not assign or transfer any interest in this
contract; except that claims for monies due or to become due
from the HA under the contract may be assigned to a bank,
trust company, or other financial institution. If the Contractor is
a partnership, this contract shall inure to the benefit of the
surviving or remaining member(s) of such partnership approved
by the HA.
10. Certificate and Release
Prior to final payment under this contract, or prior to settlement
upon termination of this contract, and as a condition precedent
thereto, the Contractor shall execute and deliver to the HA a
certificate and release, in a form acceptable to the HA, of all
claims against the HA by the Contractor under and by virtue of
this contract, other than such claims, if any, as may be
specifically excepted by the Contractor in stated amounts set
forth therein.
11. Organizational Conflicts of Interest
(a) The Contractor warrants that to the best of its knowledge
and belief and except as otherwise disclosed, it does not
have any organizational conflict of interest which is defined
as a situation in which the nature of work under this
contract and a contractors organizational, financial,
contractual or other interests are such that:
(i) Award of the contract may result in an unfair
competitive advantage; or
(ii) The Contractor's objectivity in performing the contract
work may be impaired.
(b) The Contractor agrees that if after award it discovers an
organizational conflict of interest with respect to this contract
or any taskidelivery order under the contract, he or she shall
make an immediate and full disclosure in writing to the
Contracting Officer which shall include a description of the
action which the Contractor has taken or intends to take to
eliminate or neutralize the conflict. The HA may, however,
terminate the contract or task/delivery order for the
convenience of the HA if it would be in the best interest
of the HA.
(c) In the event the Contractor was aware of an organizational
conflict of interest before the award of this contract and
intentionally did not disclose the conflict to the Contracting
Officer, the HA may terminate the contract for default.
(d) The terms of this clause shall be included in all
subcontracts and consulting agreements wherein the work
to be performed is similar to the service provided by the
prime Contractor. The Contractor shall include in such
subcontracts and consulting agreements any necessary
provisions to eliminate or neutralize conflicts of interest.
12. Inspection and Acceptance
(a) The HA has the right to review, require correction, if
necessary, and accept the work products produced by the
Contractor. Such review(s) shall be carried out within 30
days so as to not impede the work of the Contractor. Any
Section I - Page 2 of 6 form HUD-5370-C (0112014)
product of work shall be deemed accepted as submitted if
the HA does not issue written comments and/or required
corrections within 30 days from the date of receipt of such
product from the Contractor.
(b) The Contractor shall make any required corrections
promptly at no additional charge and return a revised copy
of the product to the HA within 7 days of notification or a
later date if extended by the HA.
(c) Failure by the Contractor to proceed with reasonable
promptness to make necessary corrections shall be a
default, If the Contractors submission of corrected work
remains unacceptable, the HA may terminate this contract
(or the task order involved) or reduce the contract price or
cost to reflect the reduced value of services received.
13. Interest of Members of Congress
No member of or delegate to the Congress of the United States
of America or Resident Commissioner shall be admitted to any
share or part of this contract or to any benefit to arise there from,
but this provision shall not be construed to extend to this
contract if made with a corporation for its general benefit.
14. Interest of Members, Officers, or Employees and Former
Members, Officers, or Employees
No member, officer, or employee of the HA, no member of the
governing body of the locality in which the project is situated, no
member of the governing body in which the HA was activated,
and no other pubic official of such locality or localities who
exercises any functions or responsibilities with respect to the
project, shall, during his or her tenure, or for one year
thereafter, have any interest, direct or indirect, in this contract or
the proceeds thereof.
15. Limitation on Payments to Influence Certain Federal
Transactions
(a) Definitions. As used in this clause:
"Agency", as defined in 5 U.S.C. 552(f), includes Federal
executive departments and agencies as well as independent
regulatory commissions and Government corporations, as
defined in 31 U.S.C. 9101(1).
"Covered Federal Action" means any of the following
Federal actions:
(i) The awarding of any Federal contract;
(H) The making of any Federal grant;
(III) The making of any Federal loan;
(iv) The entering into of any cooperative agreement; and,
(v) The extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or
cooperative agreement.
Covered Federal action does not include receiving from an
agency a commitment providing for the United States to insure
or guarantee a loan.
"Indian tribe" and "tribal organization" have the meaning
provided in section 4 of the Indian Self -Determination and
Education Assistance Act (25 U.S.C. 450B). Alaskan Natives
are included under the definitions of Indian tribes in that Act.
"influencing or attempting to influence" means making, with
the intent to influence, any communication to or appearance
before an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with any covered
Federal action.
"Local government' means a unit of government in a State
and, if chartered, established, or otherwise recognized by a
State for the performance of a governmental duty, including a
local public authority, a special district, an intrastate district, a
council of governments, a sponsor group representative
organization, and any other instrumentality of a local
government.
"Officer or employee of an agency" includes the following
individuals who are employed by an agency:
(i) An individual who is appointed to a position in the
Government under title 5, U.S.C., including a position
under a temporary appointment;
(ii) A member of the uniformed services as defined in
section 202, title 18, U.S.C.;
(lii) A special Government employee as defined in section
202, title 18, U.S.C.; and,
(iv) An individual who is a member of a Federal advisory
committee, as defined by the Federal Advisory
Committee Act, title 5, appendix 2.
"Person" means an individual, corporation, company,
association, authority, firm, partnership, society, State, and local
government, regardless of whether such entity is operated for
profit or not for profit. This term excludes an Indian tribe, tribal
organization, or other Indian organization with respect to
expenditures specifically permitted by other Federal law.
"Recipient" includes all contractors, subcontractors at any
tier, and subgrantees at any tier of the recipient of funds received
in connection with a Federal contract, grant, loan, or cooperative
agreement. The term excludes an Indian tribe, tribal organization,
or any other Indian organization with respect to
expenditures specifically permitted by other Federal law.
"Regularly employed means, with respect to an officer or
employee of a person requesting or receiving a Federal
contract, grant, loan, or cooperative agreement, an officer or
employee who is employed by such person for at least 130
working days within one year immediately preceding the date of
the submission that initiates agency consideration of such
person for receipt of such contract, grant, loan, or cooperative
agreement. An officer or employee who is employed by such
person for less than 130 working days within one year
immediately preceding the date of submission that initiates
agency consideration of such person shall be considered to be
regularly employed as soon as he or she is employed by such
person for 130 working days.
"State" means a State of the United States, the District of
Columbia, the Commonwealth of Puerto Rico, a territory or
possession of the United States, an agency or instrumentality of
a State, and a multi -State, regional, or interstate entity having
governmental duties and powers.
(b) Prohibition.
(i) Section 1352 of title 31, U.S.C, provides in part that no
appropriated funds may be expended by the recipient
of a Federal contract, grant, loan, or cooperative
agreement to pay any person for influencing or
attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member
of Congress in connection with any of the following
covered Federal actions: the awarding of any Federal
contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any
cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of
any Federal contract, grant, loan, of cooperative
agreement.
(ii) The prohibition does not apply as follows:
Section I - Page 3 of 6 form HUD-5370-C (0112014)
(1) Agency and legislative liaison by Own
Employees.
(a) The prohibition on the use of appropriated
funds, in paragraph (i) of this section, does not
apply in the case of a payment of reasonable
compensation made to an officer or employee of
a person requesting or receiving a Federal
contract, grant, loan, or cooperative agreement, if
the payment is for agency and legislative
activities not directly related to a covered Federal
aclion.
(b) For purposes of paragraph (b)(i)(1)(a) of
this clause, providing any information specifically
requested by an agency or Congress is permitted
at any time.
(c) The following agency and legislative liaison
activities are permitted at any time only where
they are not related to a specific solicitation for
any covered Federal action:
(1) Discussing with an agency (including
individual demonstrations) the qualities and
characteristics of the person's products or
services, conditions or terms of sale, and service
capabilities; and,
(2) Technical discussions and other
activities regarding the application or adaptation
of the person's products or services for an
agents use.
(d) The following agency and legislative liaison
activities are permitted where they are prior to
formal solicitation of any covered Federal action:
(1) Providing any information not
specifically requested but necessary for an
agency to make an informed decision about
initiation of a covered Federal action;
(2) Technical discussions regarding the
preparation of an unsolicited proposal prior to its
official submission; and
(3) Capability presentations by persons
seeking awards from an agency pursuant to the
provisions of the Small Business Act, as
amended by Public Law 95-507 and other
subsequent amendments.
(e) Only those activities expressly authorized
by subdivision (b)(ii)(1)(a) of this clause are
permitted under this clause.
(2) Professional and technical services.
(a) The prohibition on the use of appropriated
funds, in subparagraph (b)(i) of this clause,
does not apply in the case of-
(i) A payment of reasonable compensation
made to an officer or employee of a
person requesting or receiving a
covered Federal action or an extension,
continuation, renewal, amendment, or
modification of a covered Federal
action, if payment is for professional or
technical services rendered directly in
the preparation, submission, or
negotiation of any bid, proposal, or
application for that Federal action or for
meeting requirements imposed by or
pursuant to law as a condition for
receiving that Federal action.
(ii) Any reasonable payment to a person,
other than an officer or employee of a
person requesting or receiving a
covered Federal action or an extension,
continuation, renewal, amendment, or
modification of a covered Federal action
if the payment is for professional or
technical services rendered directly in
the preparation, submission, or
negotiation of any bid, proposal, or
application for that Federal action or for
meeting requirements imposed by or
pursuant to law as a condition for
receiving that Federal action. Persons
other than officers or employees of a
person requesting or receiving a
covered Federal action include
consultants and trade associations.
(b) For purposes of subdivision (b)(ii)(2)(a) of
clause, "professional and technical services"
shall be limited to advice and analysis
directly applying any professional or
technical discipline.
(c) Requirements imposed by or pursuant to law
as a condition for receiving a covered
Federal award include those required by law
or regulation, or reasonably expected to be
required by law or regulation, and any other
requirements in the actual award
documents.
(d) Only those services expressly authorized by
subdivisions (b)(il)(2)(a)(1) and (6) of this
section are permitted under this clause.
(iii) Selling activities by independent sales
representatives.
(c) The prohibition on the use of appropriated funds, in
subparagraph (b)(i) of this clause, does not apply to the
following selling activities before an agency by independent
sales representatives, provided such activities are prior to
formal solicitation by an agency and are specifically limited
to the merits of the matter:
(i) Discussing with an agency (including individual
demonstration) the qualities and characteristics of the
person's products or services, conditions or terms of
sale, and service capabilities; and
(ii) Technical discussions and other activities regarding
the application or adaptation of the person's products
or services for an agency's use.
(d) Agreement. In accepting any contract, grant, cooperative
agreement, or loan resulting from this solicitation, the
person submitting the offer agrees not to make any
payment prohibited by this clause.
(e) Penalties. Any person who makes an expenditure
prohibited under paragraph (b) of this clause shall be
subject to civil penalties as provided for by 31 U.S.C. 1352.
An imposition of a civil penalty does not prevent the
Government from seeking any other remedy that may be
applicable.
(f) Cost Allowability. Nothing in this clause is to be interpreted
to make allowable or reasonable any costs which would be
unallowable or unreasonable in accordance with Part 31 of
the Federal Acquisition Regulation (FAR), or OMB
Circulars dealing with cost allowability for recipients of
assistance agreements. Conversely, costs made
specifically unallowable by the requirements in this clause
will not be made allowable under any of the provisions of
FAR Part 31 or the relevant OMB Circulars.
Section I - Page 4 of 6 form HUD-5370-C (01 /2014)
16. Equal Employment Opportunity
During the performance of this contract, the Contractor agrees
as follows:
(a) The Contractor shall not discriminate against any employee
or applicant for employment because of race, color,
religion, sex, or national origin.
(b) The Contractor shall take affirmative action to ensure that
applicants are employed, and that employees are treated
during employment without regard to their race, color,
religion, sex, or national origin. Such action shall include,
but not be limited to (1) employment; (2) upgrading; (3)
demotion; (4) transfer; (5) recruitment or recruitment
advertising; (6) layoff or termination; (7) rates of pay or
other forms of compensation; and (8) selection for training,
including apprenticeship.
(c) The Contractor shall post in conspicuous places available
to employees and applicants for employment the notices to
be provided by the Contracting Officer that explain this
clause.
(d) The Contractor shall, in all solicitations or advertisements
for employees placed by or on behalf of the Contractor,
state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex,
or national origin.
(e) The Contractor shall send, to each labor union or
representative of workers with which it has a collective
bargaining agreement or other contract or understanding,
the notice to be provided by the Contracting Officer
advising the labor union or workers' representative of the
Contractor's commitments under this clause, and post
copies of the notice in conspicuous places available to
employees and applicants for employment.
(f) The Contractor shall comply with Executive Order 11246,
as amended, and the rules, regulations, and orders of the
Secretary of Labor.
(g) The Contractor shall furnish all information and reports
required by Executive Order 11246, as amended and by
rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto. The Contractor shall permit access to its
books, records, and accounts by the Secretary of Labor for
purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(h) In the event of a determination that the Contractor is not in
compliance with this clause or any rule, regulation, or order
of the Secretary of Labor, this contract may be canceled,
terminated, or suspended in whole or in part, and the
Contractor may be declared ineligible for further
Government contracts, or federally assisted construction
contracts under the procedures authorized in Executive
Order 11246, as amended. In addition, sanctions may be
imposed and remedies invoked against the Contractor as
provided in Executive Order 11246, as amended, the rules,
regulations, and orders of the Secretary of Labor, or as
otherwise provided bylaw.
(i) The Contractor shall include the terms and conditions of
this clause in every subcontract or purchase order unless
exempted by the rules, regulations, or orders of the
Secretary of Labor issued under Executive Order 11246,
as amended, so that these terms and conditions will be
binding upon each subcontractor or vendor. The
Contractor shall take such action with respect to any
subcontractor or purchase order as the Secretary of
Housing and Urban Development or the Secretary of Labor
may direct as a means of enforcing such provisions,
including sanctions for noncompliance; provided that if the
Contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such
direction, the Contractor may request the United States to
enter into the litigation to protect the interests of the United
States.
17. Dissemination or Disclosure of Information
No information or material shall be disseminated or disclosed to
the general public, the news media, or any person or
organization without prior express written approval by the HA.
18. Contractor's Status
It is understood that the Contractor is an independent contractor
and is not to be considered an employee of the HA, or assume
any right, privilege or duties of an employee, and shall save
harmless the HA and its employees from claims suits, actions
and costs of every description resulting from the Contractor's
activities on behalf of the HA in connection with this Agreement.
19. Other Contractors
HA may undertake or award other contracts for additional work
at or near the site(s) of the work under this contract. The
contractor shall fully cooperate with the other contractors and
with HA and HUD employees and shall carefully adapt
scheduling and performing the work under this contract to
accommodate the additional work, heeding any direction that
may be provided by the Contracting Officer. The contractor shall
not commit or permit any act that will interfere with the
performance of work by any other contractor or HA employee.
20. Liens
The Contractor is prohibited from placing a lien on HA's
property. This prohibition shall apply to all subcontractors.
21. Training and Employment Opportunities for Residents in
the Project Area (Section 3, HUD Act of 1968; 24 CFR 135)
(a) The work to be performed under this contract is subject to the
requirements of section 3 of the Housing and Urban Development
Act of 1968, as amended, 12 U.S.C. 1701 u (section 3). The
purpose of section 3 is to ensure that employment and other
economic opportunities generated by HUD assistance or HUD -
assisted projects covered by section 3, shall, to the greatest
extent feasible, be directed to low- and very low-income persons,
particularly persons who are recipients of
HUD assistance for housing.
(b) The parties to this contract agree to comply with HUD's
regulations in 24 CFR Part 135, which implement section 3. As
evidenced by their execution of this contract, the parties to this
contract certify that they are under no contractual or other
impediment that would prevent them from complying with the
Part 135 regulations.
(c) The contractor agrees to send to each labor organization or
representative of workers with which the contractor has a
collective bargaining agreement or other understanding, if any, a
notice advising the labor organization or workers' representative
of the contractor's commitments under this section 3 clause, and
will post copies of the notice in conspicuous places at the work
site where both employees and applicants for training and
employment positions can see the notice. The notice shall
describe the section 3 preference, shall set forth minimum
number and job titles subject to hire, availability of
Section i - Page 5 of 6 form HUD-5370-C (01i2014)
apprenticeship and training positions, the qualifications for each;
and the name and location of the person(s) taking applications
for each of the positions; and the anticipated date the work shall
begin.
(d) The contractor agrees to include this section 3 clause in every
subcontract subject to compliance with regulations in 24 CFR
Part 135, and agrees to take appropriate action, as provided in
an applicable provision of the subcontract or in this section 3
clause, upon a finding that the subcontractor is in violation of the
regulations in 24 CFR Part 135. The contractor will not
subcontract with any subcontractor where the contractor has
notice or knowledge that the subcontractor has been found in
violation of the regulations in 24 CFR Part 135.
(a) The contractor will certify that any vacant employment positions,
including training positions, that are filled (1) after the contractor is
selected but before the contract is executed, and (2) with persons
other than those to whom the regulations of 24 CFR Part 135
require employment opportunities to be directed, were not filled to
circumvent the contractor's obligations under 24 CFR
Part 135.
(f) Noncompliance with HUD's regulations in 24 CFR Part 135 may
result in sanctions, termination of this contract for default, and
debarment or suspension from future HUD assisted contracts.
22. Procurement of Recovered Materials
(a) In accordance with Section 6002 of the Solid Waste Disposal Act,
as amended by the Resource Conservation and Recovery Act,
the Contractor shall procure items designated in guidelines of the
Environmental Protection Agency (EPA) at 40 CFR Part 247 that
contain the highest percentage of recovered materials
practicable, consistent with maintaining a satisfactory level of
competition. The Contractor shall procure items designated in the
EPA guidelines that contain the highest percentage of
recovered materials practicable unless the Contractor
determines that such items: (1) are not reasonably available in a
reasonable period of time; (2) fail to meet reasonable
performance standards, which shall be determined on the basis
of the guidelines of the National Institute of Standards and
Technology, if applicable to the item; or (3) are only available at
an unreasonable price.
(b) Paragraph (a) of this clause shall apply to items purchased under
this contract where: (1) the Contractor purchases in excess of
$10,000 of the item under this contract; or (2) during the
preceding Federal fiscal year, the Contractor: (i) purchased any
amount of the items for use under a contract that was funded
with Federal appropriations and was with a Federal agency or a
State agency or agency of a political subdivision of a State; and
(ii) purchased a total of in excess of $10,000 of the item both
under and outside that contract.
Section I - Page 6 of 6 form HUD-5370-C (01/2014)
SECTION 3 CLAUSE
SECTION 3 CLAUSE: Sec. 135.38 Section 3 clause. All section 3 covered contracts shall
include the following clause (referred to as the section 3 clause):
A. The work to be performed under this contract is subject to the requirements of section 3 of
the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (section 3).
The purpose of section 3 is to ensure that employment and other economic opportunities
generated by HUD assistance or HUD -assisted projects covered by section 3, shall, to the
greatest extent feasible, be directed to low- and very low-income persons, particularly persons
who are recipients of HUD assistance for housing.
B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135,
which implement section 3. As evidenced by their execution of this contract, the parties to this
contract certify that they are under no contractual or other impediment that would prevent them
from complying with the part 135 regulations.
C. The contractor agrees to send to each labor organization or representative of workers with
which the contractor has a collective bargaining agreement or other understanding, if any, a
notice advising the labor organization or workers' representative of the contractor's
commitments under this section 3 clause, and will post copies of the notice in conspicuous
places at the work site where both employees and applicants for training and employment
positions can see the notice. The notice shall describe the section 3 preference, shall set forth
minimum number and job titles subject to hire, availability of apprenticeship and training
positions, the qualifications for each; and the name and location of the person(s) taking
applications for each of the positions; and the anticipated date the work shall begin.
D. The contractor agrees to include this section 3 clause in every subcontract subject to
compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as
provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding
that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will
not subcontract with any subcontractor where the contractor has notice or knowledge that the
subcontractor has been found in violation of the regulations in 24 CFR part 135.
E. The contractor will certify that any vacant employment positions, including training positions,
that are filled (1) after the contractor is selected but before the contract is executed, and (2) with
persons other than those to whom the regulations of 24 CFR part 135 require employment
opportunities to be directed, were not filled to circumvent the contractor's obligations under 24
CFR part 135.
F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions,
termination of this contract for default, and debarment or suspension from future HUD assisted
contracts.
G. With respect to work performed in connection with section 3 covered Indian housing
assistance, section 7(b) of the Indian Self- Determination and Education Assistance Act (25
U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires
that to the greatest extent feasible (i) preference and opportunities for training and employment
shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be
given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract
that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to
the maximum extent feasible, but not in derogation of compliance with section 7(b).
HUD Act of 1968, Section 3 Requirements, as revised June 30, 1994: The successful
Contractor shall comply with the provisions of Section 3 as set forth in 24 CFR part 135 and all
other applicable rules in the firing of replacement and new personnel. Interested offerors shall
complete and submit necessary forms from Section 3 Special Conditions with their offer.
Contract amount will be the total labor, materials, overhead, change orders and other costs
relative to the project. Total labor dollars shall mean 35% of the contract amount. A sliding
scale to calculate the Section 3 obligation shall apply in determining the contractual obligation
due. The general Section 3 requirements are shown as Section 3 Special Conditions in this
Request for Qualifications. Contact Yvette Hurley at (520) 837-5314 with all questions
regarding the Section 3 Clause and Section 3 Special Conditions.
CITY OF TUCSON
DEPARTMENT OF PROCUREMENT
REQUEST FOR PROPOSALS NO.202329
JANITORIAL AND SANITATION SUPPLIES, EQUIPMENT, AND RELATED
SERVICES
AMENDMENT NO. ONE (1)
DATE ISSUED: NOVEMBER 13, 2019
The referenced document has been modified as per the attached Amendment No. 1.
Please sign this Amendment where designated and return the executed copy with
your submittal. This amendment is hereby made part of the referenced solicitation as
though fully set forth therein. Any questions regarding this amendment should be
addressed to ANDREW KLOS, Senior Contract Officer at (520) 837-6685 or
Andrew.Klos@tucsonaz.gov.
DEPARTMENT OF PROCUREMENT
ADMINISTRATION . DESIGN AND CONSTRUCTION SERVICES • GOODS AND SERVICES
MAIL SERVICES • S.A.M.M. (SURPLUS AUCTION MATERIALS MANAGEMENT)
CITY HALL • 266 W. ALAMEDA • P.O. BOX 27210 • TUCSON, AZ 85726-7210
(520) 791-4217 FAX (520) 791.4735 • TTY (520) 791-2639
t��rt�.tuc;>crnlrrc>�:ur�w�nP.cc�rn
REQUEST FOR QUALIFICATIONS AMENDMENT
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
P.O. BOX 27210, TUCSON, AZ 85726
Phone: (520) 837-6685
ISSUE DATE: OCTOBER 28, 2019
RFQ NO.: 202329
RFP AMENDMENT NO.: 1
PAGE 2 of 3
DUE DATE: FRIDAY, DECEMBER 6, 2019
RESPONSIBLE CONTRACT OFFICER: ANDREW KILOS
JANITORIAL AND SANITATION SUPPLIES, EQUIPMENT, AND RELATED
SERVICES
A SIGNED COPY OF THIS AMENDMENT MUST BE SUBMITTED WITH YOUR SUBMITTAL.
THIS RFQ IS AMENDED AS FOLLOWS:
ITEM 1: DUE DATE
Submittal Due Date Remains Friday, December 6, 2019 at 2:00 PM Local AZ Time.
ITEM 2: CORRECTION OF TERM AND RENEWAL
Paragraph 3 (Term and Renewal) of the Special Terms and Conditions shall be replaced in its entirety with the following:
3. TERM AND RENEWAL: The term of the Contract shall commence upon award and shall remain in
effect for a period of three (3) years, unless terminated, canceled or extended as otherwise provided
herein. The Contractor agrees that the City of Tucson shall have the right, at its sole option, to renew the
Contract for one (1) additional two-year period or portions thereof. In the event that the City exercises
such rights, all terms, conditions and provisions of the original Contract shall remain the same and apply
during the renewal period with the possible exception of price and minor scope additions and/or
deletions.
ITEM 3: QUESTION & ANSWER
The City has received the following question. The question, along with the City's response, is provided below:
Question One: If my firm will be taking exceptions to the Omnia National Agreement, are we precluded from being
awarded this contract?
Answer: Taking exceptions to the Omnia Administrative agreement, which is part of the City's solicitation, does not
preclude your firm from offering on the solicitation. However, the Administrative Agreement with Omnia Partners will be
negotiated between Omnia and the selected supplier at the time of award. In accordance with Instructions to Offerors,
Paragraph 10 (Exceptions to Contract Provisions):
"Offerors who wish to propose modifications to the contract provisions must clearly identify the proposed
deviations and any proposed substitute language. The provisions of the Request for Proposal cannot be
modified without the express written approval of the Director or his designee. If a proposal or offer is returned
with modifications to the contract provisions that are not expressly approved in writing by the Director or his
designee, the contract provisions contained in the City's Request for Proposal shall prevail."
02117
REQUEST FOR QUALIFICATIONS AMENDMENT
CITY OF TUCSON DEPARTMENT OF PROCUREMENT RFQ NO.: 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 RFP AMENDMENT NO.: 1
P.O. BOX 27210, TUCSON, AZ 85726 PAGE 3 of 3
Phone: (520) 837-6685 DUE DATE: FRIDAY, DECEMBER 6, 2019
ISSUE DATE: OCTOBER 28, 2019 RESPONSIBLE CONTRACT OFFICER: ANDREW KILOS
**END OF AMENDMENT**
ALL OTHER PROVISIONS OF THE REQUEST FOR PROPOSAL SHALL REMAIN IN THEIR ENTIRETY.
VENDOR HEREBY ACKNOWLEDGES RECEIPT AND UNDERSTANDING OF THE ABOVE AMENDMENT.
Signature Date Company Name
Name and Title
Address
City State Zip
02117
CITY OF TUCSON
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL NUMBER:
PROPOSAL DUE DATE:
PROPOSAL SUBMITTAL LOCATION:
MATERIAL OR SERVICE:
PRE -PROPOSAL CONFERENCE DATE:
TIME:
202329
DECEMBER 6, 2019, AT 2:00 P.M. LOCAL
AZ TIME
Department of Procurement
255 W. Alameda, 61' Floor, Tucson, AZ
86701
JANITORIAL AND SANITATION
SUPPLIES, EQUIPMENT, AND RELATED
SERVICES
NOVEMBER 13, 2019
10:00 AM Local Arizona Time
LOCATION: Room 113B, Building 1, Thomas O. Price
Service Center, 4004 S Park Ave,
Tucson, AZ 86726
Conference Bridge #: (832) 866-4663
Conference ID: 376588986
CONTRACT OFFICER: ANDREW KLOS, MBA
TELEPHONE NUMBER: (520) 837-6685
Andrew. Klos@tucsonaz.gov
A copy of this solicitation and possible future amendments may be obtained from our Internet site at.
Pc)r.um( qLr IL)�Lvt..ccjLg0' by selecting the Bid Opportunities link and the associated solicitation
number. The City does not mail out Notices of available solicitations via the U.S. Postal Service. Email
notifications are sent to those interested offerors who are registered with us and who have selected email as
their preferred delivery method. To register, please visit wti. crr� reana ,com, click on Vendors,
then click on Vendor Registration. To update an existing record, click on Vendors, click on What's New?,
and read the section titled "Notice of Solicitations." You may also call (520) 7914217 if you have questions.
Competitive sealed proposals for the specified material or service shall be received by the Department of
Procurement, 255 W. Alameda, 6th Floor, Tucson, Arizona 85701, until the date and time cited.
Proposals must be in the actual possession of the Department of Procurement at the location indicated, on or
prior to the exact date and time indicated above. Late proposals shall not be considered. The prevailing clock
shall be the City Department of Procurement clock.
Proposals must be submitted in a sealed envelope. The Request for Proposal number and the offeror's name
and address should be clearly indicated on the outside of the envelope. All proposals must be completed in ink
or typewritten. Questions must be addressed to the Contract Officer listed above.
*ALERT****
All visitors to City Hall are now required to show picture identification when going through the security
checkpoint in the main lobby. Visitors should plan accordingly.
ak
PUBLISH DATE: OCTOBER 28, 2019
Revised 1/2018
INTRODUCTION
The City of Tucson (the "City") is requesting proposals from qualified and experienced firms to
provide JANITORIAL AND SANITATION SUPPLIES. The City of Tucson requires a Contractor who
provides a diverse and extensive supply of janitorial and sanitation supplies for delivery to various
City locations in the Tucson metropolitan area and Participating Public Agencies, as well as a
representative(s) to provide onsite product and service consultations, demonstrations, job/task cleaning
direction and training.
The City seeks a Contractor that can provide a broad supply of products and services to ensure
the support of daily maintenance operations. The Contractor will have a sophisticated infrastructure
including strategically located, nationwide distribution centers and employ professional sales
representatives to provide effective, timely service to the City of Tucson and to Participating Public
Agencies.
Requirements and qualifications are defined in detail in the Scope of Services Section of this
Request for Proposal (RFP).
NATIONAL CONTRACT
The City of Tucson as the Principal Procurement Agency, defined in Attachment A, has partnered
with OMNIA Partners, Public Sector ("OMNIA Partners") to make the resultant contract (also known
as the "Master Agreement" in materials distributed by OMNIA Partners) from this solicitation
available to other public agencies nationally, including state and local governmental entities, public
and private primary, secondary and higher education entities, non-profit entities, and agencies for
the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program.
The City of Tucson is acting as the contracting agency for any other Public Agency that elects to
utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is
preceded by their registration with OMNIA Partners (a "Participating Public Agency") and by using
the Master Agreement, any such Participating Public Agency agrees that it is registered with
OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Purchasing
Cooperative Agreement, a form of which is attached hereto on Attachment C, or as otherwise
agreed to. Attachment A contains additional information about OMNIA Partners and the
cooperative purchasing program.
OMNIA Partners is the largest and most experienced purchasing organization for public and
private sector procurement. Through the economies of scale created by OMNIA Partners public
sector subsidiaries and affiliates, OMNIA and U.S. Communities, our participants now have access
to more competitively solicited and publicly awarded cooperative agreements. The lead agency
contracting process continues to be the foundation on which we are founded. OMNIA Partners
is proud to offer more value and resources to state and local government, higher education, K-
12 education and non -profits.
OMNIA Partners provides shared services and supply chain optimization to government, education
and the private sector. With corporate, pricing and sales commitments from the Offerors OMNIA
Partners provides marketing and administrative support for the Contractor that directly promotes
the Contractor's products and services to Participating Public Agencies though multiple channels,
each designed to promote specific products and services to Public Agencies on a national
basis. Participating Public Agencies benefit from pricing based on aggregate spend and the
convenience of a contract that has already been advertised and publicly competed. The
Contractor benefits from a contract that generally allows Participating Public Agencies to directly
purchase goods and services without the Contractor's need to respond to additional competitive
solicitations. As such, the Contractor must be able to accommodate a nationwide demand
for services and to fulfill obligations as a nationwide Contractor and respond to the OMNIA
Partners documents (Attachment A).
The City of Tucson anticipates spending approximately $2 million over the full potential
Master Agreement term for Janitorial and Sanitation Supplies, Equipment and Related
Services. While no minimum volume is guaranteed to the Contractor, the estimated annual
volume of Janitorial and Sanitation Supplies, Equipment and Related Services purchased
under the Master Agreement through OMNIA Partners is approximately $110 million annual
aggregate volume. This projection is based on the current annual volumes among the City
of Tucson, other Participating Public Agencies anticipated to utilize the resulting Master
Agreement to be made available to them through OMNIA Partners, and volume growth
into other Public Agencies through a coordinated marketing approach between the Supplier
and OMNIA Partners.
A. GENERAL REQUIREMENTS
U
a. Have a strong national presence in the janitorial and sanitation supply industry.
NE I'WORK 1,-ias Ihad the privffege ofwork4ig with 'I fie Oty Of I'LIcson and OMNlA Panniers f(..)r almost tein
years, provi&ig yot.jrjan"san requirements, Nationally we've giro in sales to $1 0('.)M rUn irate, State of
P.-krizona $221M arild 'rhe City of 1� ucson $350K This has be(-.:Iin a te�airn effai t between I i,%e ("a-ity of 'rt,icson,
�N ETWO RK , an d WAXI 1::E organ izaUons. Woir-kingtogethei'dii.jr-iiigbusiness riev'iewsanidjoils'iirsaescaIIsto
agency nmmbers, we Ihave alignment in l:)kice to conflnUe erijoying tf-iils grow O i,
Network Services National Presence in the Jan -San lndu!�try - Network Services Comparq was estabfished in
. .. . ................ . .. .. _......
3.968 to provide products and related services to corporate acccxmt customers on Ibehalf of our owner
distdbutors" lodaV, NETWORK is North Arnerica's leading and Wgest dishibutoir of paper,janftoHal
housekeie&ig and rnaintenance supplies, industrial packagft, food seirvk:e disposables, prinfirig paper and
related pfoducts, With over $16 Ulhon in totM annuall sales, NErwORK manages nationM prograirrs as one
organ izaflcm, consolidating the resources and strengths of more than 75 distributors, Operating over 400
distribuflon fac'ifities thr oughout North America, Canada, Mexico and the U.S. Vir& Islands; NE'rWORK proOdes
a broad product selection, having buHt strategic alliances with the pndkjstrV's best h'i class manufactureim over
the past 51, years, NEIWORK's award winning tecfknoiogy pWforrn and dedication to superior custorner service
to over 1,300,000 custorner locations are omy some of the advantages NETWORK offers to corporate account
custorners,
N IE T'WO R K, as an organisation, fOCUSes rna in ly on fire s pecific business segWjr)e r0, s ��� TlIePubficSector,
Corvinier6al Real Estate/Budding Services, Heafthcare, Foodservice, avid Industdal Packaging corporate
accounts, Our prograrrm provide Fllexibihty, Accountability avid Exper-Use, as corripared to orie,size-fits-Al
rnodek, CollabcriraflvOy we work together to find the soluflons that best fit your needs. We can suggest a menu
of options and you select the progvaims you wish tc) ublize as sue guide V(..)u through the development of a
custc"70zed distribution pro rare,
�N l'1"WORK has national accc)unt clients tinder, contract that cover a wide range of qualfty products and delivery
specifications arid lis veiry proud of' ouir consw.,ent oveiraifl compliance across theTie discr4ninating customers. The
capabMues developed by NEIWORK 4-1 servicing niwlfiple fnarket: segments with product SoikjfiojruS for rnoire than
51. years gives NETWORK the scale and skUll to service a custorners sw:h as'T"he City of'T'mson, r6lated
Participating Pubfic Agencles (FIPA's), avid OMNIA, ()uir average our, corporate account custorners been ser-iced
bV NETWORK foir over, 15 years. time national scope and coverage, coupied,Mth k:)cal market expertise is a
bUsh,iess model that corainues to provide a firne tested i-.wrvice mc0ei for new and exisfing custorneirs,
M uffi-location customers realize th folio in&,�
. . .................... __ � . . . ................... ___.'_g M� gjLqfft_k�
• Standardized regionM/naflonal pricing
• l ocall order placement
• Quality products from leading, manufacturers
• Cost containiment and negotiated price protecdon
® The ability to meet and standardlze your un6que product needs
® Market, expertise — based on years o,f expedence
® Local flexible seirvice
® l ocal scheduled delivery
® One contact, point for direct cornmunicaLion and problem solOng
• Quarterly sa ki s reports which aHow you -to controli and monitor usage and cost,
in summary, NETWORK's product and service offerings is constantly evolving and grow4ig, Over the years we've
learned about each o,f our business models, and the learning never stops, We hope to confinue Wining new
ways to help spe�e�d the dehvery of products, rnaximize efficiency, rninlirnize errors and drive dowin costs,.
WAXIE
Founded in 1.945, WAXIE Sanitary Suppiy is a 74-,year old, privateiy h0d, farnfly-owned company with a proud
history of honoring oiur• customeirs, communities, and farnfly values. This attitude is embodied in our company
motto"The Most Trusted IP4arne In Clean. Since 1945. WAXlE has long been focused on our customers and
prides ouirselves on h0ping businesses kelep their facilities cleaner, healthier, greener and safer, We are
passionate about what we do and are committed to defivedng that passion to our customers.
WAME. is among the largest disthbutors of sanitary supplies and equipment in the Western United States and is
one of the largest farnfly owned distributors in the natJon, We differentiate oursOves by having orders delivered
on firne, at the hght price, with no substitutions, and with eKceptional custorner service [.)y as uniformed WAXIE
team member ln a clean, iogoed WAXIE truck, We we here to listen to, our custorners and respond to their
needs. Our average Mi rate on orders is 98%.
17;=1 M
NEI'WORK's National Distribution Model � NETWORK has over 400 distribution facilifies throughout North
. ................ . . . ............
Arnerica, totaling approximately 18 rniHion squarefeet, We provide a broad product selection, havhig built
strategic alhanceswith the kidustry's best in class, manufacturers over the past 51, years.
Our prograrvis fockis on the following categories: Janitorial supphes in(Juding towel & tissue, can limners, hared
soaps and sanitizers, the micak,jariftorrat housekeeping suppfies,janftorjal eqtApment sales and personal &
safety products; as weH as food service disposabIes, industrial packaging, segryient arid/or custorner specific!
products, etc.
Supplying the City of Tucson/OMNIA contract re Ores distribution of supphes to any locations across a wide
geographical area, a seirvice'lied'flch we have successfully provided durft the current contractuai period.
NETWORK has the ability to deliver products and services to 9S% of the United States' population freight fee; on
over SOOO of our distributor owned/leased vehicles, driven by NETWORK distributor ernployees. Freight rrtay be
charged for loc.'atioins outside of NETWORK's delivery area, including,facHities which may be out of CONAS.
I o enhance our overfljan-san product offedrig, select dist6bution locations have the abilfty to offer fighting,
�paper shredding, and other services
c. Have a demonstrated sales presence.
NETWORK's Sales Presence ® NETWORK's corporate Ilheadquarters whiich serves as cxjr adrTflnMrafive off ices and
central cuistoir'nerservic,ecetiteu',isioicatedinSchauii'Tall[)mirf.y,,ILL,, We currently have 175 ernployees, and conflnue
togrow. Oureighteen (1.8) Corporate Account Directors and Segment Leaders are geographically located
throughout the United States., In addition, there are over 3,700 outside salespeople empioyed Iby NETWORK
distritnitars throughout Noill[°ii America. LOCa"Y' our distributors have over 12,000 customer sec ice aind support
personnel at their iocabons avaflabie to seirvice tliireir focA assigned locaflon(s). You get: all the beriefits olf
national distributicm within the perrsonahty of a locaHy supported program
in addition,1, NETWORK disthbutor, "AXLE Sainitary Suppiy is one the largest faWy owned sairdtary supppy
distrflbufian companies in fl-ie United States. WAME has a 74, year Nstory of providing skjperiorjar-san products
and services. WAME enipoys over- 260 sales professionais to serve their, custumers. )MAXII,"has 23 locations
iincludft ten (10) Regional Inventory Centers seMchig 0evein (I 3)'westerin states.Arnoing these, San Diego
based WAME has off ices in Mesa and Tucson, WAME's proven track record includes sere ng over 4,2010 pubfic
sector clients with more than 15,000 sNp-to locafions, lr0tidMg the City of'rucson,
d. Have the ability to meet the minimum requirements of the cooperative
purchasing program detailed herein.
Yes. P�Iease see our responses throughout this docurnent response,
e. Have a full range of products, supplies, and services to meet the demands of
the City and Participating Public Agencies.
NETWORK's pT2dygt offering - Our programs focus on the following categories: Janitorial suppRes � jncWding
.... . . . . . . . ........
towei & fissue, can hiners, hand soaps and sanifizers, chery0cakjarfltorlal housl6keepingsupphes, janitorial
equipment saWs and personal & safety products; as w(..di as food seiMce OsposaUes, industHal packag4ig,
segment and/or custorner specific pr-oducts, etc. Uri�que services are avadable in select iocafions which may,
offer lighting, pap:)er and docurnent shredding, etc. We sus gg est you eingage your locall NETWORK distributor rep
for- detaiis and fuil offering.
2. DEFECTIVE PRODUCT: All defective products shall be replaced and exchanged by the
Contractor. The cost of transportation, unpacking, inspection, re -packing, re-
shipping or other like expenses shall be paid by the Contractor. All replacement
products must be received by the City within seven (7) days of initial notification.
NEI WORK Mil pick.,up product deerried to be defective; on the next scheduled delivery day and either, replace
the item orissuea f0credft;asdesigviated loy"TheCity,10NINIA, Aii returl"Is must Ibe niad(,.m Mthin 90 clays of
delivery date and fequire prior NETWORK a(Ahorization,
3. EQUIPMENT AND PRODUCT RECALL NOTICES: In the event of any recall notice,
Technical service bulletin, or other important notification affecting equipment or
product purchased from this Contract, a notice shall be sent to the Contract
Representative. It shall be the responsibility of the Contractors to assure that all recall
notices are sent directly to the agencies Contract Representative.
Product recaHs are rare within our producl. category aind would be dependent on manufacturer nodficration in the event
1: lie re was a product recafl for a nry reason. Upoin such nofification, NETWORK wouid inform our dritribt,dors,1 lie City,
and OMNI A Partners of airry recaflis for products in use, aswell as the applicable returin and replacement procedure.
4. WAREHOUSING, DISTRIBUTION AND SALES FACILITIES: The product specified in this
solicitation is dependent upon an extensive manufacturer -to -customer supply
chain distribution system. In order to be considered for award, each potential
contractor is required to provide proof of an extensive distribution system.
NETWORK has been aligned with ape the ieading manufacturers 6n the ban-san rnarket for over 51. years,, Forging
loinp ., star6r°sg busiirwss reladonsh4ps based on profess"aonahsrn and respect; affording us a status as thOr #1 f:)r #2
hghest ranked custorrser in their respective product categodes; over all distrdmflon,, See attached Proposai
Response NETWC)RK Key Supphers.
NETWORK has over 400 dMribuflon facilities throughout North America, totahng appro xiinately 18 million
square feet, We provide a broad product s0ection, having buft strateg'ic alhances, wkh the industry's best in
class nianufacturers over the past 51 years,, NETWORk continuesto add to ourdistribution Irootprint,to better
serve the needs of custorners with a naborW footprint,
Our programs focus on the following categories: Janitorial supplies inciuding towe� & tissue, can hners, hand
soaps and sanffizers, chemicak, janitodai housekeeping supplies, Ilanftor'W equipment sales and personal &
safety produiuls; as wadi as food service &posables, industhap packaging, segran ent and/or customer specific
products, etc, Product offerings are not fimfted V::uthese c�ategories, so we serve as a valuaNe partner in
resoul,rCilIg specW order and non -core product needs.
Total current NETWORK corporate account sales volurne is $1.6 bfflOn annually, providingThe City of Tucson
with sufficie,nt capabdides to rneet any required sales and service needs that agencies may have.
6. DELIVERY: For City of Tucson purchases, janitorial and sanitation supplies shall be
delivered to various City of Tucson locations. All deliveries shall be made Monday
through Friday from 8:00 a.m. to 3:00 p.m., Arizona Standard Time, for warehouse
locations and as agreed to for other non -warehouse locations.
Delivery to city orruc.son will be imade inext business day Ibetween 8:00 am and 3:00 pm for ale orders irec6ved
by 3prn the pre0ous business day, WAME has a distribution center in Tucson, AZ at 355 S. Euclid Ave., I'Vason,
AZ 85719 open from 8:00 am to 5:00 pim Monday through [`i1day that is avaflabpe for wfll call and eirnergency
ordem,
INEI" ORi -((.Aistr-ibutors,will) ,worlk with OMMA agency bcations to schedule delivery -times that work best for both
pwlies, w0in the schedule of Ilvonday througto Friday 8:00 a.rrL to 3:00 Ips.m. NETWORK delivers fr6ght free to 95%,
of the poptflated United Stat�es, on cornpany owned arid operated ehides, as noted. Ml call is available at rnany
sites for any imnieOate needs bcations imay have, r1ease check with your distributor for cornplete details.
6. CATALOGS: Within 10 days after Contract award and after request from City staff,
Contractor must submit complete price lists and catalogs of their product line in hard
copy and on CD. Upon request from a Participating Public Agency, Contractor shall
provide, at no cost, these catalogs and price lists. Contractor shall also provide two
accessible public websites, one for the City of Tucson and one for OMNIA
Partners, which contain an interactive web catalog, price list and ordering system.
Deli paracMde a product h.brwgi and IFxcO prk,-e hs�tvvithkii 10 days, in as rpitOra to parocewssir'Ng rrrclers as
vie rcuarrr' dy do, R'.:�i)NORK wM b..a'aiiaa or�a'tsa with 'if he City and t.: MPfl 'in devrapop mt., ua�t of specific wra bsites that
waw0i t. e aau" (a es.si ie for both entities, i`jE: "VV' ,O Rit swa'oa>olW r&rpuest as'.-)0 day iirlapaieuuaEmtaaat'i ra tirvua!ahinie to set lu.apa as
ruaat.iurraai calAag au°'uird we bi-wdeiringsystern for use Ikaya NETWORK a'iastru9:: u to rs aand OMMA PIPA'"s,, .spnw,dd that tie
�dra'slired, NET'WRRK, .TheCity, and OMMA srurlrWsurt:IVy icarocl-ess au ders'p r established srtes sa�a:a t -ere vaam,Hd 6:e n
yma"NaiaaNtatiardelay fo
r "?xi"ti'tirag sites, New bor:',aa'R:por@Pi aaNf"e added erk°.V VaW'?"ieded,
`AML wwwffl orampaiy w ith pra:'v,Wng plirice lists and satairaEs, froth iru hard r:Ora'y and on a LJSB thUirnb driwie, at no
c:haargie,' to the contract rs&rd users within C) days,
B. PRODUCT REQUIREMENTS:
1. PRODUCTS: A complete and comprehensive line of quality made janitorial and sanitation
supplies to support the daily maintenance and operation functions of the agency.
The categories include but are not limited to the following;
a. Dilution Control - Dilution control chemicals and delivery systems ranging from hand-
held to wall- mounted systems.
b. Green Products - Products and supplies that meet industry recognized certified green
standards from independent third -party certifications like ecovadis, EcoLogo and Green
Seal.
c. Industrial Paper and Dispensers- Includes sanitary paper towels, toilet tissue, wipers,
and proprietary and universal product dispensers.
d. Private Label - Private branded products, supplies and equipment.
e. Hard Floor Care - Products and supplies to care for flooring including wood, stone,
concrete and resilient flooring. Products include cleaners, strippers, finishes,
sealers, restorers, sweeps, absorbents, mats, pads, doodlebugs, bonnets,
brooms, brushes, handles, buckets, wringers, dust pans, mops and squeegees.
f. Carpet Care - Products and supplies such as pre -sprays, shampoo, spotters, cleaners,
post treatments for carpet and upholstery.
g. Restroom Care - Products and supplies including cleaners, brushes, deodorants,
proprietary and universal dispensers, sanitizers, disinfectants, skin care and feminine
products.
h. Waste Receptacles, Compactors and Liners - Products and supplies for the
collection and disposal of waste.
i. Machines and Accessories - Janitorial equipment such as auto scrubbers, floor
machines, burnishers, extractors, vacuums, dryers, sweepers, steam cleaners
and associated supplies and accessories.
j. Institutional and Industrial Laundry and Kitchen - Products and supplies specific to
laundry and kitchen care, including disposable food service items.
k. Industrial Tools & Supplies - Tools, supplies and accessories to support cleaning
activities including janitor carts, dusters, window cleaners, brushes, spray
bottles, squeegees and gloves.
I. Packaging and Shipping - Products and supplies specific to packing and shipping
requirements including boxes, bubble wrap, tape, labels, etc.
m. Break Room and Food Disposable Supplies - Including cups, plates, eating
utensils,
coffee supplies, etc.
NETWORK distr'ibwaurto�rs have a full Gore of the above t;oroduuct categories s to nneet the needs of .t..h City and
various OMMA PPA's..
n. Balance of line/Other Categories - Each offeror awarded an item under this
solicitation may offer their complete product and service offering/a balance of line
for janitorial and sanitation supplies and related material. Pricing for complete
product offering/balance of line items will be determined by a percentage discount
off the offeror's retail price list. The pricing percentage discount offered must be
entered on the Price Page in the Complete Product Offering/Balance of Line
section/in the offeror's response to the Price Proposal section of the Proposal
Evaluation Requirements. The City reserves the right to accept or reject any or all
balance of line items offered. A successful offeror will not be awarded complete
product offering/balance of line items that are awarded as an item to another vendor
as part of this solicitation.
Nf:T"ii1,iORK's full Me product offering is outlined within, in addition to branded products, NETWORK
diistrihuutors nvay, in many instances, be aNe to offer a private lab0ed itern which would be of aquuaG or
greater waaiaurs to, tyMN` A P'�P'A's,
2. CURRENT PRODUCTS: All products being offered in response to this solicitation shall be
in current and ongoing production; shall be formally announced for general
marketing purposes; shall be a model or type currently functioning in a user
(paying customer) environment and capable of meeting or exceeding all
specifications and requirements set forth in this solicitation.
Yes, CwNET JORK's core Product offering is based upon products which NETWORK has negotiated with
keys manufacturers and are presently in paroduuctlon and avaHahie nationaliV, in the anent a
manufacturer discontinues and item, NETWORK would notify The City and all OMMA PPA'as of they
products status, future rrutalac rnent items, change in product information, arid an update to the core
product, listing,
3. PRICING: Offerors are to provide a discount from a verifiable price index, provide a
reduced net pricing schedule, a wholesale plus negotiated fixed margin, a hybrid or
other supplier specific pricing. Contractor must fully describe and disclose details of
proposed pricing method including audit verification method. Prices/discounts shall
remain firm and will include all charges that may be incurred in fulfilling requirement(s)
for the twelve-month period following contract award. Where applicable, pricing shall
be determined by applying Offerors discounts to the prices listed on their
manufacturer's price lists, retail price sheets, catalogs or by utilizing the reduced net
pricing schedule.
NEWIMI( and )NAM E wifl confinue, usiing a fixeiirice mode� based i,'.iin a combiriation ofthe
manufactuireir arld WAXIE's published fist price for City of Tucson, Diiscounts off pubkshed fist piirice are
showin, wheire avaflaWe, however, in rnany cases a manufactuireir Ilst padre is inot avaiHable. Quoted
pinces and subsequent prk.e changes aire based oin a fixed cost and suppa:)irted wifth letters fil.q.-)m tile
man ufa(:ttj iw M cases of inciii or decrease. Pdoing wokAd not exceed that showin on the pubfished
price list for any givein Urne pedold, Mr MORK inegotiates dilrecfly Wftri'l riiiiarr&aCtUlters on behalf of The
of Tucsoiri and OMNIA.
NETWORK and WAXH�.:, propose the foficl Large Vo1iiume disc(mirit off rinwAce four City ofTiucson and OMNIA.
F::oiii orders of $2,5100 and above, NEIWORK and WAME Mill provide 5% off invoiice, Please note that Large
Volurne discouirit doles riot appily I:ro iterns where pricing has been deviated from the Not trc.:) Exceed aiii fixed
piii
Special Offers/Promotions:
In addition to decreasing prices for the balance of the Contract term due to a change in market conditions,
Contractor may conduct sales promotions involving price reductions for a specified lesser period.
Contractor may offer Participating Public Agencies competitive pricing which is lower than the not -to -
exceed price set forth herein at any time during the Contract term and such lower pricing shall not be
applied as a global price reduction under the Contract.
NET'VVORK works vdth key alianUfaCtuireir's on vaiii programs whick MH offeir CoSf.r savirigs based oin
0 spediM buys', promotional goods,1, quanfity pirice breaks, etc. These incentives are rnutuaHy agreed upora
between NEE -WORK, the manufacturer, and'The City/OMMA to engage agendes M increased locaboin sales
and Iraew Ilocatilon penetration,.
C. SERVICE REQUIREMENTS:
I SERVICES: The City is interested in evaluating the following categories of value -add
services for inclusion in this Contract. The categories include but are not limited to the
following.
a. Small Business Program: The ability to incorporate small business enterprises
into
your distribution, sales, services and product offerings. The program should
focus on
increasing opportunities for small local businesses for the City of Tucson as well
as for
any other agency using this contract. At a minimum, it should establish how
business
will be directed to small local businesses, establish any unique product or
service
offerings and develop small businesses as second -tier suppliers.
WAXIE will reach orit to sfnafl manufacturing busiinesses wifthlin Tucson to provide tfiiei[l witIll the
oppoirtunfty to sell products in correktion with the City of'l ucson/OMMA contiact. (Drie example of a
sirnall Tucson busliness that "AME currenfly doles business Mth is EcoNue. WAXH::. is aUle to capture
siii tMsMess saps and ii there to'The Cilty using WAME's ordine repoilihig prograrn.
NETWORK itseff does not Ihcfld specW diversity statii,,ns, however, rnainy NET distributors I -lave
slaw ldal diversity, status, induding Small Business, Wornan-Omned, and Veteran Owned. Vlease see the
fistfinp attached, Praposal Response NE'[WORK — Spec!M Business Status Summary, for NETWORK
dMhbutors and their appficabdiversity posMon by stateftegion.
b. Consulting Services: Examples include inventory solutions, emergency
preparedness
programs, sustainability program, eCommerce and safety services,
WAXIE provides seve4l consultative senfices, inciuding but not firnited to inventoi-V solutions,
emergency preparedness prograrns, sustainabdity progirairns and LEEConsulting, eConirnerce sMutions,
and Safety ser0ces.
L Inventory Solutions/Vendor Managed inventory —
WAXIE's Vendor Managed Inventory (VIMI) program proAdes easy ordering for managed inventory.
WAXIF VN uses a smart device app to coflecland transmlt your inventory order.VM11 is available for
iOS, Android and Windows 8,1[alblet devices,,
VlW uses QR Codes to quickly identify the doset where VnventM is required, IPar levels are estabhshed
for each product fin the closet for quick and easy ordering. Simply enterthe quantity or) -hand into the
10W app, and the app wiil catculate the quantity needed to replenish to the Par level. Users will have
access to orfly t.he closets where they are responslbie for the inventory. T'he order Ns then transnAtted
directly to WAME unless an approval is needed, ff an approval is rieeded, the approver is notified of the
order and the order will be held pending approval. Orders can also Ibe sent to the customer's
procurement systieni for processing prior to ski brnlittingithe orderto WAME, Additional f eatures avaflable
include offfine inventory collection -for future order submission Whien the internet is not available, view
0 avaHable clo�sets and their order history, year-to-date (Y I lD) Inventory Grapti,'Yell Order Graph, the
mon-thly number of inventories performed and the number of montNy orders submitted., Nease sire
Exhibit A 12A -,, WAXIE VMi Brochure,
iL Emergency Preparedness
WAME l"ias a comprehensive internal and emergency preparedness INplarr. All of our 'invientory centers are
linked via a redundant operating systern with WAME's main computer systern in San IDiego arid a
mirrored back up systerru in Mesa, AZ, In the event of an interruption in San Diego, WAXIE's Mesa
facility immediately begins operating all functions ensuring an uninterrupted running of operations, in
the event. any one of'WAXH� ' 's Inventory Centers is affected the other inventory centers can e provid
service with little or no interrupflon.
WAME routinely holds addffional stock in Inventory Centers in "T"ticson and Mesa that would be avaHable
to support ,11"ke City of Tucson in -the event of an ernergency, "T"hose fterns 4iclude, hand sanifizer,
batteries, personal protective equipment (gloves, masks, face shieds etc.)
HL LEE D Consulting and Green Partner Support
NETWORK is a member of the U.S. Green Building Council and activOy invOved at the chapter lev6l .. as
are many of the NETWORK Mstributors. We have a LEED11 Accredited Professional on staff that
monitors sustainability trends and is closely aligned with our suppher, cornmunity to stay abreast of th&
uidividual sustainabifity iriffiatives, As a strong advocate for corporate and social responsibillty,
NETWORK MH hOp"T"he City and OMMA achieve their sustairiabifity goals as welL 'We offer a full Hne of
environrnentaHy-preferred pioducts; and a proprietaiN prograrn, NetGreen, designed to assess a
customer's curre.nt sftuafiNi avid then afigrl the processes, products, sup�pliers and monitoring took
necessary to achieve the customer's sustainaUfty, sanitation and w0ness goals,,
VVAXH'� is Proud to empoV 8 I EED Accredited Professionals and 38 GMS Certified ProfessOnak on staff
that are ah4e to assist City of 'Tucson and any contract end user Yvith the gathering of lnfornrlation to
support their UEED pro'ject. WAXIE has parficipated in suppc)rt of customer LE projecis for the past 16
years and looks forward to opportunftles to work, with contract c'ustorriers to achieve th6r, green
bijil(fing g(4& WAME has two J.rFD Certified SHver Lewd [)uddings orie in Mesa_AZ, and one in Salt Lake
City, Ur,
WAMF:: has developed WAXff GPSI Green Flairtneir Support"to assist green-corrivnitted end -user, custogner's
iimplernerrt more effecflve green (:1eaniing programs. WAXIE GPS Its a coliaboration aind pairtnership between
WAME and its respective custorner and rnanufacturer pailners. It is a comprehensive approach whnch addresses
eve'rythirig Clity of Tuu:sc)n and other, PPAs will need to hnpiemera an effective green deaning program., Vie
WAXIE GIIIS" Sufte of 1'o(As offers a proven format to identify your "Green Clean�ing 1"eani", estabfish a bas6ine
of your current cleanBrig processes, ident:JN, recorrunendations for, improvernent, dellver and track train'ing for
your deaning, staff, assess the cleaning effectiveness of your custodial operations, and calculate your green
spend percentage. The WAXH:GIP SII Sufte of 11c)oIs has everything ycw need to develop a CILAStorrdzed green
(Aeaning policy and' mplenient a high performance leaning program. Please see Proh)osai Resporise WAME's
GPS Brochure. Also, visit hnn-IL-Ift),,�'i -,:p gj?to see all the tools avaHabe. Finally, please see
WAXIE's ExhiUit A 3AF Corwiniftmerit to Sustainability
rl V. E-Commerce Solutions
WAWE wfli offer the City of "Tucson the abifity to fully autornate all aspects, of the order process through
WAME eCornmerce sokitions Online ordering through WAXIIE's Web at Work systern allows, custorners
access to real-time, order status® usage irrforrnation,, shopping lists, product avaflabifty, and online SDS.
EM and CXML "punch, out" integration, Elecrtrorr�c lnvoicing and ACII I Payment are also availab*,
Cornblr*q these capabilities can provide the City of'rucson with a cornplete E Cornryierce solution
configured in avadety of ways to rneet the City's needs and capabilities,
V. Safety Services--
WAXIE offers a variety of safety,training and support for, its ciustorner's. Bloodborne Pathogens,
Hazardous Communication, Custodial Safety and Personal Protective Equipment, lrifection Prevention
arid CordwM, and UoW Han-rionization are examples of safety training prograrns that WAXIIE can offer,
An exarnple of an ln-le0ous Contrcd prograrn WAXUE offered was a presentaflon gliven in both Mesa and
"I"ticson by Dr. Chades Gerba of the iIniviersity of Arizona, where lie spoke abotat geirnis and flow to
maintain a healthy work en0ronment.
Natit.Mally, additional value added services h-�dtjde.
Lighting
Document Shredding
Woman Owned, Sm,aH Business, and Veteran Owned Distribtjfion Centers
Disaster Recovery and Emergency Prepardedness
During local or national crisis situations, NETWORK has the ability to relocate inventory based upon need
c. Training & Education: The ability to provide on -site and/or online training and
educational programs/seminars as well as providing technical product, knowledge
and
support.
"I"he foHovving educatlonM training wotfld be avadaWe to the City of Tucson: WAME offers several baining
options to meet our City of"Fucson contract custonrwr's needs.
i On-line Trainin& WAM E onhirie training CuF.Irentiy consMs of trainng a oidules on restroorn area, carpet care,
ainid hard floor care procedures. it can be accessed 24-7. SpetjM attention lies given to safety procedures aind
person4l protective equa prnent.
'rhe courses are interactive and provide,, voiceover, video, pictures, interactive exercisq-n and text, arid are
offered in both English and Sparilsh. Please see Proposaf Response WAXIE's Onfine Training Brochure,
The modules are delivered to specific mdividuaN through our Learnh,ig Management ystern, so fliat tfie user`�:.d
progress witliin a course may be tracked; quiz scores recorded, and certificates of compietion provided.
Courses rnay be taken many times, aflowing for review and reinforcement, "T"he onhne courses are offered by
WAME at no charge to our vMued customers,
Collateral MaterialsTo comphment the onfine courses, WAME seUs Job Cards for on-the-job traiOng, at as
ryunirnap fee. The Job Car(Is are easy to use, cornpact, waterproof paper, spiral bound, and they recap the
cleaning procedures described in the onfine modules. WAXIE's Marketing Department is also capable of
provi(fing custorn wall charts for your cher-Wcals to ensure proper dflution and application of the prodtictsw if
printed In-house, there is nofee,.
ft, nsite Training: WAXIE trained professiona[s offer onsite trainMg as requested. Depending upon the sublect
matter'WME Sales Consuftants may conduct a training semkiar at your location or at one of WAME's dedicated
training rooms at their facHftriesq
WAME has ChernicaI Speciahsts who are also avaflablie to train end users on cherr0cal appfications and cleaning
procedures as weH as Equipment Specialists who are prepared to do in -services on equipment at your locablona if
the trainer is riot Wingual for Spanish speakers, we can provide someone on staff to transpate,. AH of tl-,bese
WAME training options are offered at no ctiarge.
iii. Customer Seminars: WAXIE local branches offer pedodic sera driars at no 'fee to aH of our .it of
Tucson/OMNIA custorrers offering a myriad of subjects, heck and safety, cost savings, innovation,
sun stainability, products and procedures, work-foading, etc, City of 'Tucson ernployees have atterided many of
these seminars over the years.
lv Manufacturer Training: 'WAXIE is aligned with a most of ma nu fact u rers who understand apes need 'to trail)
users and readily offer their rnanufacuirer reps to assist our custorners. Manufacturer training prograrns inckide
product dernonstrations, cleaning methodoiogy, industry topics and sustainabiNty topics.
To keep customers current and relevant in the latest products, industry concerns, engage market experts, and
answer any questions end use facilities rnay have, NETWORK University offers scheduled webinars. Such
examples include Right�-'sizing can finers, preventative measures �to avoid the spread of germs during cold and flu
season t1r1rough the proper use and ppacernerut of hand sanitizers and hand wash,
NETWORK's 3,700 DSR's whicl-i are jan-san market experts share and educate PPA's with product needs arid
usesa
NETWORK is �viewed as market influencers by key suppliers such as GP, IKC, GOJO, etc. �to introdkjce new producl,
innovafions into the jan-san market
d. Software Punch Out: The capability of your electronic ordering system to interface with
an agency's inventory software system.
WAME can pro,vide punch out Mtegration to interface with agen(Jes reqkAdng as piunch out catalog.
ln addidon, NETWORK Ihan.s the Wifty to kiterface Mth agemJes requiring a Punch out catalog. There COUId Ike
addRionial charges from the riestflflng pro gramrniing wark. We woUld suggest a imis^eting between our, FIFtearns to
fully undierstand prograrn reqOremeats.
e. Green/Sustainability Program:
1. Policies: Efforts and policies pertaining to green and sustainability.
WAXIE Su�,!a.ja�bi till Poh.cks�
Environmentally PireferaMe Purchasing Policy/Commitment to Sustainabifity
WAME is committed to b6ng a ieader to prornote responsUe business practices that support, sustainallAle
communities which pare secqjr(-a, econoiirrn k:ally prosperous, envlronmerat ally responsiNe and healthy places fin
whkh to five and work, As evOence of WAME's cornmitment to sustainabifity, WAXUE N f.)F'ClUd to lernploy a Il.EED
Accredited Professionals and 38 (DIMS Certified Professionak on staff that are able to assM City of"'Fucson and
any contract eind user with the gathering of iniformation'to support their LEED project, WAXIE has participated
hn support of customer LEED projects for the past 3.6 years and (looks fwNvard to opportunftpes to workwith
coi"mtract custorners to acMeve fl,ieir green IR61(filIg goals,, WAXIE Ileas two LEED Cerfified Silver Lev&I Ibuuildinngs
one iri Mesa, AZ, aind one in Saht Lake City, LIT%
WAX( E shares the goal of establishing pairtners,Mps to advance education, conirnunication, business best.
practices, poifics, research, technologies and prograw ns to slupport as more sustainable riri&n for aH
generations.
WAME is cornmitted to adopting i7iore sustainable business practices forl!"he ("Ity and (DiNIMA and to partnering
with their stakehOders to identify and implernent the most effecfive facihty niiaintenance s(AuVons to) prolec"t
aind enhance the triple bottom lill°ie of hurnan !'*Mth, environmental stewardship, and asc:a rnomu c prosperky,
WAXI's gM for, their Env�ronirneintaHy Preferable Purchaslirig Policy is to ensure that products and SeMces
purchased or c�ointracted for by flie companywiH confor°irn with the goals of Cornriniitmient to Sustainabifity,
Corporate Mission and V1slon Statements, VVAXIE will strive,who-ne possible, to purchase environmentaNy
preferaNe products and services that will heip the agencies meet thin it needs of the present without
coonproynWng their it leeds of the future.
Wh(-.�re possible, purchasing decisions shall favor:
® Products that reduce waste
® ReusaWe products
* Products That are recydaW or cornpostabe
* Producls that corrtak,r the highest possible percentage of postconsurner recycled ct:)rrtent
* Products that reduce the use of chemkals that are hazardous to the erMronrnent and empiloyee arid
public health
• Products that reduce allr and waiter pollutioin
• Products that reduce greenhouse gas ernissioris or are made with renewable eirierp
• Products that serve several functions and reduce the overall number ol'products purchased
• Supipfiers who strive to irnprove their environrnentai perfirornance and provide environmentaUy
preferalAe products, and who can docun wnt the supply -chain knpacts of their elfoirts
Environirnentally preferable products and services whidh are determined to be comparable to th6ir
Iradftiional" counterparts in quality and price shall) receive purcl-iasiing preference, In situations whe ire a more
enviironimentaNy preferable product or sen4ce is unavadabile or impraclicM, secondary considerations shaIll
incilude the environrTientA management pracfices of suppliers and producers, as well) as the relative proximity of
0-we main ufactu ring facility to WAXlE' lnventory Centers, As an exarnpie, WAME consulted with Sky I iarbor
Airport in purchasing their paper products from a palper manufaLAuring facility in iif, AZ, therefore
decreasing theiir carbon footprint as well as receiivilng accolades for supporting business in Arizona,
"I"he purchase (.:)f environmentally preferable produas is Iloart of WAXH: fs long-teriar carvu,nitment to sustainabifity.
By communicating tinls coninmitirrient to otn- vendor and icustonier partners, WAXIE hopes t!(,:u support. lder
adoption of environrinentalily Ipreferable products and practices.
WAXIE's Envilronmentiffly Preferable Purchasing Policy is rooted in the company's overall mission and vilsion
staternent.
WAME has over 1,100 products in our stock offering til"iat are third party verified, meet EPA 11'requirements for
PCRC, contain recycled matehal content, or rneet other strict envprorlr`nental criteria like those for the Southern
California Air Resources lBoard,
WAME has dozens of branded products that are Green Seal Certified, UL/ECOLOGO certified" CS, BPA,,. FSC, and
other environmental certifications, l'hese wid0y recognized organizations provide custorners the assurance
that our, Green prodUCtS have been thcw'ougMy tested and rated by trustworthy third parties,
WAME is the header in the sanitary supply distribubon indusiTy and is heavily invested in an overaH commitment
to the enAronment while providing the largest number of Green Sea! certified Iproducts avaiiablie anywhere,
WAME has the strongest avid broadest environmentally firienidly avid d'-Hird party certified green product offeriing
avaiiaWe, WAXIE also, brings the, niost knowledgeable and weH trained consulting capacity of any facility supply
companym
WAXIE has deveiloped the "WAMIE-GREEN" line of products which include cleaning chemicals, saniitary paper,
trash )liners, and hand soaps, WAXIE provides a coirnpellirig combirtation of product innovation, Ipeurwformarice,
price and a more environmentally preferable profile, WAME Sanitary Supply distributes over 4,600 stocked
products, and close to 20% of those products can be identified as either being third -party certified or having an
environirnentally preferable attribute,. Many of these Iproduucts contailn post-consurner recycled content meeting
EPA guidefines, contribute to water conservation (water -free urinals), or help to, divert, waste from landfills
(recychng containers),
WAXIE continually evakiates its product mix avid has proactively converted products to a more environmentally
preferable alternative while sirnuhaneously phaMng out the more "traditional" incurnbent products
WAXIE's goal) is to provide WAME custorner's wil-ffi product optbris which can contribute UD an effective green
cWning prograrvi and do not comprorrOse on perfornia rice, health avid safety, environmental iirnpact or ,;,rice,.
Historically WAXIE has achieved overall) green spend on public sector GIPO contracts in excess of 40% through
focused sales efforts and incentives for customers to purchase green products,
WAME has achieved green sperid sin excess of 80% at several custorners that have, focused their environrinentall
services department's toward a comple'te green strategy.
NETWORK is cornrnitted to a proartrive approach in balancing today's ecx)inomic reakfies with the respons6ihty
o,f iniplemenflng sustakratde business processes. We contirl work to reduce our own ecologicai footiprint as
an organization, includhig the use of locap fleets with dyinamic rolLIJUJIg for reduced carbon eirriJissJilons, lilacall
sourcing, rec cling, and energy (`.'0 rise rva tio n Iprograrns, e-business transactions and the use of Energy Star
apphances,
WAME's 11" leet of defivery vehicles and d6vers are professionaHy pogo and are managed through a sq)Msdcated
Route QpfirnJization Suite that enaWes WAXIE to moniltor the dehvery process fril door to door Jusing both (PS
and as Driver Mobdity Apphicabon. Our rouN.! opfimizatiort software rninhnizes WAXIE's carbon footprint by
sigrifficandy reducing travO flirne froinin the past stop to: the next stop. OveraH, less fuO us Iburned It: y opfirnizJing,
the travel path and iIhe tiara our trUcks are on the road,
WAXIE. ako employs three CI powered trucks in Cafifornia am.i has been abto avo,ld the Juse of over 25,000
galllponsc.)fgasow irieoi�diesepduriuigtplie2(,)18yeair�, MkX� E wifl I expai 0i rig t he na tU rap gas f lleet as corwimerdJal
filling statio,ns becorne more avadable, ThetMNG tiLlicks produce a tiny fraction of the poNifion that gas and
dJeseerr girrespane dtjce,, ihe CNG trucks offerfeed cost savings as weH as being.100% zero mar nksiJons,
V. Certifications: The industry recognized certifications and standards
obtained and those represented through its catalog of products.
WA ME has hundreds of branded products that are Green SeM Certified, JUL/11JECOLOGO certified, Sics,
BRA, FSC, arid other errvironmentM cerfifications, These MdOy recognized cirgarflzations provide
custome[rS the assurance that WAXIE (.3preen IproIducts have 1r.weirii thorotjgNy tested and rated Iby
trustworthy, thJlrd Iplairfles,
WAXIE Iles been We to drive sMes of certified green products and thoso:a that irneet Environrnenta�
Protectbn Agency ilequirernerlitsI, Paistpeifroi"niancesi°iomasWA)(llEat47,25%greera onl:heCiityof'rucsoii"io
coritract, as higher percenitage of oven green spend than in Iprior years, Phmse see Proposal Responsile
Green Soiljidon Brochure and Proposap Response SustainaWhty brochures.
RM Oil P401421111 V I MIUMIKO MMOI dJ 11:1 *:,Ivl;3 114
NEIWORK Dist6butors)MU prill rf..pairservJices through authodzed rnanufa(r-turer's facifibesor
through our locaHy assJigned Mstidbutors, Mhere applicable,we MH i WAME Sanftary suppiy's
pubhshed applicable pabor rates.
Jardtoriai Eqiuiprnent pa it and Prevenflve Maintenance serAces MH be offered to C �ity of rucsora o ri py
at a 1.0% discount off of WAME Sarritamy Supply's pubfished applicabIle pabor rates.
L Repair Services - WAXIE offers repaGr of customer equJiprnent at A nine of WAXIE's major
inventory centers including I Juicson. Repair services incWde pickup and delivery of equipment
during IJI defivery operations free of charge,
Repair estimates will be provided to the customerwithh,w 2 business days of receipt of machine.
Machines are repaired widfln three kwshiess days of fl-ile recelipt of valid purchase autholdzation
and avadabifity of parts.
("'ustorners may c1roose to authoirize a firnited doflair arnount for a repair and wHbe advised if
the repairs are gohng to exceed their authorized arnount. All parts for repair are offered at a
1.0% discount from current list price. All labor for repairs are offered at a 3,10% discount frorn fist
price.
Provision of loaner equipment will be made on an as available basis Ifor repairs when a
sigrifficant down time Its required. AH deliveries of Wrier eqtuprnent must the in conjtmcfion
withi the ciustornei's nairrnadehveries. A wHI call option for loaner equipment is avallab1e.
H. Onsite Mobile Repairs Custorners may choose to have repairs done onsitie by WAME mobile
technicians. OnsRe repairs wiUl incur a poirtal to portal charge, All onsite labor and repair parts
are discounted 10% from current fist price. WAME Mobile Repair Service is avaflabie during
norryW business hours Monday to f'rOay garnet to Sprn local firne. WAXIIE motifle teichnic.ians can
repair many common problerns at the custorner's faciNty or diagnose proWerns and if feasible
bidng equipment into WAXIE's facility for repair, Onsfte MobHe Repair services are available to
afl City of'rucson/OMNIA contract end users.
ifi. Scheduled Maintenance - WAME offers scheduled maintenance prograrns for aH cAearflng
equipment, 'The scheduled maintenance programs can be custornized to suit each facHifies
needs based on their equipnient utilization Mease see Proposal Response Service C'enters and
Scheduled Maintenance Programs Brochure.
g. Customer Support Services: The policies on replacements, returns, restocking
charges, after hours service, after sales support, out of stock, order tracing,
technical feedback, quality assurance for orders and drop shipments.
Return/ Replaceme nt./Restocki rig Policy: NETWORK wfll pick up any defective/erroneously shipped
product and replace orissue fiAcredit. NETWORK's return policy states stocked products may be
returned within 90 days of dehven/. Network has a 15% restocking fee for Kerns returned to the
NETWORK distributcor dii.je to customer error only. Uf the restocking acfloin is a restdt of distributor error,
the irestocking fee will be waived. All returned products irnust be in the originA container, in resapable
condition and usable prior to expiration data of the product. Non-standard or sperrJal products wlH be
addressed on a case -by -case basis. AIII returns require prior NETWORK authorization,
Hours of Operation/After-hours service: NEIWORK's hours of operabora are 7:00am to 6�010prn CST,
however, emergency and after hours contact inforrnafion will be provided.
Backorders/Stock-Out Emergencies: NETWORK currently provides a minimurn HI) rate percentage of
98.s%P rhie� local NETWORK distributorwiH meet with th6r assigned location(s) to discuss product to be
stocked, fflontNy usage by location and order frequency thus enabling NETWORK distributors to
rnaintahi appropHate levels of stocked product's If a stock -out does occur, the local NETWORK
[Nstdbutor wifll contact the lo(:afion and offer a substitute of same price and equal quality or the location
wM be offered the opportunity to reorder Substitutions wffl not be shipped without prior written
acceptance by The City of 'Tucson/(")IMNIA, Open orders/backorders can be traced by contacting, your.
NETWORK distributor Custorner Service
"Technical Feedback: NETWORK agrees to provide technical support. to City of Tucson and Parl:icipath,ng
Piublic Agencies dependentupon your reqiuhrernents.
Lqr,!2!j9f'T'ucsor%:
Replacements WAME MH never replace or subsfitute an ptern Mthout the custorners express consent.
Run the event an itern is unavaflaWe WAME will replace it with an itern of supedor quality at the original
utieirns prliice.
Returns WAXpll..,',l,ias,tpief'oplowingi°el�uru,ipolpcyfou-aisalestralisactedm
a WAXIE accepts regWady stocked rnerchandise in its odgirW packa&g, in re-saleaWe condition, for
reuirn and c,'redit for rnost transactions withiin sixty (60) days of purchase, After sbdy (60) days, as 10%
resurcking fee and ret�,jirn frepght inay Ibe charged, Regularly stocked cheirrOcMs that are kinopened, re-
sMeaWe, and returned within 180 days YVM receive as Nil creM. Cheim� cais cannot I returried after 18.1.
(Jays. Ceirta4i chernicals, e,g,, Weach, may Ibe returned within fipnet!y (90) days; after rnbiety-one (93.) days
the request for return MH be dein�led,
* Non -stock hterns may be returned within sixty (610) days of purchase, if in their origirW packa&g, in
te saleable condition, and vendor is wMng to take them back, Restocking fee pkis acUial freight
charges will be incurred.
9 Products sl-Opped in error YOH be accepted for retunri within ten (10) days, if they are in their, origil)M
packagpng and in re-sMeaUle condifiori,, Products sMpped in error shoWd riot be accepted by the
custonner,
9 Custor'n order iterns that are altered specffically for a cusuwner are riot returnable. Nod a is of this
type, particulao1y logged items, are riot Wpped 'lta out the written approva� (.A the custorner.
Parts Return Policy:
* Parts returned no moire than 30 days frorri date of'purchase are skjject to a mGnimuirn of 25%
restw*ing fee Ibased upori the sell price of the producir. Restocking fees may be higheir if the
vendor charges WAXEIE.: a Mferent airriount, Customer imay be reqWred to pay freight on as
returned itern if required Iby the veindor,
9 Equipment parts rnay be returned within tWirty (30) days from the date of invoice, ifthey are in re-
seHabe condition. IRetnurrned parts are subject to as 25% restocking f'e�e and any applicaMe fr6ght to
returri back to the imaannufaacturer. Parts older than thirty one (31.) days frown date o llnvolce are riot
eligible for return.,
Restocking Charges�
e Returns on cormnonly stocked iteirns that are accepted as resalable wffl incur, no restocking
fee.
* Equipment Repair Parts ml6imurn 25%
* Non -stocked tterns wifl be subject to, restocking fees and frerght charges.
* Custorn ordered itervis are not returnat)ie.
After IHours Service
WAME wiN accormnodate requests fi-)r aflerhours defivery Ill se on each custornier's sftuaflon
on as case by case Ibasis.
* Firakiing and dernons,tration rnay be coriducted o,ff houirs to rneet the unique, needs and
dernands of various ( ity of Tticlson/CIOWA custoirners,
In the unlikfdy event of an emergency, B01 Shafer, WAME."Tuicson Sales Mariager, can be
reached 24 hours a day �at (520) 591-0251.
Afteir Sales Support WAME 'is committed to supporting every customer after the sale. Every WAME
custorneir has a derficated customer service tearn comprised of a Customer Seiivk,.,,e Manager and
Custorner Service Representative that are avaflabie Monday to Friday Barn to Spry), 0 kits idesu pport is
available through WAME's Chernicaf and Machine Spec iahsts to provide oinsitie braining, education, and
ongoing support, aloirigwiflh your Accouirit Constiftant.
out of Stock Customem wRi Ibe notified rnornpfly of any ordered products that are out of stock. T�he
custouner cain choose an alternate product to order, walt for the out of stock itiern to filled, or, chocne to
cancel the line iteirn frorn their order. WAME currently supports flh6r custorneirs with a 98% HI rate and
therefore out of stock situations wHI be rninknaL
Order Tracing WAXIE wHI deliver 98% of all orders inext day. Tracing orders can be done through
WAME's oiniiine ordering systern or by contactiinF customer siervice directly,
Technical Feedback- Customers cain receive technical feedback on products and equipment by
contacting, their Sanftary Maintenance Consuftant, the manufacturer's representative, WAXIE's Machme
and Chern'ical Speciabsts, or, Customer Sen;ice.
Q and A for Orders -, WAME customer service representatives can answer questions on tracking,
content, additions to and d0efloris frorn existing orders and many other, quesbons. Outside
representatives are also available during normal business hours as well as during off hours.
Drop Shipments - SMprnents that meet the manufacturer's requirements for drop slflprnent can be sfmt
directly frorn the manufacturer to the custorner, IIASCOUMS for' drop shipments can be negotiated with
manufacturer and passed through to the custorner,
Sourcing: Capability of sourcing products
i. from non -catalog suppliers and
fl. from line card extensions of catalog supplier!
NETWORK Distrit)utors are Migned with preferred key suppliers, however, if no equMilent alternate is available for a
core itern; tl-w NETWORK chstributor will explore reasonaMe afternate sourcinig options.
WAXIE's capability to source noir-catalog .supplies is met through local dMsionM buyer's who source products
frorn over 150 nrianufacturers to meet unique individual custorner ineeds.
WAXIE has additiow-W source of supply contracts, that aiiow us to access over 5000 veridors supplying everyMng
frorn food service disposabie products to rnaintenance repair arid operational supply products. These corylHned
sources of supply MiowWAME customers accessto over, 10,000 stocked janitorial supply products, aver 1.00,000
equipment repair paints, and over 1.00,000 maintenance repair and operaflng supply produds.
NEIWORK's Global Procurernent'I"earn is tasked Mth research0ig, sourcing, and importing items which may
meet the needs of se,lect custorners requiring un'ique products, Please discuss avail ability with your local
NETWORK fttributor to explore options,
L Other Services/Programs: Other value -add services not included in above categories,
such as installation of chemical and paper product dispensing units.
NETWORK has a strong customer, centric focus that allows ths to c"stornize specific prograrns for our strategic
cus,tomerr'S. NUMORK would work with OMMA in three specific areas iriffiaHy to pwovOe incremental unique
value for OMMA parUcipating agencies.*
Environmental Effectiveness Audits NETWORK would pirovide a basefine assessment for parfico pavng OMNIHA
locafions to deterwnh,�e current sustainaiNM ty and greein awareness and where NE11WORK could h6p the agency
make 4nprovervients, NETWORK &;tdt)utws woluM ailso heip develop a carbon footprint anal sus based on
0nproved service, irnodels.
NE'll-WORK has a slgrAicant presence i in a nurnber of other product categories specfficaHy
Printhig/Commumcations Paper, lndustriM Packaging, Safety/Persor4l Protec"fion, and Food Seirvice Disposables.
NETWORK dist0butors, would offer, these other core cornpetent product categories to OMMA PPIA's as
addftional value added sokiflons thereby aHowhig the agency to centralize more spend and reduce dehveries
and the resuffing carbon footprint, N�E'TWORK dist6butor's expansive capabdffies rnake us a cornpete suppher
for OMMA PPA's. Centrahzing spend and SUpporfing limited suppiiers with rnore diverse capabihfles like
NETWORK is the best value for 01VINiA PPA's.
NETWORK dist0butors have over 400 warehouse locations arid 5,000 owned and operated defivery vehicles,
"111fls Marge logktic and warehouse footprint enabk-ls NEIWORK to devOop custoadzed la�&flc soWtioins for
MIU IPPA's that encompasses the, janitorial category but coUld Ibe expanded to non -related products utilized
by the 01AMA PPA's. Ihis logistic capaWity cornW)ed with NFIWORK focus on custorner centric solutions
rneans that we wifl lolok to, coRaborate with UNIMA MIAs to deliver, unique prolgrarns.
NETWORK provides OMMA with a quarterly business review and 1"he (Dty with an aInFILW business review;
outhning the impact we've made through joint efforts with OUr NI-TWORK distwibutois, UMMA and their,
agencies, NETWORK key preferred manufdatners, and our Marketing tearn. DetaHed support. docurrientaflon of
sMes, SKU rationahzation efforts, rnarkefing programs, traNrding sessions, account penetraflon and other,
successes/challenges are Iporesewnted and discussed. III his is a testament to OLAr on -going support, confinuous
improvernent efforts and dedication to our, OMMA prograrn,
Benefits of with WAVE for the Cit
.................. wit . —
WAME"'i ucsoin has a local distribuflon center that provides local inventory, ernergency/&aster relief inve,ntory
on handi"'or the City olf Tucson. As well as a local'T'Ucson showroogn with product dlspiays, Mocal face to face
pro&icrt consuffing and local) customer service,
WAXIEVII"ucsoin localior°i has awalk in, will call storefront avaflable to all departiments Mthin the City of I`ucson
to utlIfize. We are able to NIGH last rninute needs through the storefront and the City of Tucson uflfizes this
frequently. IIn the, last 90 days, the City of TUIc-solin has averaged 21 will caHs per month, averagMing more than
once per bUsiness day, at our facility,
WAXIE-l-sic,son has its own dehvery veMcpes that allow for custorrdzed dehvery requNrerneints arid same day
delivery for, ernergency situations,
Local monthly sernnars and traMniing that are regulady attended by City ol''Tucson efflpMoyees, City of Nucscrt
freqile,r'itlytaM(esadvaritageq)ftl,iesesewiiiinars,, IFhey are free to custorners and inciude the folloMrig in a year:
1. IRestr000rru
fl. Hard floor-
M. Sol't l:'loor
iv, Mndustr4l show
v, Inn(waflon/Green ('1eaning
Training:'T'he WAME Account Consukant is onMte rnonthly to discuss needs of largest City of fijr-son
customers, lie frequently will bring vendors Mth hirn to do cons ite training for floorcare, etc. "'I his gives the
city of'rucsson exposure to subject rnatter, experts at no addifionM cost,
WAME lucson based equipryient servk-etechnician and service c-ri-rater. Tids local sokition has proven to be very
(:oinvenient for the City cf'fucson CUStOrner's.
On -site deimos for new machines and core -site trainii'ig on Ihotug use the machines after purclmse,
WAME Tucson Ibaased sales and operational team that cairn support the City of Tucson on a consistent basis,.
Other WAXIE Value Added Services
Local Installation and Dispenser Support
WAME erriploys a dedicated installer that: City of 1 ucson contract end users can utilize for installation of chernicai
aired paper dispensers, installation Support is also available through many of WAME's rnanufacturer partneirs,
From 201.6 through 201.9 YPID, WAME was able to save The City of T'ucson over $30,000.00 in the cost of th6rr
dispenser installations vs. traditional installiation costs,
Waste Minimization
WAXIF is committedto adopting irnore sustzrinablle business pracices for 1"he City of Tucs(,.)n/0MMA and its
agencies, and to partnering wW-i its stakeholders to identify and irnplenwrit the irriost effective facility
maintenance sc0udons to protect and enhance the triple bottoirn Hne of human health, environmental
stewardship and economic prosperity,
WAXIE is best posWoned to assist City of Tucson with its zero waste product packaging which is made from
recycled materials and is itsf-flf recyclable, containers & systerns with associated messaging which will assist the
City with its iandffli diversion efforts (through f...,itheir recychng or composting), and accessto rnetrics where
availaNe to hep measure effectiveness of waste diversion effoils.
One exarnple is the WAXIE Sohiltion'station Dfluflon Contir'0 Systern - . concentrated product wKoch contributes to
waste minignizalion thrakrjei source reducficin (geinerating less packaging waste in the first place), i'aackaged iin
recycled contrast corrugated which is itseff recyclable, and further packaged inn plastic containers which are
recyclable, Another eeras ple is the Big Belly S61ar intelligent Waste & Recycling Collectlon System . solar panels
power compaction in place which removes 4 out of every 5 coliecflon trips (strearnfining operafions resuhJng in
reduced colllec'Horl trips and associated greenhouse gas e,r,nissions), and coHect ion rnetrics are visiWe in real4ime
via any re ebenabled device (allowing onfine visibility to track its waste diversion efforts and recyclables and
cornpostable collections),
WAME can assist City of Tucson wi111i its reduced potable water cormumption goals by offering water efficlent
accessories for, restroorns and water conserving cleaning equipinent and toois., One example includes flow
contrW vaWes and auto faucets for sinks, flush valves for urinals and comirnodes and zero water urinals all of
which reducc!111 and/or regulate the amount of water used by restroorn visitors, Another cxampie is the
RubberrnaW Hygen Mopping Systern which re-circ.Wates and cleans the dirty water in the bucket, allowing
custodial staff to mop with dlean water without having to go back to the janitor sink to till up the bucket with
moire water,-- in addiition, (Aearvirig resuRs are improved because the systern helps prevent dirty water frorn
being spread from the mop Ibuucket back on -to the floor.
Green Packaging - WAXIE
There is an increasing fiiterest in using Tess material and opfirnizing the use of recycWd content in packaging as
rnore and more organzaflons like the Oty of Tucson look for green cleanlng supplies to use lira a low
environmental impact cieanrng prograni. lterns to consider include overall source reduclion, recycled con -tent ill
corrugated boxe-s, recydled plastic in produd containers, and the ability to recycle all of these materWs once
they have lbeen used.
Some specific examples of how WAXIE rniffigates the irnpact of waste packagkig for its chents 'lnchrde the
foHoMng:
WAXIE private 41::)eied clearring chemicak are packaged in corrugated boxes which are rnaide frorn 1,00% post -
consumer recydied content
Plastic containem are 100%, recyclable
ln accordance Mh SB 235, plastic rq,")ntainers conta'lnfing WAXIE privately labeled the micak have had Preir gram
w6ght reduced'101Y6 (frorn 1,20 grairins to IN grams),,
CherMcal dflution contrVl systerns offered by WAXIE: ' ', Milch ac ss�ist in orwertingi fr-xiin ready -to use po rducts to
coinicentrated diklfion coirarW systerns save on packa&ig, translaortaflon and disposal costs.
Coreless bath tissue has e4minated the cardboard core and paper wrapper from each roll of toHet tissue, the
result is an 33%-55% reduction IVn packag4ig rnaterWs, depending on the product SKU.
Roll l)aper hand Jr()
, �wels represent a significarft source reduction opportunity when curnpared to f6lded hand towels
tVrAcOy resulthig in up to 35% reducfion i'i'in paper prodtict usage.
Quarterly Business Reviews
WAXIE:'wtH hold quarterly meetings with appropriate Gly of'11 ucson departments and purchasing, 111c, discAiss KPIS
arid areas for improverrient. WAKIE's proactive approach to contract couTiph,ance/n,Y,)crasuremeiit reduces Imuch of
the o,istomer burden of contract managernerrt, WAM::1 ' dashboards and scorecards foflow metrics agreed upon
by C. ity of I ucson r,'Tijanagefrient to ensure financIM success, These inchide sMes for Ti: he period, order s�ze,,
dlversity sales; corevs. non -core spend; sesMce level; fifl rate and greeri spend. Reports can lie aUtOffiatedl and
dliver ed on a schedWed basls and c.an be avaHabte offline 2417. Dashboards are a tool for mewurernent and
can be ciustomJzed for the City of'Fucson. They can be reported by kxaflon, by regbri, department or globally
and can be product specffic, 1,31y product line or for the enfire catMog,, WAME online metrics dashboard allow the
City ofl`ucson procurement tea n'r to dowinload an excel Me Mth every fine ltern transacted on contract for, the
�prich two y(,.mars wing the City of'Tucson as continuous audlt capabilfty for p6cing integrity
Customized Programs
WAME offers severW ciustortflzed prograrns to rneet our custorners current and future needs, These prograr"s
kidlud(.-a pend Management, Wort,, U)a&)g, and Defiver Clean Savings,
Spend Management Program
This Program contaOis rnuffiple elements that will benefit the City of Tucson and its ernployees, Examps of
Spend Managernent programs tfmt ' , WAXIE can supporl incWe but are not limited to tl-iie f'oflowing" Schedtfledi
Defivedes, Par I evO Managernent, Re.sntal and Leasing Prograinus, Product Mix and Opthnizaflon, and Order
Consofidation.
Work Loading
INAME utilizes a work Wcfing softmiare program to d6ve cost savfts by reducing labor and lmplernenfing best
pracflces. Work loading allows the customer to maxinflze productivHy while reducing W,,)or, wNch is the tdghest
cost of cleaning, Please see Prop(,)sM Response WAMEapps Consukaflve Software'Tb6s brochure,
Defiver, Clean SilortgS
WAME's DOver 0ean Savings Prograin wflH pi"ovide, th(� Ott C)l lkpr:Sor Wft[� L*th a �!)Wming aind repoirflilwg toCO
on the savings avaK,-abk,. and saOngs realuzed with as Iprcafcedy managed SUpply chahn, The pnogram hinvolves
a [111i'Asfic, extellls�ve Su,,wvey of fabhty cqeanung efficacy and efficierrcy, LOgrstcs, pimcesses, procedures, and
pioducts are as!lsessed, and mcomimendations are forrnu�ated 110 O�Dtirr�ze resufts and miuce costs. A
coflaboratJve strate& pW �s formiflated to Oipk?irnent goas and a Dath foi- long terni con6nuous k-nprovement,
l his pir(,)gram aHows fl,w City of Tucson to focus on reduch,q, inventory recek/h,qD and carrying costs at each 5tep
in dhe supp[y chak,i. WAMF has been aWe to stiow reduc,flons, 'gun overaH supjp�y chain costs urn ex(:iess c)f 12% for
coHege campuses, Ofies, Counfles, acut�e care lumprtak and K-12 systlerns.
DCS"' was created and rehned t�o find unefficien(Jes ini the supply chain and target those areas for poterIW
savhngs. Nease see ProposaResponse WAME Dehvev (Aean Savrngs BmChLireand WAME DCIS'll Sanape Res.flts,
INSTRUCTIONS TO OFFERORS
1. DEFINITION OF KEY WORDS USED IN THE SOLICITATION:
For purposes of this solicitation and subsequent contract, the following definitions shall
apply: City: The City of Tucson, Arizona
Contract: The legal agreement executed between the City and the Contractor/Consultant. The
Contract shall include this RFP document incorporated herein by reference, all terms, conditions,
specifications, scope of work, Amendments, the Contractor's offer and negotiated items as accepted by
the City.
Contractor/Consultant: The individual, partnership, or corporation who, as a result of the
competitive solicitation process, is awarded a contract by the City.
Contract Representative: The City employee or employees who have specifically been designated to
act as a contact person or persons to the Contractor, and is responsible for monitoring and
overseeing the Contractor's performance under this Contract.
Director of Procurement: The contracting authority for the City, authorized to sign contracts
and amendments thereto on behalf of the City.
May: Indicates something that is not mandatory but permissible.
Offeror: The individual, partnership, or corporation who submits a proposal in response to a solicitation.
Shall, Will, Must: Indicates a mandatory requirement. Failure to meet these mandatory requirements, if
they constitute a substantive requirement, may, at the City`s sole discretion, result in the rejection of a
proposal as non -responsive.
Should: Indicates something that is recommended but not mandatory. If the Offeror fails to
provide recommended information, the City may, at its sole option, ask the Offeror to provide the
information or evaluate the proposal without the information.
2. PRE -PROPOSAL CONFERENCE: If scheduled, the date and time of a Pre -Proposal conference is indicated
on the cover page of this document. Attendance at this conference is not mandatory. Written minutes
and/or notes will not be available, therefore attendance is encouraged. If an Offeror is unable to
attend the Pre -Proposal Conference questions may be submitted in writing. Offerors are
encouraged to submit written questions, via electronic mail at least nine days prior to the Request
for Proposal due date to the Contract Officer listed above. The purpose of this conference will be to
clarify the contents of this Request for Proposal in order to prevent any misunderstanding of the
City's position. Any doubt as to the requirements of this Request for Proposal or any apparent
omission or discrepancy should be presented to the City at this conference. The City will then
determine the appropriate action necessary, if any, and may issue a written
amendment to the Request for Proposal. Oral statements or instructions will not constitute an
amendment to this Request for Proposal.
INQUIRIES: Any question related to the Request for Proposal shall be directed to the Contract Officer whose
name appears above. An offeror shall not contact or ask questions of the department for
whom the requirement is being procured. The Contract Officer may require any and all questions be
submitted in writing. Offerors are encouraged to submit written questions via electronic mail at least nine
days prior to the proposal due date. Any correspondence related to a solicitation should refer to the
appropriate Request for Proposal number, page and paragraph number. An envelope containing
questions should be identified as such, otherwise it may not be opened until after the official
proposal due date and time. Oral interpretations or clarifications will be without legal effect. Only
questions answered by a formal written amendment to the Request for Proposal will be binding.
4. AMENDMENT OF REQUEST FOR PROPOSAL: The Offeror shall acknowledge receipt of a Request for
Proposal Amendment by signing and returning the document by the specified due date and time.
FAMILIARIZATION OF SCOPE OF WORK: Before submitting a proposal, each offeror shall familiarize itself
with the Scope of Work, laws, regulations and other factors affecting contract performance. The Offeror
shall be responsible for fully understanding the requirements of the subsequent Contract and otherwise
satisfy itself as to the expense and difficulties accompanying the fulfillment of contract requirements.
The submission of a proposal will constitute a representation of compliance by the Offeror. There will be
no subsequent financial adjustment, other than that provided by the subsequent Contract, for lack of
such familiarization.
PREPARATION OF PROPOSAL:
A. All proposals shall be on the forms provided in this Request for Proposal package. It is permissible to
copy these forms as required. Facsimiles or electronic mail proposals shall not be considered.
B. At a minimum, your proposal should include the signed Offer and Acceptance form, signed copies
of any solicitation amendments, completed Price Page and your response to all evaluation criteria.
C. The Offer and Acceptance page shall be signed by a person authorized to submit an offer. An
authorized signature on the Offer and Acceptance page, Proposal Amendment(s), or cover letter
accompanying the proposal documents shall constitute an irrevocable offer to sell the good and/or
service specified herein. Offeror shall submit any additional requested documentation, signifying intent to
be bound by the terms of the agreement.
D. The authorized person signing the proposal shall initial erasure, interlineations or other modifications
on the proposal.
E. In case of error in the extension of prices in the proposal, unit price shall govern when applicable.
F. Periods of time, stated as a number of days, shall be in calendar days.
G. It is the responsibility of all offerors to examine the entire Request for Proposal package and
seek clarification of any requirement that may not be clear and to check all responses for accuracy
before submitting a proposal. Negligence in preparing a proposal confers no right of withdrawal after
due date and time.
H. The City shall not reimburse the cost of developing, presenting, submitting or providing any response
to this solicitation.
I. Offeror must list any subcontractors to be utilized in the performance of the services specified herein. For
each subcontractor, details on respective qualifications must be included.
PAYMENT DISCOUNTS: Payment discount periods shall be computed from the date of receipt of the
material/service or correct invoice, whichever is later, to the date City's payment warrant is mailed.
Unless freight and other charges are itemized, any discount provided shall be taken on full
amount of invoice. Payment discounts of twenty-one calendar days or more shall be deducted
from the proposed price in determining the price points. However, the City shall be entitled to take
advantage of any payment discount offered by a vendor provided payment is made within the discount
period. The payment discount shall apply to all purchases and to all payment methods.
8. TAXES: The City of Tucson is exempt from federal excise tax, including the federal transportation tax.
9. PROPOSAL/SUBMITTAL FORMAT: An original and 4 copies (5 total) of each proposal should be
submitted on the forms and in the format specified in the RFP. Offerors shall also submit two (2)
electronic copy of the proposal on jump drive in MS Office 2010 or .pdf format. Any confidential
information shall be submitted on a separate jump drive. The original copy of the proposal should be
clearly labeled "Original" and shall be single -sided, three hole punched and in a binder. The material
should be in sequence and related to the RFP. The sections of the submittal should be tabbed,
clearly identifiable and should include a minimum of the following sections: the
completed Offer and Acceptance Form, all signed Amendments, a copy of this RFP
document and the Offeror's response to the Evaluation Criteria including the completed
Price Page. Failure to include the requested information may have a negative impact on the
evaluation of the offeror's proposal.
10. EXCEPTIONS TO CONTRACT PROVISIONS: A response to any Request for Proposal is an offer to
contract with the City based upon the contract provisions contained in the City's Request for Proposal,
including but not limited to, the specifications, scope of work and any terms and conditions. Offerors
who wish to propose modifications to the contract provisions must clearly identify the proposed
deviations and any proposed substitute language. The provisions of the Request for Proposal cannot
be modified without the express written approval of the Director or his designee. If a proposal or offer is
returned with modifications to the contract provisions that are not expressly approved in writing by the
Director or his designee, the contract provisions contained in the City's Request for Proposal shall prevail.
11. PUBLIC RECORD: All proposals submitted in response to this Request for Proposal shall
become the property of the City and shall become a matter of public record available for review
subsequent to the award notification.
12. CONFIDENTIAL INFORMATION: The City of Tucson is obligated to abide by all public information laws. If an
Offeror believes that any portion of a proposal, offer, specification, protest or correspondence contains
information that should be withheld, a statement advising the Contract Officer of this fact should accompany
the submission and the information shall be so identified wherever it appears_ The City shall review all
requests for confidentiality and may provide a written determination to designate specified documents
confidential or the request may be denied. Price is not confidential and will not be withheld. If the confidential
request is denied, such information shall be disclosed as public information, unless the offeror submits a
formal written objection.
13. CERTIFICATION: By signature on the Offer and Acceptance page, solicitation Amendment(s), or cover letter
accompanying the submittal documents, Offeror certifies:
A. The submission of the offer did not involve collusion or other anti -competitive practices.
B. The Offeror shall not discriminate against any employee or applicant for employment in violation of
Federal or State law.
C. The Offeror has not given, offered to give, nor intends to give at any time hereafter, any economic
opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, meal or service to a
public servant in connection with the submitted offer.
D. The Offeror hereby certifies that the individual signing the submittal is an authorized agent for the
Offeror and has the authority to bind the Offeror to the Contract.
14. WHERE TO SUBMIT PROPOSALS: In order to be considered, the Offeror must complete and submit its
proposal to the City of Tucson Department of Procurement at the location indicated, prior to or at the exact
date and time indicated on the Notice of Request for Proposal page. The Offeror's proposal shall be submitted
in a sealed envelope. The words "SEALED PROPOSAL" with the REQUEST FOR PROPOSAL TITLE,
REQUEST FOR PROPOSAL NUMBER, PROPOSAL DUE DATE AND TIME and OFFEROR'S NAME AND
ADDRESS shall be written on the envelope. Faxing proposals is not permitted.
16. LATE PROPOSALS: Late proposals will be rejected.
16. OFFER AND ACCEPTANCE PERIOD: In order to allow for an adequate evaluation, the City requires an offer
in response to this solicitation to be valid and irrevocable for ninety (90) days after the proposal due date and
time.
17. WITHDRAWAL OF PROPOSAL: At any time prior to the specified solicitation due date and time, an offeror
may formally withdraw the proposal by a written letter or electronic mail from the Offeror or a designated
representative. Telephonic or oral withdrawals shall not be considered.
18. DISCUSSIONS: The City reserves the right to conduct discussions with offerors for the purpose of eliminating
minor irregularities, informalities, or apparent clerical mistakes in the proposal in order to clarify an offer and
assure full understanding of, and responsiveness to, solicitation requirements.
19. TAX OFFSET POLICY: If applicable, in evaluating price proposals, the City shall include the amount of
applicable business privilege tax, except that the amount of the City of Tucson business privilege tax shall not
be included in the evaluation.
20. CONTRACT NEGOTIATIONS: Exclusive or concurrent negotiations may be conducted with responsible
offeror(s) for the purpose of altering or otherwise changing the conditions, terms and price of the proposed
contract unless prohibited. Offerors shall be accorded fair and equal treatment in conducting negotiations and
there shall be no disclosure of any information derived from proposals submitted by competing offerors.
Exclusive or concurrent negotiations shall not constitute a contract award nor shall it confer any property rights
to the successful offeror. In the event the City deems that negotiations are not progressing, the City may
formally terminate these negotiations and may enter into subsequent concurrent or exclusive negotiations with
the next most qualified firm(s).
21. VENDOR APPLICATION: Prior to the award of a Contract, the successful offeror shall register with the City's
P g P 1. �dawcac�f,l.eaiar� rr¢ciu.,rf; by clicking
Department of Procurement. Registration can be completed at hkt..r,�lrrnrr t
on Vendor Services. Please note that email notifications of newly published solicitations and amendments will
be provided to those vendors that select email as their preferred delivery method in their vendor record.
22. CITY OF TUCSON BUSINESS LICENSE: It is the responsibility of the Contractor to have a City of Tucson
Business License throughout the life of this contract or a written determination from the City's Business
License Section that a license is not required. At any time during the contract, the City may request the
Contractor to provide a valid copy of the business license or a written determination that a business license is
not required. Application for a City Business License can be completed at littf ;ffwww uc sona AyL !@x. For
questions contact the City's Business License Section at (520) 791-4566 or email at a r-
license song .g€ y-
See 0,ie attached City of Tucson busBness iuc;.ense.
23. UPON NOTICE OF INTENT TO AWARD: The apparent successful offeror shall sign and file with the City,
within five (5) days after Notice of Intent to Award, all documents necessary to the successful execution of the
Contract.
24. AWARD OF CONTRACT: Notwithstanding any other provision of the Request for Proposal, the City reserves
the right to:
(1) waive any immaterial defect or informality; or
(2) reject any or all proposals, or portions thereof; or
(3) reissue the Request for Proposal.
A response to this Request for Proposal is an offer to contract with the City based upon the terms, conditions
and Scope of Work contained in the City's Request for Proposal. Proposals do not become contracts unless
and until they are executed by the City's Director of Procurement and the City Attorney. A contract has its
inception in the award, eliminating a formal signing of a separate contract. All of the terms and conditions of
the contract are contained in the Request for Proposal, unless any of the terms and conditions are modified by
a Request for Proposal amendment, a Contract Amendment, or by mutually agreed terms and conditions in
the Contract documents.
25. PROPOSAL RESULTS: The name(s) of the successful offeror(s) will be posted on the Procurement
Department's Internet site at h t r �'/w,+wow,,tsar;soa Ig.)Loc iArc�Enerrl.c rra' upon issuance of a Notice of Intent to Award
or upon final contract execution.
26. PROTESTS: A protest shall be in writing and shall be filed with the Director of Procurement. A protest of a
Request for Proposal shall be received at the Department of Procurement not less than five (5) working days
before the Request for Proposal due date. A protest of a proposed award or of an award shall be filed within
ten (10) days after issuance of notification of award or issuance of a notice of intent to award, as applicable. A
protest shall include:
A. The name, address, and telephone number of the protestant;
B. The signature of the protestant or its representative;
C. Identification of the Request for Proposal or Contract number;
D. A detailed statement of the legal and factual grounds of protest including copies of relevant documents;
and
E. The form of relief requested.
1. PROPOSAL EVALUATION CRITERIA - (listed in relative order of importance)
A. Method of Approach
B. Qualifications & Experience
C. Price Proposal
Il. REQUIREMENTS SPECIFIC TO EVALUATION CRITERIA: The narrative portion and the materials
presented in response to this Request for Proposal should be submitted in the same order as requested and
must contain, at a minimum, the following:
A. Method of Approach
1. Provide a response to the national program.
a. Include a detailed response to Attachment A, Exhibit A, OMNIA Partners response for
National Cooperative contract. Responses should highlight experience, demonstrate a
strong national presence, describe how Offeror will educate its national sales force
about the contract, describe how products and services will be distributed nationwide,
include a plan for marketing the products and services nationwide, and describe how
volume will be tracked and reported to OMNIA.
With over $1.6 billion! iiirrK total aininual sales, Networl(Seirvlices Cornpany orchestrates prograinis as one
organization; corisofidaflirig the resources and strengths of more tharr 75 NETWORK &t0butors, Operating, over
400 distribution facifities, throughout North Amerka, NETWORK currently provides, a vast product selection,
having bulk straleg�ic alhances over thie l-jiast 51. years with the industry's best in-asmanufacturers and
unpairaHeled customer serviif:,e to over 1,300,,000 customer locaflons.
K1'01011K can Iprovide prepaid freigid, sUbject to a MiflinlUirn order of $400, to all customer bcations 01YOUghOUt
the Urifted States. Orders below $400 wi0l incur a $40 service fee, NET' ORW has the atAhly to deliver Ilprodaucts
and seirvices to 95% of the United States' population freight free, Freight may be charped for locations outside of
NETWORK's freight free delivery air -ea.
Oii,,wr prograirn engagernient commences duf ing the Implementation phase; educating N1.7l"WORK corporate staff
and distributor's of the overall explectations of OMNlA and the City of'Ftmcson's agencies, Aswelcointinueto
penetrate locations and proRK.Ae the prograiri through a number of sales and marketing efforts, inicluding but
iiiii to - - �oint sales ir:lafls with key inanufachuers, NEI'WORK developed Boot Camp, as well as collaborative
effmis with OWMA RRA's, etc,
Please refer to the attached (.1ty of Tucson Proposal brochure for an in depth i eview of the varioussales and
niarkeUng interactions NETWORK has inffiated with The OMNiA, indiivikWA agencies, our NETWORK
distributors as well as prefen ed mairiufactureirs, 1111his overview dernoinstrates our Revel of rommiitryient to provide
produf:t, knowledge and drive progirarn ccwrnpliaince for all parties
Pdrnary distributors will be respw°wsible for proactive direct saes of the OWMA Prograrn to eh&ie public
agencies in theh stated rnarkl eks, a timely follow tip to leads established Iby WNW. rhL,; includes, but in riot,
firnited to-
DesiginaVing a IPr,ogram Manager wlththe authority and responsibility for-, tine overallsuccess of the
irnplum entation of the ("YMMA pro rare withiin the disidbutor's organizaflon
* Deve,loping a sales Allan to activ6ly target and coinveirt new non federal Ibusirness to the OMMA prograrn
* WorVing in conjunction with 06ANiA to convert existing noinfederA government accounts to the
prograin
o Utilizing the OMMA program to respond to none federal agiency soficftatllons
e Ensuring all Distributor IFlublic Sector sales personr16l are trained on how to position the prograin to
both existing and potential custorner's
9 Reporting al sales to INUNVORK by participathig public agencies utilizing flhe OMNIA program on a daUy
basis in accordance with Il ETWORK requirements
NETWORK Ihstributors will support NEIWORK Corporate and OMMA's rnarketing teams to develop a markeflng
and corrimunicaflon strategy to promate the utilization of the prograrn to botl,-i existing and potenhal public
agency custorners, 'rhis includes, but is not limited to:
* Supporting development, publication and distribution of co. branded collateral rnaterials (print, ernall,
presentation)
* Supporflng development and publicaflon of co -,branded advertising in rnutuaHy beneficial and agreed
upon publications
* Supporting dievelopfnent and publication of information an the Primary Distrdmor's website
* Supporting attendance and exhibition at mutually beneficial and agreed upon trade shows and
conferences in order -to prornote the prograrn.
SalesvMurne is tracked and repoirted to OMMA during Annual Business Reviews. Sales reports are available
upon request
b. The successful Offeror will be required to sign Attachment A, Exhibit B, OMNIA Partners Administration
Agreement. The Agreement shall be signed no later than issuance of the City of Tucson's Notice of Intent to Award
letter. Offerors should complete all reviews of the document prior to submitting a response. Offeror's response
should include any proposed exceptions to the OMNIA Partners Administration Agreement.
2. General Requirements
a. Provide a detailed written response illustrating how your offer will meet the General Requirements of this
solicitation for the City of Tucson and the national program.
b. Submit any and all information that will aid the City in evaluating your proposal.
NE'TWORK's detailed response is encapsWated within our specific points pn conjunction with your scope of vmrk
and reclOrements.
3. Product Requirements
a. Provide a detailed written response illustrating how the products offered will meet the Product
Requirements of this solicitation for the City of Tucson and the national program. Offerors shall provide the
proposed product lines. Offerors shall identify and describe their categories. For each proposed category,
describe in detail and provide at a minimum the following types of information:
i. Identification and description of product categories offered
if. Identification and description of sub categories
iii. Identification and description of manufacturers within each sub category
NETWORK will provide -the following product categories: Paper products, trash can finers, cleain'ing chernicals,
and janitorial housekeeping products such as rnops/brooms/buckets, gloves, laundry/ware-washiMIg chemicals,
powered cleaning equipment„ hand soaps, antAlary clpspensiing and cleaning equipment per the iequirements
hereln. V: lease see attached,Mtachrnerit B; our, proposed price list of items requested within Oils Rl::P,. Phisis
not the full product fisdrig of items offered to"she City of Tucson or OMNIA Pairtners under the INETWORK
Program,
b. What is the total number of products offered in your catalog? Are all catalog products available to
participating public agencies nationwide?
NE IWORK's product offering is over 3,200 Orris at fl,JiS trj°Ime. Since our, Ipartnership began, the ci:.)re produict fist
�ll-iiasgu°ownfu,orTi8OOtc)oven-3,23.8f��iroduc!l:s, NEIWORK"si,noriiiitoringofagei��icy pun-ctiasiiigtrends aridttie
introduction ofnew more, efficient products expands our offering to'fhe City and OMMA. Dohi so aflows us tc,m
workwitt-ii suppliers; thereby solidifying (r.)ur position to negotiate pricing aind longer, teirrin p;rice guarantees. In
turn, these products add to your overall order size; allowing you to obtain aftfloi,W cost savings through the
large vokirne order discount. All pioduct categoi�ies are available nationally aind the vast majority, bt,fl. m.)t all
Specific products on U-ie list vvfll be available to ail locations,
WAME- wilk be providing 4,600 Cleaning, Sainilary Supi)ly, Powered Equipirrient, and r*lated products, bott-ii
natOnal 1,)iii and WA lit house brands; as weUl as over 1.00,000 equlVprneint re...lpair pairts.
c. How are "green" products identified in your catalog? How are they identified when ordering online? How
many "green" products are in your catalog?
Green products are identified in the piraduct desc.iription and NETWORK's NetSupply,2,0, 1°iias an green
designation symbol alonig ., with addiflonal ""'green""' piroduct information,, For City of Tucson, products rnay iindiicate
the CKtifying agencies synibM, the nairne of the certifying agency, and the type fort 'in green.
d. How are "certified small business and other business classifications' products identified in your catalog? How
are they identified when ordering online? How many "certified small business and other business classifications"
products are in your catalog?
At tHs Urne, these iteirris cannot be identified in this manner,
e. Do you offer "Private Line" products? Provide details and describe. How does pricing compare to traditional
and comparable brand name products? Provide examples.
Yes, NE-rWORK has the abfflty to offeiii iocaflons private IlanbO products Pricing and quality will vary; but all rTlay
offer econonric, savings for OIMMA PPA'swKpch choose to utilize prNate W)eiled products. Product availability"
detaft, piriiciling, andsample goods can be discussed betweerr interested PPP iocations and NIF MORK distribuiDirs,
f. Submit any information that will aid the City in evaluating your proposal.
WAXIE currently Iprolvides private labeled producls'li City of Tu(:son and has had positive reception to the
valuethey provide, Shotfld NETWORK be awairded, WAXIE midl contif�intjeto provide the same and future WAME
branded products which 1parove bene-ficiaito the City.
I
a. Provide a detailed written response illustrating how the services offered will meet the Service Requirements
of this solicitation for the City of Tucson and the national program. Offerors shall provide the proposed services
that meet requirements. For each proposed category, describe and/or provide details explaining your capabilities.
In your response include information such as:
1. Policies and programs detailing your efforts in these areas
NE iWORK's detailed response is encapsulated wilthin our speclific poiiints lin conjuncUoin with your scoljpe of work and
req u i ire., rn ents,,
ii. Literature explaining your capabilities.
Please see the attached brochures: Noposail Response eBuMness+ Sokitions, Quartedy BuMness Review,
Suslainability, Green Solutions, Irnplernientation, Map of INorth American DistributorI.ocations.
b. Submit any information that will aid the City in evaluating your proposal.
5. Ordering and Invoices
a. Describe your ordering capacity (telephone, fax, internet, etc). Provide details of the capabilities of your
website including ability to display contract pricing, on-line ordering, order tracking, search options, order history,
technical assistance, lists, technical data and documentation, identification of alternate green products, etc.
Network Services Ihas over 1,00 Corporate Custorners. We currenfly process orders in all the at)ove formats and
anticipate managing all formats for existing and new OMMA PPA's.
NETWORK currently supports WH EDI and internet ordering for all National Accounts w1flch desire to use one of
thesernethods, Over 315% of our purchase orders come in through EM or internet ordering today, and it
continues to grow,
FEATURES OF OUR EDI-BASED ELECTRONIC ORDERING:
• EM through Value -Added Networks (VAN), EIN AS2, o: r EM files via FTP
® Standard E[M 850 order
• Standard EM 8155 ordeir confirmation
• Customized EM 850 order,
• Custornized EM 8155 order confirmation
FEATURES OF OUR WEB -BASED ELECTRONIC ORDER ENTRY-
• Custom product electronic catalog for each ordering location
• Custorn catalog shows Network Services item #, itern description, UOM and pricing
• Search for products by name or description
• Password protected order entry screens
• Multiple pemonal shopping Hsts
• Standardized part numbers
• Retrieve and reuse past orders and standing orders
• Arrange products by user' -defined categories and sub -categories
• User -,configurable display options
• SpecrjM instructions by order
• Super buyer can purchase for rnuKiple locations
• Order review and chainge before release
• Approval routing of orders
® E-mafl notification on aH orders
• Mu R i-vendor ordleir entry portal
• hunch -outs to other vendors' catalogs
• 11 ocafion spending limits
® Site brandirig with custorner logo
• Site custornization
As a NETWORK custorner, you'll have access to an exclusive set of savings and efficiency tools that will give you a
competitive edge. Placing ordlers, tracking purchases and processing invoices across rnulfiple locaflons with
varying demands is a daunfing task. NETWORK helps you simplify these tasks with the support of highly skilled
professionals COMbMed Mth the use of proprietary, state -of -the art information technology,
Some of our e-conirneirce offerinfs indude.
ON-UNE WEB-BAS1:.,D ACCESS TO PURCHASE I HSTORYREPOR'rii
* IDistnpay and sorting alternatives wncWde purchases by bcafion raffled tip by state, purchases by produt't
and purchases by vaiurne
* Reports can Si,10W pUir-chases and mr'nvoa ces fair any perlod ranging frorin a s'pingie day to, 3 years
* Repon data cairn be downloaded to spreadsheet for, furthier analysis aind exception repoiling
* Data updated every 24 hours, availabie 24/7
* Passwo,r'd protectedaccess
* Access data on screein, via EM in standard format through VAN, via ASCII flat: Me o,r file transrmssiion %na
Internet o,r FTP
e Custorn roll-irip structure can be defined to, fit the customer's company hierarchy, i e., floc bons can roil
up to (fistricts, disthcts to re0ons, regions to, dlvisions, etc.
* Approp� We access can be given to, people at deslgnated levels in 1i ciusunner's hieraichy
* Access data via Mithrough Internet air F M
* Custom ASCII flat f He forrnat, or XMI, Me formats avaflaWe
* Integratilon with customer's ERP or internM reporting system avaHable
* Customized EM purcha5e history docurnents avaiiiable
Describe your invoicing process, Is electronic invoicing available? Is summary invoicing
available? Are there other options on how an agency receives an invoice? Submit
sample invoices.
NE"TWORK can provWe fl,-ie fcMowingl'
L- LECTRONIC CONSOLIDATED MOKiING
* Multiple soul: ng options, e.g., by location, I-,)y kivoice n.
* Mulfiplle data display options, e.g., invok-e header inforrinafion, fine pteirn detafl
* Based oin customer4efined birne 1period, e.g,,, montifly, bi-weekly, weeMy.
* invckes Wrainsferred via the internet or IFTP
( I onsohdate into standard electronic file, e.g., dehinited ASCII flat file such as mrsv or-, )ds
Custorn ASCil flat file format or XML file forimat avadable
• Insertion of customer G/L codes, department or locafion numbers avadabile
• Ability,to cross-reference iteirn Ws to customer G/L codes available
• Transfer viia magnefic taipe, disk or CD availaUle
EDI INVO�CING
* EM through'Value, Added Networks (V'AIY) or IFTP
* Standard EDI 810 invoice
* Custornpzed EM 810 invoice avaiilabte
orHER ELEC-TRONIC MOICING
* IInvoke iin standard ASCII flat for-irnat
* I ra nsfe r via I int ernet or l:: TP
* MOL. file forimat or CLAstorn ASCM flat file for r-nat available
an -+ER TYPES, OF INMONG
* Standard invoice by mail to ordering bcation or, cenb,41 processing iocatlon
* Speciial handling of invoices to meet unique customer needs
PAYMFNT METHODS
e Uectroiniii,, funds transfer (FF: F')
* Automated clearing, 1-muse (ACH)
v FM 820 revnittanice
as Other electronic formats
c. Describe how Offeror measures performance including identification, calculation, tracking and reporting of
measurements. What is your stock fill percentage rate, by line item, of the orders filled without backorders?
NF-l-wORK tracks nUrnerous KPI (key performance h'idicators), These tracking progirarris are custiorner specific arr)d
desned to measure key metrics that are of value,, by customer. CUrrent Custorner satisfaction surveys have 93%
National ACCOUnt CUSWMErV'S SayiVIg theywouid reclornmend Netviioirk Services. S�tock fill percentage is cover 98.5510
and for National Acccumt custorners over 95% of orders are filled complete.
d. Describe how agencies choosing to pick up products will receive the correct Contract pricing. Indicate how
volume will be tracked and reported to 0IVINIA Partners.
NEI WORK national aCCOMIt pl[-iClrlg f0rThe City and/or OMMA PIPA's Is the same product Iphclng whether the order is
dehvered or pickeld iup. �Nr(r sugges� workJing with your local NETWORK distribu-bon partner for order Ipoicup hour's and
process, Sorne locations may have storefronts, others rnight be warehouse pick-ups,
6. Other
a. Describe any government rebate programs that are offered.
NE,rwORK does riot offer any government rebate priograrns at this time.
b. Describe how Offeror will meet the monthly usage reporting criteria. Submit a sample report.
NErWORK has extensive eXperience in providing reporting to a nurnber of large nation a I custorners, Attached js
a copy of the rnonffily report that is currently provided to OMNlA. There are two tabs the first tracks the Adn'0n
Fee (AF) and the second tab has the Niarketing Fee (MF).
c. Contractor shall provide and supply customized usage reports upon request from the City of Tucson or any
Participating Public Agency. At a minimum, the reports shall include the item number, item description,
manufacturer number, total quantity ordered, number of orders and total spend for the requested time period. At a
minimum, the City of Tucson requires an annual report within 30 calendar days of each contract years end date.
B. Qualifications & Experience
1. Complete 01VINIA Partners Exhibit A, Section 3.0
2. Summarize your experience in providing product and services similar to that outlined in the Scope of Work.
Provide a minimum of three references for which you have provided similar products and services. References
from other public agencies, particularly municipal governments, are preferred. Please include company name,
address, phone, email, and contact person.
Mesa Unified Schools
555 South Lewis
MeF;a, AZ 852,10
480472,6116
g
Irr raverse Glty Public Schools
Traverse City, V11
231 .933,1728
Clndy Farrah
Eastern IWchigain UniverlsAy
YpsHanfi, NM
734A87 0360
[Aleter Otto
OaMand 11,)rflversky
Rochester, Mi
248370 3172
Constance Jones
3. Please submit any additional information that you feel is applicable to your qualifications and experience.
Network SeiMces i-iias the three key factors of the NETWORK and OMNiA pro, rarm
SCALE: NETWORK prc)Odes products to 95% of the U.S. populatior� base. Our members currenfly are groMng,
viable business within the locAes that 0MNlA wairits to service. We know the needs of these agencies because over
the 51 year histcpry of Network, we continue to do business Mth a number of these age�nciesl,
SCOPE: NEI WORK is rnarket leader for janitorial distdbuflo n; the core of ou r business for the past 51, years.
OMMA needs a business partnerthat, understands and can ainswerthe TMarket needs around sanitaflon, c Ilea in Hiness,
sustainalArty, personal health and weRness in a cost and labor eflecflve manner. Iii,isuppo'rtofi:his,wekriowthroat
irnpleimenfirtg standard business practices and prograrns heir.m ho1d costs down for all parfles.
WILL: NE'TWORK understands the value created by coHaborative aind group purchasing programs. We are a leader
in the Healthcare rinarket where this purchasing rnethodOogy lips, accepted best practice. We're l about the
new opportunities the OMMA program can provide NETWORK and coinfirwing to, grow relaflonsl'rips we've
developed over the last five years. We look forward to the opportunity to work, and grow together; mutuaHly
working to buHd a prograirr) that delivers value for all constituents.
NETWORK has ten (10) years of succiessful expeiri�,,mce in servicing, growing and developing lastiing relationships
with IFhe City, OMMA and their agencies; during our rurrent contract agreernea, lhe conirnitnient to succeed is
cfispiayed Ly [.)oth parties' suppor14,% the progress we've made in a shoii t tirne.
4,Describe the current distribution model capable of delivering products nationwide, including the number, size
and location of your company's distribution facilities, warehouses and retail network, where applicable. Describe
your coverage of the United States.
Network Services Company was established in 1.968 to provide products armd r6lated services to
, Corporate
accottrit custorners on behalf of our distributors. Today, NETWORK is North,AmeHca's leading and largest
distributor of I.Mper, janrtodal houselkeeping and maintenance supplies, industr,W packaging, food service
disposables, printing paper and related products With over $16 billion in totall annual sdles, NEMORK rnanages
national programs for corporate account custoryiers across the U.S. Operating over, 400 distribution facilities
throughout NorthArnerica, Canada, Mex�col, Puerto Rico and the U.S. Virgin Islands; NETWORK provides a broad
prodiuct s6lecbon, having Ibuilt strategic aifiances with the industry's best in lcaass manufacturers over the last 53.
years. NETWORK's award win6ing technology platform and dedication to superior customer seirvice ro
tl more
tl-,�an 1,300,000 customer locations are only some of the advantages NET offers to corporate acce,.mint
custorners,
NE'rwORK, as an organization, focuses mainly on five specific busness segrnents: IPublic5ector/Corririnerc�ialIFiealI
Estate/Buikfing Services, Healthcare, Foodseiv�ce, the Hospital(ty and hidustrW Packaging corporate accounts.
Our streingth Iis inthese segments, utilizing our programs and products in the foHow�ing categodes° Janftohai
stjplpfies "includiing towel �& tissue, can liners, (rand soap,.)s and sainitizers, cheirnicals, janitoi pal housekeeping
supphes, janitorial equipment sales and personal & safety products; as wefl as food service disposables,
hidustriM packag'ing, segment and/or customer specific prodUcts, el.rc. Our Iprogrmams provide Flexibility,
AccouintabWty and IExperfise, as coirnp,,)aired to one-size-fits-aii modek CoHaborativOy we work together to find
the sdutOns that best fit your needs. We can suggest a menu of options and you seHect the program s, you wish
to utilize as we guide you through the developynent of a custornized distribution program,
NE'rWORK's corpm ate headquarters, located in Schaurnburg, H., l-iouses our adrninistrative offices and central
customer service center. NET'WORK Corporate Account Directors are geograpNcaHy located throughout the U.S.
With 400 dpstribufion centers throughout North America, totaling 25 rriHiion sq, ft-, there are over 7,000 U.&
employees at our warehouse and operations centers and an addifional3,700 outside sMes people across., North
Arnerica. You get nafionall distribOori with the advaintages of a locally supported program.
please irefer to the attached proposal Response NE'rWORK Distributor Warehouses HsUng,
C. Price Proposal
1. Provide price proposal as requested on the Price Page (See Attachment B).
NETWORK's proposM is a fixed price format; based on manufacturer pricing established specifically for OIANM,
'The fixed price format allows manufacturers to provide longer term pricing guarantees, 'This benefits 1DIMNIA in
that'Vou know your fixed prk:e for items arid can determine the commensurate value provided by the product.
The audit and verification process its ShTlple; an agency just has to compare the invoice jariceto the OMNHA price
list,
See Attachment B - Natponal Core List for product HsOng with requested inforffiation. This its not the full offering
in place today for The of 'Tucson arid OMNlA Flartners but rather only a sampling of the requested items to
quote in this RFIF�.
2. Provide available payment terms.
Payiniientterms are Net 30 days from invoice date via ACH or Check Orfly.
Acceptance of credit cards and associated fees vvffl be deterrrflned by each rnarkOng area.
3. As stated in the Instructions to Offerors, 7. Discounts, the price(s) herein can be discounted by _%, if
payment is made within _ days. These payment terms shall apply to all purchases and to all payment methods.
4. Will payment be accepted via commercial credit card? Yes X
a. If yes, can commercial payment(s) be made online? Yes Igo
b. Will a third party be processing the commercial credit card payment(s)? — Yes No
c. If yes, indicate the flat fee per transaction �_WA_ (as allowable, per Section 4.9 of the MasterCard
Transaction Processing Rules).
d. If 'no" to above, will consideration be given to accept the card? —Yes — X . ........... No
� .........
5. Does your firm have a City of Tucson Business License? _X. . ............ . . -Yes . ......-No
If yes, please provide a copy of your City of Tucson Business license.
See the attached City of Tucson business license
III. (GENERAL
A. Shortlist:
The City reserves the right to shortlist the offerors on Method of Approach of the stated criteria. However, the
City may determine that shortlisting is not necessary.
B.Interviews:
The City reserves the right to conduct interviews with some or all of the offerors at any point during the evaluation
process. However, the City may determine that interviews are not necessary. In the event interviews are
conducted, information provided during the interview process shall be taken into consideration when evaluating the
stated criteria. The City shall not reimburse the offeror for the costs associated with the interview process.
C. Additional Investigations:
The City reserves the right to make such additional investigations as it deems necessary to establish the
competence and financial stability of any offeror submitting a proposal.
D. Prior Experience:
Experiences with the City and entities that evaluation committee members represent and that are not specifically
mentioned in the solicitation response may be taken into consideration when evaluating offers.
E. Multiple Awards:
To provide adequate contract coverage, at the City's sole discretion, multiple awards may be
made.
SPECIAL TERMS AND CONDITIONS
1. COOPERATIVE PURCHASING: Any Contract resulting from this solicitation shall be for
the use of the City of Tucson. In addition, public and nonprofit agencies that have entered
into a Cooperative Purchasing Agreement with the City of Tucson's Department of
Procurement or registered with OMNIA Partners are eligible to participate in any
subsequent Contract. See l/trvw,,u t c on rnent.corn/coop partne s.aspxr and
click on Cooperatives for a list of the public and nonprofit agencies that have currently
entered into Cooperative Purchasing Agreements with the City of Tucson. Additionally, this
contract is eligible for use by the Strategic Alliance for Volume Expenditures (SAVE) cooperative.
See htttL.-//www.rnesa5t-iowdocurnen1?id=23638 for a listing of
participating agencies. The parties agree that these lists are subject to change.
Any orders placed to, or services required from, the successful Contractor(s) will be requested by each
participating agency. Payment for purchases made under this Contract will be the sole responsibility of
each Participating Public Agency. The Contractor may negotiate additional expenses incurred as a
result of Participating Public Agencies' usage of this Contract (i.e., freight charges, travel related
expenses, etc.). The City shall not be responsible for any disputes arising out of transactions made by
others.
The Contractor(s) will provide an electronic copy of the complete Contract to the City of Tucson
Department of Procurement upon receipt of the Notice of Intent to Award. At the City's request, the
successful Contractor(s) may also be requested to provide an electronic copy of the complete Contract to a
participating agency.
2. INSURANCE: The Contractor agrees to:
A. Obtain insurance coverage of the types and amount required in this section and keep such
insurance coverage in force throughout the life of this contract. All policies will contain an
endorsement providing that written notice be given to the City at least 30 days prior to termination or
cancellation in coverage in any policy, and 10 days notice for cancellation due to non-payment in
premium.
B. The Commercial General Liability Insurance and Commercial Automobile Liability
Insurance policies will include the City as an additional insured with respect to liability arising out of the
performance of this contract. Such additional insured shall be covered to the full limits of liability
purchased by the Contractor, even if those limits of liability are in excess of those required by this
Contract. The insurance hereunder will be primary and that any insurance carried by the City will be
excess and not contributing.
C. Provide and maintain minimum insurance limits as applicable:
COVERAGE
LIMITS OF LIABILITY
Policy shall include Bodily Injury, Property Damage, Personal Injury and
Broad Form Contractual Liability
Each Occurrence
$1,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$2,000,000
Personal and Advertising Injury
$1,000,000
Blanket Contractual Liability
$1,000,000
Policy shall include Bodily Injury and Property Damage, for any owned, Hired,
used in the operation, installation and maintenance of facilities under this agreE
Combined Single Limit
and/or Non -owned vehicles
ment.
$1,000,000
Occurrence
Employer's Liability
Disease Each Employee
Disease Policy Limit
latatury
$1,000,000
$1,000,000
$1,000,000
' Sole Proprietor/Independent Contractor designation is given to those who desire to waive their rights for workers'
compensation coverage and benefits as outlined in AIRS§ 23-901 and specifically AIRS § 23-961(0). If applicable,
please request the Sole Proprietor/Independent Contractor form from the Contract Officer listed in the solicitation.
I'Wl6='ase see tie attached (,',e iR Wcatp ofinsurance Coverage.
D. ADDITIONAL INSURANCE REQUIREMENTS: Policies shall be endorsed to include the following
provisions:
1. A waiver of subrogation endorsement in favor of the City of Tucson, for losses arising from work
performed by or on behalf of the Contractor (including Worker's Compensation).
2. The insurance afforded the contractor shall be primary insurance and that any insurance carried by
the City of Tucson and its agents, officials or employees shall be excess and not contributory.
3. Coverage provided by the Contractor shall not be limited to the liability assumed under the
indemnification provisions of this Contract.
E. NOTICE OF COVERAGE MODIFICATIONS: Any changes material to compliance with this contract
in the insurance policies above shall require 10 days written notice from the Contractor to the City
of Tucson. Such notice shall be sent directly to the Department of Procurement.
F. ACCEPTABILITY OF INSURERS: Contractors insurance shall have an "A.M. Best" rating of not
less than A:VII. The City of Tucson in no way warrants that the required minimum insurer rating is
sufficient to protect the Contractor from potential insurer
insolvency.
G. VERIFICATION OF COVERAGE: Contractor shall furnish the City of Tucson with certificates of
insurance (ACORD form or equivalent approved by the City of Tucson) as required by this Contract. The
certificates for each insurance policy are to be signed by an authorized representative.
All certificates and endorsements are to be received and approved by the City of Tucson before
work commences. Each insurance policy required by this Contract must be in effect at or prior to
commencement of work and remain in effect for the duration of the contract and two (2) years after
completion. Failure to maintain the insurance policies as required by this Contract, or to provide
evidence of renewal upon the City's request, is a material breach of contract.
All certificates required by this Contract shall be sent directly to the Department of Procurement.
The City of Tucson project/contract number and project description shall be noted on the certificate of
insurance. The City of Tucson reserves the right to require complete copies of all insurance policies
required by this Contract at any time.
H. SUBCONTRACTORS: Contractors' certificate(s) shall include all subcontractors as insureds
under its policies or Contractor shall furnish to the City of Tucson separate certificates and
endorsements for each subcontractor. All coverages for subcontractors shall be subject to the minimum
requirements identified above.
I. EXCEPTIONS: In the event the Contractor or sub-contractor(s) is/are a public entity, then the
Insurance Requirements shall not apply. Such public entity shall provide a Certificate of Self -
Insurance.
3. TERM AND RENEWAL: The term of the Contract shall commence upon award and shall remain in
effect for a period of two (2) years, unless terminated, canceled or extended as otherwise provided
herein. The parties shall have the right, upon mutual
agreement at its , to renew the Contract for two (2) additional two-year periods or portions
thereof. In the event that the paar°iies Oity exercises such rights, all terms, conditions and provisions of the
original Contract shall remain the same and apply during the renewal period with the possible exception
of price and minor scope additions and/or deletions.
4. PRICE ADJUSTMENT: The City will review fully documented requests for price adjustment
after any Contract has been in effect for one (1) year and for each additional one (1) year canna ver°rsary
date period thereafter, which will be a factor in the renewal review process. The City will determine whether
the requested price adjustment, or an alternate option, is in the best interest of the City. Any price
adjustment will be effective upon the effective date of the Contract anniversary date renewal or, in the case
of a mid-term adjustment, upon execution of the amendment. Notwithstanding the foregoing, the City will
review requests for price adjustrnents at any brie if .any manufacturer of products provided under the Con1tract
updates (product costs based on market conditions, which requests will not be unreasonably denied Iby the.
City.
6. FOB DESTINATION FREIGHT PREPAID: Subject to the provisions of this ;Section
Prices shall be FOB Destination Freight Prepaid to the delivery location designated.
Contractor will provide delivery on a freight free basis to all agency locations that fall within Contractor's
freight free delivery zones per Contractor's 'Geomaster'. ShOUld any locations fall outside the freight free
delivery zones, Contractor will contact the applicable agency and review service requirements for those
locations in a manner acceptable to both the agency and Contractor inclruding a possible freight fee charged to
the applicable agency. Freight charges to the no -freight charge icrations shall not exceed actual freight charges
incurred by Contractor, Contractor shall retain title and control of all goods until they are delivered and the Contract
of coverage has been completed. All risk of transportation and all related charges (except as otherwise set forth
above) shall be the responsibility of the Contractor. All claims for visible or concealed damage shall be filed
by the agency to Contractor. The City will assist the Contractor in arranging for inspection.
Each individual order placed by an agency must exceed �00 of products; provided, however, if an 'individual
order is placed by an regency for, less than or equal to $400,Contractor, in its sole discretion, may change sauch
agency a fee for a below minimurn order,
6. SUBSTITUTE ITEMS: In the event that a product or model provided under the contract is
discontinued by the manufacturer, the City at its sole discretion may allow the Contractor to provide a
substitute for the discontinued item. The Contractor shall request permission to substitute a new product
or model and provide the following:
A. A formal announcement from the manufacturer that the product or model has been
discontinued.
B. Documentation from the manufacturer that names the replacement product or model.
C. Documentation that provides clear and convincing evidence that the replacement meets or
exceeds all specifications required by the original solicitation.
D. Documentation that provides clear and convincing evidence that the replacement will be
compatible with all the functions or uses of the discontinued product or model.
E. Documentation confirming that the price for the replacement is the same as or less than
the discontinued model.
STANDARD TERMS AND CONDITIONS
1. ADVERTISING: Contractor shall not advertise or publish information concerning this Contract without prior
written consent of the City's Director of Procurement.
2. AFFIRMATIVE ACTION: Contractor shall abide by the provisions of the Tucson Procurement Code
Chapter 28, Article XII.
3. AMERICANS WITH DISABILITIES ACT: The Contractor shall comply with all applicable provisions of the
Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. 12101, et seq.) and applicable Federal
regulations under the Act.
4. APPLICABLE LAW: This Contract shall be governed, and the City and Contractor shall have all
remedies afforded to each, by the Tucson Procurement Code and the law of the State of Arizona. State law claims
shall be brought only in Pima County Superior Court.
5. ASSIGNMENT -DELEGATION: No right or interest in this Contract shall be assigned by the Contractor without
prior written permission of the City, and no delegation of any duty of the Contractor shall be made without
prior written permission of the City's Director of Procurement. The City shall not unreasonably withhold
approval and shall notify the Contractor of the City's position by written notice. Not:w iit'),stam'id'1ng tal°:e f'oregolriq,
tl°wry City 1hereby a:° know ledges ,ind agrrees thiai the products and s(-r' ics shall be provided by
Contractor tlhroU911 mts rr°wernbeir-distribotiors and hereby exl)iressly amr inserts to tlhe Provision of
ftie 1products and ser-vices by its v e "rber-distributors, withoutfurther notice
or lw lerrni ss'loin being required.
6. CHILD/SWEAT-FREE LABOR POLICY: The Contractor shall comply with all applicable provisions of
the United States Federal and State Child Labor and Worker's Right laws and agrees if called upon to
affirm in writing, that they, and any subcontractor involved in the provision of goods to the City, are in
compliance.
7. CLEAN UP: The Contractor shall at all times keep the contract area, including storage areas used by the
Contractor, free from accumulation of waste material or rubbish and, prior to completion of the work, remove
any rubbish from the premises and all tools, scaffolding, equipment and materials not property of the City. Upon
completion of the repair, the Contractor shall leave the work and premises in clean, neat and workmanlike
condition.
8. COMMENCEMENT OF WORK: The Contractor is cautioned not to commence any billable work or provide
any material or service under this Contract until Contractor receives purchase order or is otherwise directed
to do so, in writing, by the City.
9. CONFIDENTIALITY OF RECORDS: The Contractor shall establish and maintain procedures and controls
that are acceptable to the City for the purpose of assuring that no information contained i n its records or obtained
from the City or from others in carrying out its functions under the Contract shall be used by or disclosed by it, its
agents, officers, or employees, except as required to efficiently perform duties under the Contract. Persons
requesting such information should be referred to the City. Information pertaining to individual persons shall not
be divulged other than to employees or officers of Contractor as needed for the performance of duties under the
Contract, unless otherwise agreed to in writing by the City.
10. CONTRACT AMENDMENTS: The Procurement Department has the sole authority to:
A. Amend the contract or enter into supplemental verbal or written agreements;
B. Grant time extensions or contract renewals;
C. Otherwise modify the scope or terms and provisions of the contract.
This Contract shall only be modified with the approval of the Department of Procurement. Except in the
case of a documented emergency, approval must be granted prior to performance. Any contract
modification not explicitly approved by the Procurement Department through a written contract
amendment or change order is performed at the sole risk of the Contractor and may not be eligible for
payment by the City.
11. CONTRACT: The Contract shall be based upon the Request for Proposal issued by the City and the
Offer submitted by the Contractor in response to the Request for Proposal. The offer shall substantially
conform to the terms, conditions, specifications and other requirements set forth within the text of the Request
for Proposal except where exceptions are rioted. The City reserves the right to clarify any contractual terms with
the concurrence of the Contractor; however, any substantial non -conformity in the offer, as determined by the
City's Director of Procurement, shall be deemed non -responsive and the offer rejected. The Contract shall
contain the entire agreement between the City of Tucson and the Contractor relating to this requirement and
shall prevail over any and all previous agreements, contracts, proposals, negotiations, purchase orders, or
master agreements in any form.
12. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: Contractor shall deliver
conforming materials in each installment or lot of this Contract and may not substitute nonconforming
materials, urdess approved In advance by the City. Delivery of nonconforming materials, or default of any
nature, may constitute breach of the
Contract. Noncompliance may be deemed a cause for possible Contract termination.
13. DUPLEXED/RECYCLED PAPER: In accordance with efficient resource procurement and utilization
policies adopted by the City of Tucson, the Contractor shall ensure that, whenever practicable, all printed
materials produced by the Contractor in the performance of this Contract are duplexed (two-sided
copies), printed on recycled paper and labeled as such.
14. EQUAL PAY: The Contractor shall comply with the applicable provisions of the Equal Pay Act of 1963
(Pub.L. 88-38, 29 U.S.C. section 206(d)); Title VII of the Civil Rights Act of 1964 (Pub.L. 88-352, 42
U.S.C. 2000e et.seq.; and, the Lily Ledbetter Fair Pay Act of 2009 (Pub.L. 111-2).
15. EXCLUSIVE POSSESSION: All services, information, computer program elements, reports and other
deliverables created under this Contract are the sole property of the City of Tucson and shall not be used
or released by the Contractor or any other person except with prior written permission by the City.
16. FEDERAL IMMIGRATION LAWS AND REGULATIONS: Contractor warrants that it complies with all
Federal Immigration laws and regulations that relate to its employees and complies with A.R.S. § 23-
214(A) and that it requires the same compliance of all subcontractors under this Contract. Contractor
acknowledges that pursuant to A.R.S. § 41-4401 and effective September 30, 2008, a breach of this
warranty is a material breach of this Contract subject to penalties up to and including termination of this
Contract. The City retains the legal right to audit the records of the Contractor and inspect the papers of
any employee who works for the Contractor to ensure compliance with this warranty and the Contractor
shall assist in any such audit. The Contractor shall include the requirements of this paragraph in each
contract with subcontractors under this Contract.
If the Contractor or subcontractor warrants that it has complied with the employment verification provisions
prescribed by sections 274(a) and 274(b) of the Federal Immigration and Nationality Act and the E-verify
requirements prescribed by A.R.S. § 23-214(A), the Contractor or subcontractor shall be deemed to be in
compliance with this provision. The City may request proof of such compliance at any time during the term of this
Contract by the Contractor and any subcontractor.
17. FORCE MAJEURE: Except for payment of sums due, neither party shall be liable to the other nor
deemed in default under this Contract if and to the extent that such party's performance of this Contract
is prevented by reason of Force Majeure. The term "Force Majeure" means an occurrence that is beyond
the control of the party affected and occurs without its fault or negligence. Force Majeure shall not
include late performance by a subcontractor unless the delay arises out of a Force Majeure occurrence
in accordance with this Force Majeure term and condition.
If either party is delayed at any time in the progress of the work by Force Majeure, the delayed party shall notify
the other party in writing of such delay, as soon as is practical, of the commencement thereof and shall specify the
causes of such delay in such notice. Such notice shall be hand -delivered or mailed certified -return receipt and shall
make a specific reference to this article, thereby invoking its provisions. The delayed party shall cause such delay
to cease as soon as practicable and shall notify the other party in writing when it has done so. The time of
completion shall be extended by contract modification for a period of time equal to the time that results or
effects of such delay prevent the delayed party from performing in accordance with this Contract.
18. GRATUITIES: The City may, by written notice to the Contractor, terminate this Contract if it is found that
gratuities, in the form of entertainment, gifts, meals or otherwise, were offered or given by the Contractor or any
agent or representative of the Contractor, to any officer or employee of the City amending, or the making of any
determinations with respect to the performing of such Contract. In the event this Contract is terminated by the City
pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or
withhold from the Contractor the amount of the gratuity.
19. HUMAN RELATIONS: Contractor shall abide by the provisions of the Tucson City Code Chapter 28,
Article XI I.
20. INDEMNIFICATION:
Contractor acIrer, s to 'indeamif'y and twoW harmless the City of "Tucson and its s ffihates, officers,
directors, er°rmp@oyees, clients and agents °frorn ainy and all third pain :y cllaims, darnages, li bilit'ies
arm costs„ losses and expenses (including reasonable attorney's fees and disbursements) wWch
the City of `f�a,ricson or rainy of the saki persorrs shall suffer or incur as a reswtrlt of or' a �ttrlbrrtalblle to
(l) any and all clalrns, darnages, liabilities, costs, losses alr d expenses (including reasonak)im.r
attorney's fees and disbursements) arising out of Contractor's breach of its representations,
warranties, obligations or covenantsset forth in this Agreement or (11) Cir ntr,actor's failure to
cornpily with the ter°rrms of this Contract; provided, however, ziny such lnderynnific� tion shMl
exclude any such losses and expenses caused by the act;, ors^rission, breach or gross nrrglrgr-,rnce
of'the City.
To the fullest extent permitted by law, Contractor, its successors, assigns and
guarantors, shall pay, defend, indemnify and hold harmless City of Tucson, its agents, representatives,
officers, directors, officials and employees from and against all allegations, demands, proceedings, suits,
actions, claims, including claims of patent or copyright infringement, damages, losses, expenses,
including but not limited to, attorney fees, court costs, and the cost of appellate proceedings, and all
claim adjusting and handling expense, related to, arising from or out of or resulting from any actions,
acts, errors, mistakes or omissions caused in whole or part by Contractor relating to work, services
and/or products provided in the performance of this Contract, including but not limited to, any
Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable and any injury or damages claimed by any of Contractor's and Subcontractor's
employees. It is agreed that Contractor will be responsible for primary loss investigation, defense and
judgment costs where this indemnification is applicable. The Contractors agrees to waive all rights of
subrogation against the City of Tucson, it's agents, representatives, officers, directors, officials,
employees and volunteers for losses arising from the work performed by the Contractor for the City of
Tucson.
Contractor is responsible for compliance with the Patient Protection and Affordable Care Act (ACA), for
its employees in accordance with 26 CFR §54. 4980H. Additionally, Contractor is responsible for all
applicable IRS reporting requirements related to ACA. If Contractor or any of Contractor's employees is
certified to the City as having received a premium tax credit or cost sharing reduction which contributes
to or triggers an assessed penalty against the City, or Contractor fails to meet reporting requirements
pursuant to section 6056 resulting in a penalty to City, Contractor indemnifies City from and shall pay any
assessed tax penalty.
21. INDEPENDENT CONTRACTOR: It is understood that each party shall act in its individual capacity and
not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of
one party shall not be deemed or construed to be the employee or agent of the other party for any
purpose.
The Contractor shall not be entitled to compensation in the form of salaries, holidays, paid vacation, sick
days, or pension contributions by the City. The City of Tucson will not provide any insurance coverage to
the Contractor, including Worker's Compensation coverage. The Contractor is advised that taxes, social
security payments, and other withholdings shall not be withheld from a City payment issued under this
Contract and that Contractor should make arrangements to directly pay such expenses. Contractor is
responsible for compliance with the Affordable Care Act for Contractor and any of Contractor's
employees.
22. INSPECTION AND ACCEPTANCE: All material or service is subject to final inspection and acceptance
by the City. Material or service failing to conform to the specifications of this Contract shall be held at the
Contractor's risk and may be returned to the Contractor in accordance with Contractor's return policies
cornmunicated tal The City,, Except as set forth in Contractor's return I;,roh ies. If returned, all costs are the
responsibility of the Contractor. Noncompliance may be deemed a cause for possible Contract termination.
23.INTERPRETATION-PAROL EVIDENCE: This Contract is intended by the parties to be a final
expression of their agreement and is intended also as a complete and exclusive statement of the terms
of this agreement. No course of prior dealings between the parties and no usage of the trade shall be
relevant to supplement or explain any term used in the Contract. Acceptance or consent in the course of
performance under this Contract shall not be relevant to determine the meaning of this Contract even
though the accepting or consenting party has knowledge of the nature of the performance and the
opportunity to object.
24. ISRAEL BOYCOTT DIVESTMENTS: Acceptance of the contract warrants that the vendor is in
compliance with A.R.S. § 35-393 and does not participate in a boycott of Israel as that term is defined
within A.R.S. § 35-393.
25. LICENSES: Contractor shall maintain in current status all Federal, State, and local licenses and permits
required for the operation of the business conducted by the Contractor as applicable to this Contract.
26. LIENS: All materials, services, and other deliverables supplied to the City under this Contract shall be
free of all liens other than the security interest. Security interest shall extinguish upon full payment made
by the City. Upon the City's request, the Contractor shall provide a formal release of all liens.
27. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender of materials must fully comply with all
provisions of this Contract. If a tender is made which does not fully comply, this shall conform to the
termination clause set forth within this document.
28. NON-EXCLUSIVE CONTRACT: Any contract resulting from this solicitation shall be awarded with the
understanding and agreement that it is for the sole convenience of the City of Tucson. The City reserves
the right to obtain like goods or services from another source when necessary.
29.OVERCHARGES BY ANTITRUST VIOLATIONS: The City maintains that, in actual practice,
overcharges resulting from antitrust violations are borne by the purchaser. Therefore, to the extent
permitted by law, the Contractor hereby assigns to the City any and all claims for such overcharges as to
the materials or services used to fulfill the Contract.
30. PAYMENT: The City's pFeferrerr Method of r,aymeRt ,s via ,.Ferri+ eard The City will issue a Purchase
Order and, in some cases, either provide a credit card for payment at the time of ordering or pay
subsequent invoices by credit GaFd upon receipt of goods or services in good order. Payments shall be
made by ACH or by (bank check. However, Rot all City employees will POSSeSS a Gredit Gard and, therefore—,
the City Feserver. the Fight to make payment by Gh8Gk as it deems ReGessaFy.
Unless payment is made by credit card at time of order or point of sale, a separate invoice shall be issued for each
shipment of material or service performed, and no payment shall be issued prior to receipt of material or service and
correct invoice. The invoice shall not be dated prior to the receipt of goods or completion of services.
The City shall make every effort to process payment for the purchase of materials or services within twenty-one
(21) calendar days after receipt of materials or services and a correct invoice.
The Contractor's payment terms shall apply to all purchases and to all payment methods.
All airnounts lowed Iby tile City are to II°)g ireceived by Clo ntractor within thirty (�d) days frorn
invoice dat:e,. Payinnent s made by iun'roet:hods other than ACH or bank check may result in Farm
increase in pri61ng to offset their related adrnini.mmtratlive clo.st s, as dets:,�mmined irm the reasmmmmable
udgmerd of Contractor,
31. PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall use reasonable care to avoid
damaging existing buildings, equipment, and vegetation (such as trees, shrubs, and grass) on City
property. If the Contractor fails to do so and damages such property, the Contractor shall replace or
repair the damage at no expense to the City, as determined and approved by the City's Director of
Procurement. If the Contractor fails or refuses to make such repair or replacement, the City will
determine the reasonable and actual cost and the Contractor shall be liable for the cost thereof, which
may be deducted from the Contract price.
32. PROVISIONS REQUIRED BY LAW: Each and every provision of law and any clause required by law to
be in the Contract shall be read and enforced as though it were included herein, and if through mistake
or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of
either party the Contract shall be amended to make such insertion or correction.
33. RECORDS: Internal control over all financial transactions related to this Contract shall be in accordance
with sound fiscal policies. The City may, at reasonable times and places, audit the books and records of
the Contractor and/or any subcontractors. Said audit shall be limited to this Contract.
34. RIGHT TO ASSURANCE: Whenever one party to this Contract has reason to question, in good faith, the
other party's intent to perform, the former party may demand that the other party give a written assurance of this
intent to perform. In the event that a demand is made and no written assurance is given within five (5) days, the
demanding party may treat this failure as the other party's intent not to perform and as a cause for possible
Contract termination.
35. RIGHT TO INSPECT: The City may, at reasonable times, and at the City's expense, inspect the place of
business of a Contractor or subcontractor which is related to the performance of any Contract as
awarded or to be awarded.
36. RIGHTS AND REMEDIES: No provision in this document or in the Contractor's proposal shall be
construed, expressly or by implication, as a waiver by either party of any existing or future right and/or
remedy available by law in the event of any claim, default or breach of contract. The failure of either party
to insist upon the strict performance of any term or condition of the Contract, to exercise or delay the
exercise of any right or remedy provided in the Contract or by law, or to accept materials or services
required by this Contract or by law shall not be deemed a waiver of any right of either party to insist upon
the strict performance of the Contract.
37. SEVERABILITY: The provisions of this Contract are severable to the extent that any provision or
application held to be invalid shall not affect any other provision or application of the Contract which may
remain in effect without the valid provision or application.
38. SHIPMENT UNDER RESERVATION PROHIBITED: No tender of a bill of lading shall operate as a
tender of the materials. Non-compliance shall conform to the termination clause set forth within this
document.
39. SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other party to furnish
any of the material/service specified herein without the advance written approval of the City's Director of
Procurement. All subcontracts shall comply with Federal and State laws and regulations which are
applicable to the services covered by the subcontract and shall include all the terms and conditions set
forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the
Contractor referred to herein. The Contractor is responsible for contract performance whether or not
subcontractors are used. Notwithstanding ndling the foregoforego� nq, the City hereby ackn wleidges and agrees
that the products and services shall be lMrrorrlded by Contractor through its me mmuber-distiffiUtOT
arid y expressly y provision p r� y Contractor
a .°rd II°rew�irr�l�� em� ^° r�es:�ia consents t�cm t�tr� of tll�me� rem�r��tuct.� ar�.md enrvro�e�s �d
thr°orAglm its rneeir �d�r rw.�dmstr°ilzutr:�mrs, wlthoiut further notices o,r approval Ibehrig reCiLmiiired,
40. SUBSEQUENT EMPLOYMENT: The City may terminate this Contract without penalty or further
obligation pursuant to A.R.S. Section 38-511 if any person significantly involved in initiating, negotiating,
securing, drafting, or creating the Contract, on behalf of the City, is or becomes, at any time while the
Contract or any extension of the Contract is in effect, an employee of, or a contractor to, any other party
to this Contract with respect to the subject matter of the Contract. Termination shall be effective when
written notice from the City's Director of Procurement is received by the parties to this Contract, unless
the notice specifies a later time.
41. TERMINATION OF CONTRACT: This Contract may be terminated at any time by mutual written
consent, or by the City, with or without cause, upon giving thirty (30) days written notice. The City, at its
convenience, by written notice, may terminate this Contract, in whole or in part. If this Contract is
terminated, the City shall be liable only for payment under the payment provisions of this Contract for
services rendered and accepted material received by the City before the effective date of termination.
The City reserves the right to terminate the whole or any part of this Contract due to the failure of the Contractor
to carry out any term or condition of the Contract. The City will issue a written ten (10) day notice of default to the
Contractor for acting or failing to act as specified in any of the following:
In the opinion of the City, the Contractor provides personnel that do not meet the requirements of the Contract;
In the opinion of the City, the Contractor fails to perform adequately the stipulations, conditions or
services/specifications required in this Contract;
In the opinion of the City, the Contractor attempts to impose personnel, materials, products or
workmanship of an unacceptable quality;
The Contractor fails to furnish the required service and/or product within the time stipulated in the Contract;
In the opinion of the City, the Contractor fails to make progress in the performance of the requirements of the
Contract;
The Contractor gives the City a positive indication that the Contractor will not or cannot perform to the
requirements of the Contract.
Contractor reserves fllheA rl9lht to terminate ffie wlrlmole or airry part of this Contract due to the fallurr
of the City to carry OW any t.esrr°n or conditlon of the Contract, if such faillUre is not cured Mtlhin
ten (alli days of tltie notice of default, l"fiontiractor will issue a wir,Rten tern (td) day r,mot'lcee of default
'to the Car ty for, rre,°tlir�q or.falRlir°rfl to act in accordance m with the terms or corrr'tffior,rs of tit° e Contract,,
Each payment obligation of the City created by this Contract is conditioned upon the availability of City, State and
Federal funds that are appropriated or allocated for the payment of such an obligation. If funds are not allocated by
the City and available for the continued purchase of the services and/or materials provided under this Contract,
this Contract may be terminated by the City at the end of the period for which funds are available. The City will
endeavor to notify the Contractor in the event that continued service will or may be affected by non -
appropriation. No penalty shall accrue to the City in the event this provision is exercised, and the City shall not be
obligated or liable for any future payments due or for any damages as a result of termination under this paragraph.
42. TITLE AND RISK OF LOSS: The title and risk of loss of material or service shall not pass to the City
until the City actually receives the material or service at the point of delivery, unless otherwise provided
within this Contract.
43. WARRANTIES:
be Set rth in thig . AlA, PRODucm PROVMEN "RC THE CI'"V UNDERR TM PTFRAcr FAR E:ON RAC,"TOR
ARE P RCVOED "AS i ," AND CONTRACTOR MAKES NO EXPRESS ESS OR I&!' PLIED WARRAN11ES REGARDiNG ANY'
FRR` Duns. NOT4 dITHSTNV: W 1"H E FOREGONG, ONTRAC"f"ttlt 'ail° A11 PASS THROUGH T101,r E CITY l..l_
WARRANTIESAND INDEMNIFICATIONS, , IF ANY (lF ANDi P --rFIE EXTENT CONTRACTOR REMAMS PISO IEcI.I )
THEREUNDER), THA17 R ONTRR IORR RECEIVES FROM THE MANUFACTURERS OF THE I:,TRR0MJCTS.
PRICE PAGE
See Attachment B - Excel Price Page
Tab 1 - National Core List
Tab 2 - Additional Suppliers
ATTACHMENTS
Attachment A - OMNIA Partners - Requirements for National Cooperative Contract
Attachment B - Excel Price Page
Attachment C - HUD Documents
EXHIBIT A
RESPONSE FOR NATIONAL COOPERATIVE CONTRACT
1.0 Scope of National Cooperative Contract
Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master
Agreement or in the Administration Agreement between Supplier and OMNIA Partners, Public
Sector.
NETWORK ard WAXIF acknowledge, understand, and agree to cornply with sec:bons 1.0 ._- 2,0 and aitl suVhu!�ectoons
the resin, t,ur less indicated othucarMse by our is n uaga;.n/expWnafion is in bkje foriit diirecdy belliow the secboin or
sau selcd n,
OUr' Bresk onsf�.s o sectaa�` n 3, and its � Ubisec'tl'�c' ns, can n" e found ��
. � t � directly Wow ttuaaa subsection in talaua,:a font.
1.1 Requirement
The City of Tucson (hereinafter defined and referred to as "Principal Procurement
Agency"), on behalf of itself and the National Intergovernmental Purchasing
Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector
("OMNIA Partners, Public Sector"), is requesting proposals for Janitorial and
Sanitation Supplies, Equipment, and Related Services. The intent of this Request for
Proposal is any contract between Principal Procurement Agency and Supplier
resulting from this Request for Proposal ("Master Agreement") be made available to
other public agencies nationally, including state and local governmental entities,
public and private primary, secondary and higher education entities, non-profit
entities, and agencies for the public benefit ("Public Agencies"), through OMNIA
Partners, Public Sector's cooperative purchasing program. The Principal
Procurement Agency has executed a Principal Procurement Agency Certificate with
OMNIA Partners, Public Sector, an example of which is included as Exhibit D, and
has agreed to pursue the Master Agreement. Use of the Master Agreement by any
Public Agency is preceded by their registration with OMNIA Partners, Public Sector
as a Participating Public Agency in OMN1A Partners, Public Sector's cooperative
purchasing program. Registration with OMNIA Partners, Public Sector as a
Participating Public Agency is accomplished by Public Agencies entering into a
Master Intergovernmental Cooperative Purchasing Agreement, an example of which
is attached as Exhibit C, and by using the Master Agreement, any such Participating
Public Agency agrees that it is registered with OMNIA Partners, Public Sector,
whether pursuant to the terms of the Master Intergovernmental Purchasing
Cooperative Agreement or as otherwise agreed. to. The terms and pricing established
in the resulting Master Agreement between the Supplier and the Principal
Procurement Agency will be the same as that available to Participating Public
Agencies through OMNIA Partners, Public Sector.
All transactions, purchase orders, invoices, payments etc., will occur directly between
the Supplier and each Participating Public Agency individually, and neither OMNIA
Partners, Public Sector, any Principal Procurement Agency nor any Participating
Public Agency, including their respective agents, directors, employees or representatives,
shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other
Participating Public Agency. Supplier is responsible for knowing the tax laws in each
state.
This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA
Partners, Public Sector's requirements to market the resulting Master Agreement
nationally to Public Agencies. Each section in this Exhibit A refers to the
capabilities, requirements, obligations, and prohibitions of competing Suppliers on a
national level in order to serve Participating Public Agencies through OMNIA
Partners, Public Sector.
These requirements are incorporated into and are considered an integral part of this
RFP. OMNTA Partners, Public Sector reserves the right to determine whether or not
to make the Master Agreement awarded by the Principal Procurement Agency
available to Participating Public Agencies, in its sole and absolute discretion, and
any party submitting a response to this RFP acknowledges that any award by the
Principal Procurement Agency does not obligate OMNIA Partners, Public Sector to
make the Master Agreement available to Participating Procurement Agencies.
1.2 Marketing, Sales and Administrative Support
During the term of the Master Agreement OMNIA Partners, Public Sector intends to
provide marketing, sales, partnership development and administrative support for
Supplier pursuant to this section that directly promotes the Supplier's products and
services to Participating Public Agencies through multiple channels, each designed
to promote specific products and services to Public Agencies on a national basis.
OMNIA Partners will assign the Supplier a Director of Partner Development who will
serve as the main point of contact for the Supplier and will be responsible for managing the
overall relationship between the Supplier and OMNIA Partners. The Director of Partner
Development will work with the Supplier to develop a comprehensive strategy to
promote the Master Agreement and will connect the Supplier with appropriate
stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training,
and Operations & Support.
The OMNIA Partners, Public Sector marketing team will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through channels that may include:
A. Marketing collateral (print, electronic, email, presentations)
B. Website
C. Trade shows/conferences/meetings
D, Advertising
E. Social Media
The OMNIA Partners, Public Sector sales teams will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through initiatives that may include:
A. Individual sales tails
B. Joint sales calls
C. Communications/customer service
D. Training sessions for Public Agency teams
E. Training sessions for Supplier teams
The OMNIA Partners, Public Sector contracting teams will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through:
A. Serving as the subject matter expert for questions regarding joint powers
authority and state statutes and regulations for cooperative purchasing
B. Training sessions for Public Agency teams
C. Training sessions for Supplier teams
D. Regular business reviews to monitor program success
E. General contract administration
Suppliers are required to pay an administrative fee of 3% of the greater of the Contract
Sales under the Master Agreement and Guaranteed Contract Sales under this Request for
Proposal. Supplier will be required to execute the OMNIA Partners, Public Sector
Administration Agreement (Exhibit B).
1.3 Estimated Volume
The dollar volume purchased under the Master Agreement is estimated to be
approximately $110 million annually. While no minimum volume is guaranteed to
Supplier, the estimated annual volume is projected based on the current annual
volumes among the Principal Procurement Agency, other Participating Public
Agencies that are anticipated to utilize the resulting Master Agreement to be made
available to them through OMNIA Partners, Public Sector, and volume growth into other
Public Agencies through a coordinated marketing approach between Supplier and OMNIA
Partners, Public Sector.
1.4 Award Basis
The basis of any contract award resulting from this RFP made by Principal
Procurement Agency will, at OMNIA Partners, Public Sector's option, be the basis
of award on a national level through OMNIA Partners, Public Sector. If multiple
Suppliers are awarded by Principal Procurement Agency under the Master
Agreement, those same Suppliers will be required to extend the Master Agreement to
Participating Public Agencies through OMNIA Partners, Public Sector. Utilization
of the Master Agreement by Participating Public Agencies will be at the discretion of
the individual Participating Public Agency. Certain terms of the Master Agreement
specifically applicable to the Principal Procurement Agency (e.g. governing law) are
subject to modification for each Participating Public Agency as Supplier, such
Participating Public Agency and OMNIA Partners, Public Sector shall agree without being in
conflict with the Master Agreement. Participating Agencies may request to
enter into a separate supplemental agreement to further define the level of service
requirements over and above the minimum defined in the Master Agreement (i.e.
invoice requirements, order requirements, specialized delivery, diversity
requirements such as minority and woman owned businesses, historically
underutilized business, governing law, etc.). It shall be the responsibility of the
Supplier to comply, when applicable, with the prevailing wage legislation in effect in
the jurisdiction of the Participating Agency. It shall further be the responsibility of
the Supplier to monitor the prevailing wage rates as established by the appropriate
department of labor for any increase in rates during the term of the Master
Agreement and adjust wage rates accordingly. Any supplemental agreement
developed as a result of the Master Agreement is exclusively between the
Participating Agency and the Supplier (Contract Sales are reported to OMNIA
Partners, Public Sector).
All purchase orders issued and accepted by the Supplier may survive expiration or
termination of the Master Agreement. Participating Agencies' purchase orders may
exceed the term of the Master Agreement if the purchase order is issued prior to the
expiration of the Master Agreement. Supplier is responsible for reporting all sales
and paying the applicable administrative fee for sales that use the Master Agreement
as the basis for the purchase order, even though Master Agreement may have
expired.
1.5 Objectives of Cooperative Program
This RFP is intended to achieve the following objectives regarding availability through
OMNIA Partners, Public Sector's cooperative program:
A. Provide a comprehensive competitively solicited and awarded national
agreement offering the Products covered by this solicitation to Participating
Public Agencies;
B. Establish the Master Agreement as the Supplier's primary go to market strategy
to Public Agencies nationwide;
C. Achieve cost savings for Supplier and Public Agencies through a single
solicitation process that will reduce the Supplier's need to respond to multiple
solicitations and Public Agencies need to conduct their own solicitation process;
D. Combine the aggregate purchasing volumes of Participating Public Agencies to
achieve cost effective pricing.
2.0 REPRESENTATIONS AND COVENANTS
As a condition to Supplier entering into the Master Agreement, which would be available to
all Public Agencies, Supplier must make certain representations, warranties and covenants to
both the Principal Procurement Agency and OMNIA Partners, Public Sector designed to
ensure the success of the Master Agreement for all Participating Public Agencies as well as
the Supplier.
2.1 Corporate Commitment
Supplier commits that (1) the Master Agreement has received all necessary corporate
authorizations and support of the Supplier's executive management, (2) the Master
Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the
Master Agreement will be promoted to all Public Agencies, including any existing
customers, and Supplier will transition existing customers, upon their request, to the
Master Agreement, and (4) that the Supplier has read and agrees to the terms and
conditions of the Administration Agreement with OMNIA Partners, Public Sector
and will execute such agreement concurrent with and as a condition of its execution
of the Master Agreement with the Principal Procurement Agency. Supplier will
identify an executive corporate sponsor and a separate national account manager
within the RFP response that will be responsible for the overall management of the
Master Agreement.
(2) The Master Agreernent is one of NE DA/DRK's triirnary "go to mrket" �,trategies for aH Public Agencies.
2.2 Pricing Commitment
Supplier commits the not -to -exceed pricing provided under the Master Agreement
pricing is its lowest available (net to buyer) to Public Agencies nationwide and
further commits that if a. Participating Public Agency is eligible for lower pricing
through a national, state, regional or local or cooperative contract, the Supplier will
match such lower pricing to that Participating Public Agency under the Master
Agreement.
NETWORK TtK and AM are offering p6cing to City of Tucsarairn„ 0mr0a, and Participating p^"rjbhc Agencies (IPPA's)
eased Warn NE f'w,NORK ne,gotrated Ipra curt costs offered bV contracted rniaraaafactarers. These cast stipapaic"rrts are
basied on a rru rnber of factor's including the voluarn' e of: purchases, and deterviiined by the InrnaiwfauaG.tUrerw not " the
istrfl-.wtor, 'T"paws, offer 'iirocUe s pricing offered excticsively lfcir The (Aty of i'aacsaarr/Ornna'ta.
Pwticipating f'ubkc Agencies ncies receive the benefit of the aggregate spend of (MONA Partners,
NFt"WtikRK ,,and WAXIE MH uffer City of" Tucson and PPAs the sarne pike as other wstorner.s utifizing sirn°nHar
procr.arrairuaent unethods and purchasing a imHau"votrars')r.':"s of prrsmahict, with the salr'vn�e rnarwfa ctrarer cos'tr supports.
tAXIIIE wdl n4kie (Jity � f T'ticson aware of any corbsor'fiknna or G'rmip Purchasing O r paraN,mf:ron pndr%,, paro rarna
opp ortwiihes Uiat v+acsn.nkrf afford arty of I ucsona a better overafl spend for the par rc uc(s awarded.
NETWORK and'WAXHE:I iniardtor competifive 1.,,)ricing aind product rriix annuaRy. We agii,ee to negoflate in good
faith to power any prices that are imsahgned with the market. Misalignment with the market is determk'wed b,y
feedback frorn contract pairticipants, lost opporturiffies, arid/or other market 4AOHgence as received or
gathered froirn any source,,
2.3 Sales Commitment
Supplier commits to aggressively market the Master Agreement as its go to market
strategy in this defined sector and that its sales force will be trained, engaged and
committed to offering the Master Agreement to Public Agencies through OMNIA
Partners, Public Sector nationwide. Supplier commits that all Master Agreement
sales will be accurately and timely reported to OMNIA Partners, Public Sector in
accordance with the OMNIA Partners, Public Sector Administration Agreement.
Supplier also commits its sales force will be compensated, including sales incentives,
for sales to Public Agencies under the Master Agreement in a consistent or better
manner compared to sales to Public Agencies if the Supplier were not awarded the
Master Agreement.
NEIVORK and WAXflE wifl compensate our sales forces under 'the compensation structure currently employed
to prornote sales of our Public Sector contracts. We utilize the sarne compensatJon structure to incent sales for
all segments of our business.
Supplier must supply the following information in order for the Principal Procurement Agency
to detennine Supplier's qualifications to extend the resulting Master Agreement to Participating
Public Agencies through OMNIA Partners, Public Sector.
3.1 Company
A. Brief history and description of Supplier.
WAXIE
Founded in 1945, WAXlE Sanitary Supply is a 74-year o, d, pi'ivatOy h6ld, farnHy-owned company with a proud
history of honoring our customers, communities, and farnfly vaiiues., 1 his attitude is ernbodW in our comparly
motto: The Most Trusted Name hi Clean. Since 1945. W=E has long been focused on our customers and
prides ourselves on helpAng bushiesses keep their facilities cleaner, healthier, greener and safer, We are
passionate about what we do and are corniniftted to delivering that passion to our custornem,
WAXIIE is arnong the pargest dist6butors of sanitairy supplies and equipment in the Western United States and is
one of the larF gest farriffy owned dktribUtors ki the nation,, We differentiate ourseNes by having orders delivered
on tirne, at the right price,, with no substitutions, and with exceptional custorrier service by a unifornied WAME
tearn rnernber in a clean, logoed WAXIIE truck, We are here to listen -to our custorners and respond to their
needs. Our average fill rate on orders is 9M
For the past seven decades, WA)OE has rernained the hidiustry leader in the distrNificin of quality jaliftorial
supplies to the education, goveriniment, coirrumercW, industrW, and contractor markets in the United States and
abr'oad. For more inforimation about WAXff and our capabilities, piease see Exhibit A 11A for WAXIE..�'s
Capabilities Brochure.
NETWORK
Network Services Company was established in 1.968 to provide products and related services to corporate
account custome,r's on betWf a:)f our distributors. 'Today, NE-l'WORK is North America's Qeading and far&,est
distributor of paper, janftoirral housekeepirig and malntenance supplies, Iirudunstri W packaglingp, food seirvice
disposaNes, printing paper, and r6lated products. With oveir $1 Ibilhcnrn in total annual sales, NE"nNORK
rnanages national prograrns for corpoirate account customers across the U.S. Operating oveer 400 dWstributlon
facilities thiroughonut: North America, Canaida, Mexico, Pueilo IRico and the LLS, Virgin islands; NETWORK pirovldes
a birolad i.)rodtjct selection, havkig buft strategic aiRances with the kidustry's Ibest lirn class rnanufacuirers for
rnorethan50years. NET' WORK'sawairclwiririirigi:eciiriologypatformai,iddedcatiouitosojl)eiriorcoast on�ier,
service to more thain 1,300,000 customer bcafioris aire only sorne of the advantages NET WORK' offers to
c,o rpol rate account ckjstorneirrsW,,
NETWORK, as an organization, focuses unainly on five specfficl bushiess segments: ComrnercW Real
Estate/BuHding Services, Healthcare, Foodservice, the Hospitality and Industrial Packagkig corporate accounts.
Ouir strength is in these segrnents, ublizing our prograirns and products in the faHowing categoiries: Jarfltodal
supphes inckjdingtowei & tissue, cars firreirs, hand soaps and sainffizers, chernicak, jaunit or4l housekeeping
supphes, janitorial equipment 41es and personal & safety produrls; as wefl as food sein4ce disposables,
industrial packaging, segrnent and/or custon ner specific products, etc. We have also worked with several
giwernment agencies which have expressed the deslire and need for adciftional securfty rues asures, 1 herefoire, 41
select areas, NUTWORK is alble to offer document shredding as seiry'lc e, We suggest speaWig with Vour, locai
representative, should this option Ibe of interest, Ou,jr,prograrnsr)F,o,videFexbility,A(.cokAntalb'ilityaindExpear ,tise,
as compla red to one-size-4 fts-aill rnodek. Collaborativehl e work togetheir to find the so ki hons, that Ibest fit you ir
needs. We can suggest a i"nenu of crptions and you select the prograrns youwisti to utifize as we guWe you
through the development of as customized drstrlbuflon prograirn,
i7bi the City of Tucsoin WAX11" ernploys over 260 41es prolessbnals to serve our custorriers. WAXIE has 23
locations incluOng ten (10) Regional lnventonCrenters senticing eleven (11) states that incUJe: California,
Oregon,'Wasf,flngton, Alasl0,, Arizona, Nevada, Utah, Idaho, Worado, Wyoming, and Montana.
Ouir Cafifornia sal(-:s managernent and sales force locadons are Sari Diego (Home Offs e), Santa Ana, Ontario,
Liverroore, and Sacramento. We have satelhte locations in an Jose, Santa Rosa, El Centro, and Thousand Prns.
Outside of CaHfi.)rnia, WAXIE 4es management and sales forcres are bcated in Mesa AZ, waft L,ake ("'ity U"T",
I)enveir CO, i as Vegas NV, Seattle WA, An(:horage At(,, with severaIl sateBite locations in the IrcAlowing cities arld
states:"T'ucson AZ, Poral and OR, Spokane INA, 13olse 1f), Idaho F:ahs 11), St. George UT, Colorado Spdngs and
Fairbanks AK.
NalronaHy, NETWORK's Corporate Account Directors are geographically kxated throughout the U.S. 'rhere are
more than 7,000 ULS employees at our warehouse and operatiorv; centers and an additional 3,700 outside sales
people across INoirth run drama and'75 Corpcrate Account Charnplons located at each of our distributcKs whose
purpose is to adnikilster and support our globa] corporate acc,,,ount iinRiatives.
'The Corporate Account Director rnanages the relationship with your corpcar me, headquarters aind tl-4ir corporate
counterpart. The Corporate Account Director is responsible for cornmunicating the prograrn, expectations and
requirements to NETWORK staff as w6ll as the local NETWORK distrbrItof'S. OUr &thbutor 41es representatives
are respoinsibie for- estabkNng relaflonst0ps with their local facihfles, exploring what uniique needs they may
have, establishing order guides and replerrlshment criteria, anticipated order/dehvey days, determining
regularfty of visits with the custorner, if site specRic training is needed, etc. NETWORK (,ATEGORY
DEVELOPMENT ANAi YS'F -- Manages all coirporatam contracted products and rnanufacturer programs. Works with
sales and customer corporate contact to develop ideas lor aiternative prodUCt, process irnprovement and crost
reducficim Tracks and reports all cost reductions arid 'increases through an impact analysis, Quarterly updates
on 1price list additions, deletions, and changes, as needed. leaLEMENTATION MANAGER AND CO-ORDINATOR,,
implementation of the NETWORK pro rare with sites during the first 3.20 days of the program startup
MANAGER oi` rr, - EDI 1program startup for, NETWORK. Manager of II cornimerce program startup for NEr'WORK,
NETWORK COR PORA"'PE ACCO U NTS PEC]AI IST--- Customer Seryce for any 'natio na I' requests or issues. P61ntof
escalation (if ever needed) for NocM sepice /support, Assists in managing Web Order guldes and EIN site
database information. IN11GRA'll"U.) H UNG MANAGER responsible for pro rare startup, on..gcOng receivWes
and linkages with your AP team.
In addition to your dedicated Corporate Account Mrectar, Frank, Barretta, each local NE"rwORK distributor wiH
be assigning one key individual to mariage the PPA locations in their sere vic I i I ng area, as weH as interfacing with
NETWORK for corporate direction. You get national dist0buflon with the advantages of a locally supported
momm
C. Number and location of support centers (if applicable) and location of corporate
office.
For the City of rucson and WAME serviced sitle�s, WAME ernpoys over 260 sales protessionals to selve our
custorners, WAXIE has 23 locations induding ten (10) Regional Nnventory Centers servicing eleven (11) states
that include: California, Oregon, Washington, Alaska, Arizona, Nevada, Utah, Ndatiio, COorado, Wyonring, and
Montana,
Our California salles rnanagernent and sales force locations are San E)iego (Horne Office), Santa Ana, Ontario,
Uverrnore, and Sacramento, We have satellite locations in San Jose, Santa Rosa, Ei Centro, avid Thousand Palms,,
Oultside of C'afifornla, WAXIE sales management and sales forces are located in Mesa AZ, Sait lake City UT,
Deriver CO, Las Vegas NV,, Seattle WA, Anchorage AK, with several satellite locations fin t1he foliowing cities avid
states:'Fucson AZ, Portland OR, Spokane WA, Boise ID, Idaho Faft ID, St. George LJT, Colorado Springs (.,'.0, and
Fairbanks AK.
Please see Exhlbit A 3.2E for, a compiete Ilist of WAME Office/Distribution/Wffl CaH/SerAce Centers with exact
Nocation and contact information,
Nationally,, NETWORK's Corporate Headquarters is located in Schaumburg, Nlhnols; housing over 175 people to
rnanagevarlous aspects of our national accounts, N ETWOR K's Co r porate Accou rit Di recto i's are geogra ph ka fly
located throughoutthe t LS, 1"here are more than 7,000 U.S. employees at ou.0 warehouse and operations
centers and an additional 3,700 outside salves people across North ArnerlckW and'75 Ccvporate Account
Champions lcicated at each of ouir distributors whose purpose is to administer and support ouir &bal corporate
account initiatives,
In addition to your dedicated Corporate Account Director, each local NETWORK distributor wfll be assigning one
key lndividuall to manage the IPPA locations in their serviong area, as well as interfacing with NETWORK for
corporate direction. You get riational distribution with the advantages of as locally supported prograrn.
Please see Exhibit A 3.2E for a fistling of NETWORK distribution centers. Final location alignment and contacts
,are eta fished for each location.
D. Annual sales for the three previous fiscal years.
For the City of Tucson and all WAME. serviced sites, WAME is a private, farnily-owned business. DUe to our
dlosely held nature, WAXIll".'does not disclose specific! financW information, In Heu of this, we are providing a
comfort letter, froirn our primary bank stating our financial health and stabdity, Our annual sales for the past
tl-vee years are ln the 9 ftlts and our average sales growth rate ovr-.-ir this firma e is over 6%. Please see Exhibft A
IV[) for WAME Comfort I etter.
Network SerOces Conipany N a wholty owined subsidiary of Network Associates, lnc, (NM); a phvate corporafioni
that does not disclose finaniclal staternents or any qaecffic financW 4iforimation to indiividuals or enfifies. As
such, audiitedfin anc4l staternents have snot been included In this par opurrs ai. Regardless, NAi is wflhwig to present
its financJal statements to your senior financial staff and walk such staff through the tjiMque aspects of our
buslness,, Please cointact Mlke.lohnson, Chlef F inandial Officer at 224-361-2233, to setup a rneehn&
WAME's FER9 ls 94-264 7607. Please see WAME Exhlbit A ME lDun & Bradstreet Report
NETWORK's FUN is 04�- 2579155 and DUNS# 08-294-1204, please see NETWORK Exhibit A 3.11 IDun & Bradstreet
Report.
For the 0ty of Tiucsoin aind aUl WAME serviced sites, WAME Sanitary Supply is committed to being as leader to
proirnotie responsibe buskiess piractlices that support susta4iaWe communities Milich are secure, econorn'IcaHy
prosperous, enviiroinmem ally responsible and heAthy places in which to live and work.
WAME shares the goial of estabbsiring partnerships to advance llvabihty and resifience, fiscal stewardsMjp, arid
good governanceto support a more sustaiinabre&in for M;erwrations, We eirnbrace and want to h0pfuliheir
The City of Tucson's deslre to both practice and teach the concept of sustainabifity and to assure the City is a
source of innovation for more efficlent, more prosperous, aind healthier liviing,
WAME is comnlltted to adopting more sustak,mble business practices for our company, and to partner wit[l our
stakeholder's to identify aind impernent the most effective facility makiteriance sokiflons to protect and enhance
the triple bottorn line of hunian heafth, en0ronmental stiewards1hip, and econornic prosperity,
On the Path to Sustainabil
.....................
WAXIE is corrimitted to being as moire stistahiaMe organizaflon - hlerc-.m are sorne notable accorylphshmenis arid
acfivrties on our path to sustakiability:
WANJE sources products locaHy wherever possible to irninimlze en0irionmental impacts assocWed with sirwipping
WAME specrfies product packaging containing post -consumer recycled cointent. whenever possible
SN (6) WAME employees are I EEDI Accredited Professionals and fliree (3) are ILEEDI Greel Msociates
Delivery routes planned with routlng software that rnrdmlzes travO time, resulting in(less fijO consumption and
veh� ice eirnissions,, there is also p0ot lin place for CNG and hybrid delivery trucks for some routes to further
decrease to consuiriiiption and vehicie ernissions
Recychng and waste diversion prograrn f(..)r corrugated, shrink wrap, aind paHets, as we" as other ongoing
consumaWes, durable goods, and facility afteratioins
Gre(:Nn Cleaning Poficy, for aH Facilities and water conserving devices instaHed in restrooms
Video conferencing technology utifized to decrease need for face-to-face rineeCarr gs
VVeb@'W(.)rk' e cornmerce lAafforryi and edrivoicing prornoted to mirdnaize paper usage
RF:P techinoilogy utifized for 4wentory controto niinlrrflze paper usage
Four (4) WAME Inventory Centers have installed sokir panels
Four (4) tut AME Inventory Centers hav#,:m retrofitted LED lights for facHlUes
WAXiEitsarnerntoew,-or ftJl,iieLJISGreeinBuipdirig,C.otincii(t.)S,GBC) witlii two (2) company btfiidings earining LIED01
Silver certification
WAXnIE San Diego Headqu a rter's and pnventot ,yCa,�T-iiteireariiied Energy Star cerfification
A WAXIE lernpbyee Ihas sat: on the Board of Directors for tihe San Diego chapter of LJSGBC,',, and serves as the
chapteir's pmrnediate Pass., President, point of contact for LEEDO EBOM, and the Pacific IRegiorW Council
Representative
37WAME ernpk)yees are OMS-G13 6SA Cerfificafien Experts
WAME has a broad s0ecfion of enviironmientaHy f:)referable products (including nuimerous WAME private labeled
cleaning produicts) that have received clerdficatlons firorn Green Seall, t.)L/ ECOLO(310, SCS Ucibal,, CM, FSC and
BIN, or have been formWated in partniership with EPA Safer Choice (formerly Design for the Environment DfE), or
contain post -consumer recycled conteint wlflch rneets ERA Comprehensive Procurement Guidelines
WAME has developed WAXIE GIDS14 Green IPartner Supportym to assist green -committed end -user customers
implernent vnore effective green cleaning programs, WAME was on Technical CornMitteesfor devOolarnent of
iSSA Cleaning hiclustry Management Standard lINAS and CNMS,-GB), and a participating stakehOder in the
Standard Development Tearvi for the (3reen Seal "Green Oeanivig Services Standard" (GS-42) and revision of
"Industdal and lnstitutional Cleaners Standard" (GS-3"gyp
WAXIE has conducted numerous "Green Cleaning Seminars" at our branches in San Diego, Santa Ana, Ontario,
Los Angeies, Mirn Springs, San Fraincisco, Mesa, Tucson, Las Vegas, SaK Lalke f;fity® Poirtiand, Seattle,, Colorado
Springs, and Dersver
WAME representatives have been asked to sir)eak at functions for organizaflons such as L)SGBC., BOMA, IIFII A,
PABSCO, IISSA, SCSSA, SDEP, HPSI, CHESC, WAHESC, PPA, and CURB oin the subjects of green cleaning, LIEDO, or
sustainability
WAME consultants have assisted wfth green cleaning needs of several LEED"I projects for custorners (references
available upon request)
WAME IDesk Calendars, Product Catalogs, aired product literature printed with post-consurner recycled content
using soy based inks; green secfion of catalog avid website developed to proVride custorner education and
promote green purchasirig
Sponsc)r and host for pEEDIII for Existing Buildings Technical Review Workshops and other LEEDO EBOM
Educaflonal Series iirn partinership with US BC chapter
SII)RSP; WAXIE is a charter signatory of the San Diego RegionM SustainabiNty Partnej,Shjjp
WAXIIE conflnues strNing to NrnpleMent more environmentally responsiNe business practices, and we befieve
that our efforts and experiences k-ii this area make us a Ibetter vendor partner to our custorner's w1ho are seeking
to improve their practices as welL Please see Exhibft A 11F for WAME Commitment to Sustairpabllity Brochure
and Comirrifti,nent to Sustainabdity One -Sheet.
Nationally, NETWORK is a member of the U.S. Green Btflldirig Council and activOy involved at the chapter pevO --
as are many of ourdistributors. We have a LEEDII Accredited Professional on staff who monitors sustainabifity
trends and is closely aligned with our supplier community to stay abreast of their indNvidual sustainability
initiafives, As a strong advocate for corporate and social responsib0ity, NETWORK helps our custorners achieve
their sustainability goals as weli.
Many of the products we purchase and pro�vide to our customers carry vanous certifications,,, Thesevary by
product and mainufacturer selected, Fo helpdrive thin utilization and awareness of these products, certifications
such as Green SeaN, etc. are clearly indicated and searchaNe wvtNn our oin-fine ordedrig systern, NetSupply. We
offer a full line of eriviu°aii,imientally-pr,efef'red products and a proprietary evaNuafion prograrn, NetGreen,
NetGreein is, designed to assess a custorner's current sRuation and then aiign the processes, products, suppliers
and monitoring tools necessary to achieve the custorrier's sustainabihty, sanitation and weHness goaK Spend
reporting of such products is ai5o provided at any firne and is a standard report included hn our Business,
Reviews.
Asa distributorwith over 400&tdbufion via rehouses, cureinvironrnenW focus is on poW sourc0lg, loca�p
dehveiyfileets vifth dynarnic routling to reduce carbon errfisMans, local recyching and energy conservation
prograrns, e-business transactions, use of Eriergy Star appliances, waiter use reduction, etc, An example is orders
are routed to the closest dMiribution center,,, uUfizing dynarnic routing systerrB and coordinates delivery of that
order.to opfirnlze fuel, persoinnel, airud truck capacity.
f:4ease see NEI WORK's attached Exhlbit A 1 EF: -- NETWORK NetGreen Prograrn,
G. Describe any diversity programs or pariners supplier does business with and how
Participating Agencies may use diverse partners through the MasterAgreement. Indicate
how, if at all, pricing changes when using the diversity program.
For the City of TLIcson and all WAME serviced sites, WAME has two progrants for ESB/MBE arid WBE
parficipation M OLIF'contracts,
Tlev One- Slince inany pubfic sector, agenciies require or prefer to wor1k throughi a disadvantaged business partner,
WAME has developed as network of reputable small Wsadvarittaged businesses that: we authorize to support the
contract through sales, custoinier service, and other comnierciaHy useftfl fUnctions,, All of our ErrlergMg Simall
Bus iness/M 4iority-owned Business EnterpOse partners ah,,eady work extensively wlth WAME on federal, state,
local, and cornmercW accounts. WAXIE does not dedlicate any particular work, To any IMBE. Each NABE is enaWed
todevielopsales or proposeother value added work based on their atflhtyto peir fin rryi.
Access Products - a Service Mated Disabled Veteran Owned Srnall Business
dararm tpgt' Li . as Srnall Business
eras pril..d ms1des a Service Related Disabled Veteran Owned Srnafl Business
Arnerican.5anilp,ry pEodqj;�q a Service Related Dilsabled Veteran Owined Sirsiall Business
. ... . .... ............. . ....... .....
_Avia_te_E9t?,rp!jir,gs r!;, .-a Servk.e Reiated Dilsa bled Vetera in Churred SrnaH Buslness, �,L
�@pp . ...... a Small Business
Cq!,onaAo_N!1l a Service Related Disabled Veteran Owned Sinnall Busiiness
Divine I agjpg, !!2L. - a Woman Owned Small Buslness
ryLa
—IDq cWm-eqrt- -1 -M
giMQI ension Inc.-aSmaHBusiness,
Eiarrison Walke Gr Mp a Service Related Disabled Veteran Owned Small BuMniess
� . . ..................... .... . ........... . . .... _ 2
Global Procurement Solutions a Service ROated DisaWed Veteran Owned SrnaH BuMness
. .1 . . .... .. ........................ .
JE HURLEY Construction a Service Related Disabled Veteran Owrwd Small BuMness
I.C. I.n.d.u.strie.s . . .... a NiB and Abilfty One Small Business Distributor,
KAXS� Di to , a rvillinoday Wornan Owned S11i Business
.. ... . ....... ...... . qs�rktg _n� -IqK.:
Moirnin tar Industries -a Woman i Small Business
..9 A". . .... . . . . . ... . ............... —
N_oble 59pply. a Wornan Ow ined Small Business
Seattle Ijg!Ltf�gusp fqr the Bti!].d a NIB and Abilfty One Small Business DistrR)tjt0ii,r
Qistributions - a Servlc:e Related Diisabled Veteran Owned Siii Bus�ness and Worrian Owned Smalls. ..............
Business
Shore Solutions as Service Related Msabled Veteran Owned f:;rnall Business, and Minority Wornan Owned
Business
Sustain One - a Wornan and Minority Owned Smalli Business
1,
WAME constantly seeks addffionaV qualified ESB/MBE and W13E small bush'wsses to add to our list of partner.s.
Reporting of first tier quMilfying spend by account is avaflabie,,
Tier Tww WAKIE purchases supplies firom hundreds of manufacttirers and many of those are silmaH businesses,
wornen owned, rnii'mrity owned, veteran owned and otheir f0slovicaHy disadvantaged business enterprises.
Spir-md from these second tier vendors is tracked and available for reporting at the itern level for all custoa,wrs.
Currently our Public Sector spend overall indudes more than 25% of sales frorn vendoirs that quality as
historically disadvantaged. For a sarnpW of those products and vendors, please see Exhibit A 11G for WAME
Sample Green and Diversity Business Products list.
Customers choosing to use our ES�B/MBE, ME, and other historically disadvantaged business partners, pay an
additional 5% added to tine price of each product, in many, if not most, cases customers will beable to negotiate
other discounts to off -set this additional fee. WAXIE's disadvantaged business partners provide valuable services.
Rather than distribute the costassociated with those services to all contract users, we believe fairness dictates
that thesie costs be applied where incurred, All products sold and services offered by WAXIIE undiu:!r contract will
The avadaWe thirough our smaH oir disadvantaged business aff Mates.
As outlined above, many NETWORK distributors have sirnflar capabilities in their local geography. Whille programs
may vary, as do local needs, NETWORK is able -to provide diverse solutions for Omnua PIPY.Vs.
Nationafly, NETWORK distributors work through disadvantag(-M btisinesses on a regular Ibasis. We MH reflect
utilize our Io4l communities and deploy supply chain solutions that reflect the cornmunities we do business in.
Often firnes there is an up charge to include another party, Prlcing and capabilities are discussed well in advance
and are coriducted with Mi transparency.
H. Describe any historically underutilized business certifications supplier holds and
the certifying agency. This may include business enterprises such as minority and
women owned, small or disadvantaged, disable veterans, etc.
Neither WAME nor NETWORK are diversity certified. We each have an active prograrn to seek out opportunifles
for redistribution and other functions by diverse companies, parficlWarly those recognized by the Federal
GovernMent as service related disabled veteran, srnafl, women, or minority omened,
WA; IE has many small business, wornen owned Nisiness, senke disabled veteran owned business, veteran
owned business, nAin(,,)rity owned business, as well as 8A and hub -zone operated business partners prov0ilg
cointracfing, 41es, and supplies. CurrentIly over 25% of the products we sell to our public sector clients are made
by manufacturers that are histcpricaMy disadvantaged business enterprises as defined by federal) requirements,.
NE'rWORK as a wh0e, does not quality as a diverse supplier, however, many of our distributors are Woman
Owned, SmaH Business, Minority Owned, or Veteran Owned certified businesses. Customer location alignment
is subject to la ETWORK's assignment polides arid procedures which consWer de every aireas, core competency,
product availability, manufacturer relationships, etc. Locations can be evaluated and aligned with diverse
N E TWO R K d istid blu tors, w henever possible, upon request prior to location assignme nts. This isadietaHed
process utilizing various internal tools which consider freight free delivery areas, core competency, exMing
business, selected manufacturer prograrns, ability to service multiple locations, etc. Details wiIIII Ilse provided
once program needs are Fully established. Attached is a chart iisflng distributor quahfications, Exhibft A '3.1H -
NE"rWORK — SpecW Business Status Summary,
in addition, NETWORK and WAXIE are equal opportunity ernployers committed to folloMngthe letter and spirit
of laws prohibiting discrimination in the workpllace, it offers equA opportunities in employrnent to qualified
people without regard to race, color, reH&n, national ocigin, ancestry, citizeruhip, age, sex, disability, or other
legaHy protected statues as required by applicable layv. Wie strive to recruit, develo�p, and retak-i a rnu(h faceied
wo rkforce, corn prised of a vanety of backgrou nds a ind expeirie nce. Iti�sdiveirsrtylintkiewor-kplace enrVic�,-Hesoajir
corporate cultures arul enhances the relationships Mth our buspiness partners, NETWORK Corjxxate
Headquarters has as very diverse, non docr 'irrflna fling workforce, wheire employees are able to embrace our
different backgrounds through company events arid celebrabons.
For al:li WAME serviced sites, WAKIE Ihas a track record with "rhe Oty ofTsicsoin that rx:) competitor cain rnatch;
WAME has moved more product, driven innore innovabon, and has been rue waided with greater custorner,
safisfacfloin wRh the City ofTUCson related business than our honoved RIT corripetflors, WAME ls more thain
hands-on; we are deepty partnered with all or,ir City "I'ticson touch poiras, WAME beheves in, and supports,
the City of Tuc.son moving beyond its own coiritracts, and becoming as nafionwkle Ileader in large -entity
procurement and fulfiliment.
WAME differenfiates oursOves by having orders delivered on tirne, at the right pdce, with no substitutions, and
with exceptional cuslomer, service by a undornied WAME tearn member, fin a clean, logoed WAXIIE tirucic. We are
here to Ilesten ix.:u our custorners and respond to their needs,
,Our scale aMows WAME to boast the infraslrriucture and iogisflcM flexibility of a naUonal &tributor without
sacrificing our fairnfly owned history which drives the ability V.:m focus on customer needs,
"Serving th(-.e Customer is the Focus of IEve^rything We Do" are more than just w(.:)rds to WAXIE; that is our
rn'issioin,, Whether it's a crisis sptuafion demand� rig a last-minute dehverya an all- night b0ingual custorner tralli'vig
session, or a fiuy16y equiprnent rqmlir, we have proveri the extent of our dedicafion to our CLIstorners tirne and
again,, WAME goes well above and beyond what most people wotfld eXIDect of us, iin (..)rder to see that our
custorners' rneeeeds are rnet. "The WAME organizafion has been puirposp-buft from the ground up -to serve those
who are responsUe for delivering clean aind Ihcealthy buildings, The Oty (.:4 Tucson can continue to count on
WAXIE to corne through with the help you need, when you need it.
WAXUll..., Sanitary Supply has the to&tics depth and experience to service your delivery needs thlrough the use of a
Transportation Management Software suite that enables )NAME to propedy $jtjjlZe our fleet of over 200 vehicles
as w(A as effecHvely interface with a nurnber (.:)f transportation pnroviders to iriclude UPS, I ess Tban 'rruckl(md
and Cou rier servrces,
Mrough WAXIE's Mstribkjtion Centers and extensive fleet, WAME has been extremely effective at proviftg next
day defivery to include customized delivery appointments, estabhshed d0very days and fl-se abifity to not offly
condirict dock deliveries, bout �RCCOMModate a diverse set., of unique reqtArements for IInside dehveries to facilities
that do not have a loading dock. "T'Ns trarWates iinto greater efficiencies and Iab(.:)r cost savings for our paflners,.
Our fleet of dehvery vehlcles and Drivers are professionally logo�ed and are managed through a route
qptimization suRie that: enabiles WAME to monitor the deNveryprocess frolIM door to door, using both GPS and a
Driver moNlity applicaflon. Our route optimizaUon software rninimW izes AXIE's carbon footprint by significantly
reduc4% travel firne froirn the last stop to the next: stop. DveraH, less fuel is burned by opfirnizing the T.ravO path
and the time our trucks are on the road.
95% of WAXIE's delivered v0urne is made on WAXIE-owned tru(.*s. UlnHke sorne other &Iributors, we do rx:A
use third party logistics conipaMes for this critical service recitArernent,
In a c0mate where many business rrtcndels are cutting professionM, Oipersorr sales consultants, WAME offers a
dedicated account prolessional, a true partner and consuftant, We fc�el this is mudh rinore valuable to our
custorners than simply having a catMog full of various products arid as rerncxtr-.:e hO�jp desk Mth little or no idea Ihow
to use theini. in other words, WAME doesn't just defiveir the box, we Imow wh,jjj!s insWe and woirk M0.1 you to
show Intermountain how to imost efficiently ruse it.
Further, WAXIEr is an industry leader in green and a ust 'unabi e sohitions ]For, out, partners. F:oir moire detaHs on ouir
Gireen Offerings and ("Mirniitinent to SustaiinaMity, please see ExhiJbiit A 1:1] Gireen Pairtneir Support Brochure,
Exhibit A 3.11 on tirnent to Sustaiinabiifily Brochure, and Exhibit A III Comp mite nent to Sustaiinabifity (Me
sheet respec'-fivOy
Nationally, NETWORK focuses on three key areas:
Expertise
e Leadft provider in the local marketplace
eClurpoirate Account pirograins have been our focus for over fifty years
oStrength in both, national and pocal aiarkets
v Extensive category know1edge
eAbiifity to provide training
®Understand processes & best pirarAices
*Assess and solve approach
*Spend analysis .-- maxirnize pro rare incentives while driving out costs
9 Sta bility, we have been in and serviced the sairne custorner base
Connectivity & II)epth
* Build a nafionM biraindand value proposition
oCorporate contacts exposed to Ilocal distribution
eLocM distribution strongly linked to regional contacts
aSustaiinability --- order fuffiHment close to end user
@NETWORK distributor owned and operated fleet, readily avaHaWe and distributor managed,
E=
sWUng and able to customize products and procedures
oService levels to fit end user needs — there, in person,whein you need us
e Customized order cycles through inventory control
oilin market rnventory
eAccornirriodate local needs, not cookie, cutter Iprogranasm
J. Describe any present or past litigation, bankruptcy or reorganization involving
supplier.
Other than within the noriii course of business to Ilarotect cornpany assets such as accounts receivaWe, neither
NE IWORK nor WAME lis currenfly, nor have we ever been, involIved in Hfigation, bankruptcy, or rear ganizaflon
proceedings.
K. Felony Conviction. Notice: Indicate if the supplier
a. is a publicly held corporation and this reporting requirement is not
applicable;
b. is not owned or operated by anyone who has been convicted of a felon
or i
c. is owned or operated by and individual(s) who has been convicted of a
felony and provide the narnes and convictions.
Nefther WAXH:::. nor NE 11NORK ls owned or q:)pe,rated by anyone who has been conv7 cted of a felioriy,
yq�
lin our, 74-year history, WAXLE.:: has riever Ilneen debarred or suspended, nor has NE"MORK,liar sewer 50 years.
3.2 Distribution, Logistics
For The City of'Tucson and aUl WAME serAced sites, WAME offers the folflowire g:
WANE offers a czar npreheinsive fine of products for cleanlIng, uiinaintienance, and safety for afl types of
environments encountered in Itnaublic sector facHifies, WAXIE carries the Nrgest nabonai brands hichidlng IM
Ueankig and Safety, Divers , Ecolab, GOJO/PureH, HOSPECO, IMPAC"T, Georgia Pacific, Kirnbedy CIIark,
Essfty/SCA, Ndfisk-Advance, Karcheir/Wndsor, Emerson, NatiorW Super Service, IProTearn, and Rubbermaid.
Over the course of our 74 years as a janitoriaIl stjpp�y cornpany, WAXU1::.: has developed a fine of proprietary
products, Due to our size and (:overage, the WAXIIE Ibrans aire now recognized as equal to, and in rnany cases,
superior to rtatIionaUy branded prcidurts, WAXIE brands frake tip more than 50% of the overaH products, we sefl.
Our price proposal contains the 78 requested items along with alternates. Our enfire catabg is available tol"he
City of "F'ucson arvJ use rF, C)f this contract, The City of'I ucson will have access to over 30,000 WAME catalog
products arid oVejr 500,000 n,,iachine parts,
Pap:)er, chemlcak, fineirs, equipment and ftpenseus, hand soal,.)s and sanffizers, suppfies, arid gloves are covered
within the WAMEMETWORK City of'T"Iticson catMog. By offering as W-ge variety of product and systeni solutknis,
WAME and NETWORK provide our, customeirs the benefit of havft the necessary product choices, to outfit their
btflUngs and facihtles as they see fit.
in addrtion to all of the product groups tnentioned above, WAXIE Mso proOdes the f0lowft categories:
1, 1 ighfing - Complete hries of florescent arid LED fightine suppHes and accessories including Ughbrig and
Battery return systerns,
2. Robotic Equiprnent - Self-propekd arid prop, ra rni n,i�ed didverIess auto scrubbers, sweepers, vacumns, and
extractors are avabble firorn Karcher, Nflflsk, NSS, Tasid, and K.I.
iiw lndusfi"W Equipment - � Karcrher,l aski, and Nflfisk, provideThe aty of rucson Mth MvabIle eqtApment foir
parking lint and firma nds rnMntenaiace.
E'qqi merit and Machines
P --- - - - -----
WA II catalog incWes all prodiucts manufactured by the f0owing equiprnent veridm s. WAXIE.'s vendor's are
arrmng the �argest iiinternabonal provider's o,f clear0ng equiprrient.
* Niffisk Advance
* Karcher Windsor
* NaUonai Super Service
* III C Eagle
* ProTearn
* Ernerson
* WAXIE brand
T'hese i)rands provide all of the equipment categories possibly needed to keep T'he Chy ofTucson and cointract
users" bufldings clean,
j,.,'!jMjp.Ment "Firade-Ins and Rentals
.. ............. ... .. .
WAME will wcork with each Ilocation requesting an equipment trade-in to evMuate the equipment for resale and
provide a trade4rr allowance if applicable.
WAXIE provides i enW equipment from each of our Inventory Center's based on availability,, Each facility Ihas a
rentM fileet available and WAXff has estabfished pricing for hourly, daiiy, weekend, weeNy, and monthly rentals,
Le.@gn AqpLtion.�
WAXIE has several ieasing options available to contract users for the acquisftion of capital fterns. 'The beneflts of
WAME's leasing prograrns includew
• Fast turnaround oin approval process
• Rate aind terryi choices to suft each customer's needs
• Aflows capftal acquisition at low rnonflAy rates getting the necessary capital at the firne its needed
• Anows faclitties management totake advantage of productivity 4wriovations as sooin as they become available
Virtual an edl In 111Q_4 V,
Xm
WAXIE is pleased to offer Virtual Managed inventory softwaire technology to the City of 'Tucson that can be
employed by City of'Tucson erriployees. We feature custom and proprietary software for Mobile devices that
links autornatically to our enterprise sloftware for repienishment orders,
As the eniployee counts the inventory, the proprietary app adds items to a shopping cart based rain each item 's
pair values for the coset. When the ernployee has completed the count for the closet, the order will be
submitted to our website for approval and processing through otm Electronic Storefront. ThiS process includes
the ability to assign rnultipe users to a closet fear the purpose of taking inventories and aflowing backup
personnel to -take inventories due to jAanned or emergency absences.
,Other capabiifties of this systern include, but acre riot firnited to:
Scheduling of inventodes by closet (dally, weekly or Monthly [.)asis) which is removed frorn the sclleduiie after
inventiory is taken to avoid duplication by other assigned users
Order approvers
QR codes used for cioset idenfification
History of previolus orders and the ability to auto replenish
Offline inventory capability'for areas that do not have connectivity to'W1Fi or 4iteit net (automaticaliy
transs'nitted once connectivity is re.,established)
As as cost savings oppoilunity, WAME offers the technology as descdbed above at na� chairge to The it of
Fucson enab4ing YCYLAIII� C'^rnployees to do the inventodes The City of Fiticson wotild sknply supply thek- ernpioyees
with smart devices and WAXIE will provMe the app, Please see ExMbit 3.2A VMl Brochure
Deliver Clean Savin&LJIK��rqgr4nj
WAXIE's proprietary suppiy chain management prograrn, Defiver Uean Savings"I can demonstrate and ryweasure
cost savings arid is offered to quahfypng customers.
T'he prograrn Mvollwn a hohsfic, extensive survey of facflfty cleaning eff cacy and efficiency, Logistics, processes,
procedures, and products are assessed, and recommendations are forrnWated to opfirnize resu.,dts arid reduce
costs. A collaborative strategic plan is formWated to kriplernent goals and as Ippath for long terry) continuous
inipmvement.
Assessment'T"earns sari rneet Mth appropriate staff to discover concerns and goals, and then physicaffy exanAne
facilities, equipmient, arid products. Tean-us include Supply Chain, Lqu�prnent Assessment, Product Assessment,
and Facififies MaMtenance. The Assessment Tear es typicaHy spend a hzilf day in the facility, and return the
following day to Ipresent findings and cc6t savings opportunifies,
11"hen together, our, teams and yours budd a strategic plan that wfll Mitiate improver nent and savings. As the
strategic plain ls executed, the process is repeated to provide long term continuous iniproverrient.
DCSI was created and refined to find inefficpencies rin the sulppUy chaln and tarp.,et F those areas der f'potentiai
savings, Please see our attached Exhibit A 3.2A WAME IC (.-SII Brochure and Exhibit A 3,2A WAME SavaW IlDCISII
results,
Qualifying customers can take advantaf,.;e of WAME's premier consulting service for supply chapn analysis, To
qualify, customers rnust agree to purchase fl,iieir supphes frOM WAXIE through the City of'TtjcsorI/0NMA
contract and parlicipate fully in the survey process, The program requ�res parbcipatlon Iby prO(Mirernent as well
as ail necessary operating departments. Cost reductions, of 20-25% tward costs are a cornimon result,
NationaHy, NEI WORK MH conduct site visits with ouir expeHenced s0ling organization to provide a custornized
supply chain solution fq::)r end )jsers, flue breadth and depth of' our tearn Mlows us tq.) Ibe consultative so.?Hers while
tapping our experiences for best results. XIso duHng the business reviews we will make recornmendaflons for
cost savings and process improvement, Our team will be responsiWe for implementing tiwrpsee changes after
exectifive commitment is secured,
NafionaHy, NETWORK11"S to Preferred Supphers incIlude; IM, Berry Plastk:s, Dairt/Sok), Diversey, Ec(Aab,
Essity/roRK, Gpor& Pacific/DWe, GOJO, Heritage Rag, 11offirimster, ljDG, IMmberly Clark, Flactiv, and
Rubbermaid, There are over one hundred additbrial Preferred Suppliers, these are just a few of the key
pmIners. Hundreds of addffionM suppliers are available iocaHy, as weH as access to NETWORK distributor
privatOy labOed products,
NETWORK, as an organization, focuses mainly on spe(Ific business segrnents: CbmrnercW IReal Estate, Buildhig
Services, Public Sector, HeaRhcare, FoodserOce, Hospitality, Grocery, lridustrial Packaging, and Commercial Pihint
carp orate accounts. NETWORK has thc..n aNityto p.,)rovide order fufflilment for 0 producis and categories listed
withiin tl*s RFP. Our strength is in these seginents, utilizing ouir programs and products in the following
categories, inchiding but not lirnited to:
Paper prr,)ducts incluidlng, paper, toveek, Ibath tissues, facW tissues, seat covers, v0pers, and related dispensers.
Traslh colleclion inciudmg, can fineirs, was.-ae receptacles, and Wk waste collection units,
11and care incluchng hand soaps, sanitizers, lotions, moisturizers, and reiated dispensers
Janftor'W cleaning aids and tools including rnops, buckets, broorTm, dUsters, microfiber, cloths and tools, janitor
cai ts, floorand hared pads, f)ottles and sprayers, window and floor, c1eaffingtools, restroorn Ibrushes a nd bowl
mops.
Cieaning chemicais and related dispens'ing equipment for all standard and green certified products, Sub
categories include hard floor care cleaners, strippers, sealers,, finishes, etc, for a variety of suffaces irOuding
wood, stone, concrete, etc.
Carpet care inckides spotters, pre -sprays, cleaners, sharnpoos, extvactions, and defoanrwrs, etc. as well as carpet
and upholstery soil/spill protection,
Also included are items such as air -care, specialty cleaners such as drain and dumpster marritenance, fluid
retention, liquid deodorizers, cleaners, and disinfectants specific to kitchen/food preparation areas, etc.
Kitchen and i aundry care products..
Entrance (interior and exterior) and work station floor mats.
Personal apparel and safety items including a wide variety of gloves, both disposable and reusable, disposable
booties, hairnets and bonnets, disposable coats and overalls, protective eye wear, ear plugs, face wilasks and
respirators, hearing protect.bri, spill kfts, etc.
Janitorial equipment and accessories including floor machines, vacuums, scrubbers, burnishers, shop and
backpack vacs, Nowers, etc.
Additional items, including copy papers, break room and kitchen disposables (cups, plates, straWS'r napHns, etc,,),
small housewares, and kitchen appliances,
BOOST, NETWORK"s proprietary program to assist locations with facilities assessments, product revie,ws, SIKU
consolidation, Ibest practices, and continuous improvement, Tease see the attached Exl'-i!Nt A 33A NEI I WORK
Boost Overview and Exhibit A 33A - NETWORK Boost Assessment,
B. Describe how supplier proposes to distribute the products/se Mice nationwide,
Include any states where products and services will not be offered under the
Master Agreement, including U.S. Territories and Outlying Areas.
NETWORK and WAXIIE buy direcfly from mantifacturers for our corporate accounts, allowing us to providetimely
defivery to customers across our footprint,
NETWORK and WAME are aNe to offer freight free delivery to all City ol"lucson locations as outhned in this RIFP.
Additional locations will be aligned with NETWORK's nationwide distribution centers. All areas qualify to receive
fulfillment of orders, however, depending on exact ship -to locatbri, which are unknown at this time, irernote
iocations could Ibe charged freigl"A for order deliveries, Any such locatkrns would be disclosed and mutually
agreed uporr prior to any order shiprrients.
Our orders are sNpped on cornpany owned defivery vehicles; operated Iby our uniformed personnel, as pairt of a
scheduled delivery iroute. We feel tKis is an extension of our commitment to providing the best: possible
customer service, througholutthe entire process. in the event that is not feasibie, the IoHowing inodes of
defivery are available: Fed-fx, UIPS, USPS, L T'L delivery carrier, special d(livery courier, and customer p'ick-tjp
(wfth prior notification),
NE 1W01W services the followhig, geogiraplAc areasv
* U.S. All 50 states, liaivas Puerto Mco
lllplMexia,,.) . All states mrithin Mexico
• Canada —All provinces within Canaria
• Caribbean Countries — Select countries, in flhe,! Caribbean
Areas out of U)NAS may incur additional charges, depending on ordeir dynamics and location.
C. Describe how Participating Agencies are ensure they will receive the Master
Agreement pricing; include all distribution channels such as direct ordering,
retail or in-store locations, through distributors, etc. Describe how Participating
Agencies verify and audit pricing to ensure its compliance with the Master
Agreement.
NE"I'WORK has an internal aUdit process whldh will periodicaHy spot che(.* randorn lccafiorls and products for
accuracy.
NEPNORK partners with our Custorners to define compliance requirements and clearly communicate expectations
withn INE rWORK, Mstributors, arid our custorrier's organrzafions, NE"TWORK has a dedicated Compliance tearn that
takes a proacflve approach to monRoring performance, hnp�ernenting corrective artions, and identifyirig condnuous
improvernent,
D. Identify all other companies that will be involved in processing, handling or
shipping the products/service to the end user.
All current and future kxatiinns pursuant to this contract will Ibe serviced ifirectly by NETWORK, We do not
utilize or subcontract sales seryces and order process�ng of customer needs to outside smrrces. One or rinore of
NE'TWORK's 400 distribUflon centers would be aligned wlth fuv..Are PP A locaflons, Once sites are idenfified,
NET rWORK will assign individual locations to a NETWORK distdbUtor to begin the irnplementafion process
outhried within tt,0s UP, Vie same multi -layered sales approach and activities would be rephcated at each
iocation,
E. Provide the number, size and location of Supplier's distribution facilities,
warehouses and retail network as applicable.
For 'rhe City of"rucson and aH WAME serviced sites, WAME has 23 locations that rrIClUde tern (10) Re&nal
inventory Centers servking eleven (.11) statesthat 4iclude- California, Oregon, Washington, Alaska, Arizona,
Nevada, Utah, Idaho, Colorado, Wyoming, and paints of Montana,
The Cafifornla Regional Inventory Center locations are San Diego, Santa Ana, Ontado, Livennore, and
Sacramento, We have satellite locations in Sari Jose, Santa Rosa, N Centro, arid Thousas''O Palms totahng over
535K sqomre feel: of inventory.
Outside of California, we have Regional inventory Centers in Mesa AZ, Wait IlLake City ur, Denver, ('10, lLas Vegas
NV, Seatde'WA, Anchorage AK, with several satellite locations in the foHowing cities and states: Iucson)%Z,
Portland OR, Spokane WA, f3oise 0, Idahol Fails fl), St. George u r, Colorado Slarings U.), and Fairbanks AK,
providing an additional 445K sqt.gaire feet of inventory To assist wlth any additional suljpr4y needs.
WAME has a service center in each of the ten (10) main inventory centem, f1ours of operation are 8arrito 5�[,.)rn
local tirne, excWft weekends and holidays. Each service (.:enter is fully equipped and stafft.ad daily with access to
local parts inventory between $50,000 and $250,000,
Please see ExtiffiR A 12E for a complete list of WAME Off ce/Distdbufloin/%Nffl CaH/Service Centersw'flh exact
iocaflon and ciontArt Inforimation
The City of TucsoinwHl coiritinue to be servicc.sd by WAXIE, as it is today, and Ihas been for many years.
Should enfides in addition to The City of Tucson (..Jmose to take advaintage of this offedng, those locatkins wmfld
be ahgned with a NETWORK distributor best quafified to provide defivery, product fijifiHrnent, sales servilces,
etc., to meet the needs of those PPP facilities,
Attached is a fisfing of NETWORK &tributor sltes,. ExhUAt A — 12 E NETWORK Distributor Warehouses
At many of these &Aribufion sites, local will call capaWty is available to meet sarne data needs when requ'ired
by agencies,
3.3 Marketing and Sales
A. Provide a detailed ninety -day plan beginning from award date of the Master
Agreement describing the strategy to immediately implement the Master
Agreement as supplier's primary go to market strategy for Public Agencies to
supplier's teams nationwide, to include, but not limited to:
i® Executive leadership endorsement and sponsorship of the award as the
public sector go -to -market strategy within first 10 days
ii. Training and education. of Supplier's national sales force with
participation from the Supplier's executive leadership, along with the OMNIA
Partners, Public Sector team within first 90 days
As noted above,, this contract will be one Of OUr primary go to rnarket strategies, NETWORK and OMNIA sales
tearns have I-)eein workingtogether for the last seven years. Most team member's have regular, contactwith thehr
0IMNLA Pe(.:,.Ir, Together the tearris spend flrne focused on end user calls, strategy plarinft, and addROnal
train0g.
rhis existing relaflonship will allow US to hit the road running and reduce ramp up time.
e 2019 sales rtin rate of $100M
*.Wndy s0fing over 5,000 agenc'ies nationally
* Dady engagement between NETWORK sellers and Orninia team
• Targeting a0vities are ongoing throughout the year
• Dewdoped training rriodWe (Boatcamp 1.01.) for distribution seHers, suppHer j!)artners and Orylinia team
• Multiple rnarketing campaigns throughout the year �with supphers to targeted agencies
® Participate in Ornnia Fegio�nal trade shom., as well as nafionaW events such as NIGP
• Conduct business reviews with Ofnnia and supp6ers resiulfing in targeted sales airlivities and specific
markedrig campaigns
• V level engagement oingoinp
• Share best practices with other contract holders
• Detailed monNy reporting shared with Ornniateam as needed
B. Provide a detailed ninety -day plan beginning from award date of the Master
Agreement describing the strategy to market the Master Agreement to current
Participating Public Agencies, existing Public Agency customers of Supplier, as well as
to prospective Public Agencies nationwide immediately upon award, to include, but not
limited to:
i. Creation and distribution of a co -branded press release to trade
publications
ii. Announcement, Master Agreement details and contact information
published on the Supplier's website within first 90 days
iii. Design, publication and distribution of co -branded marketing materials
within first 90 days
iv. Commitment to attendance and participation with OMNIA Partners,
Public Sector at national (i.e. NIGP Annual Forum, NPI Conference,
etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional
Cooperative Summits, etc.) and supplier -specific trade shows,
conferences and meetings throughout the term of the Master Agreement
V. Commitment to attend, exhibit and participate at the NIGP Annual Forum
in an area reserved by OMNIA Partners, Public Sector for partner
suppliers. Booth space will be purchased and staffed by Supplier. In addition,
Supplier commits to provide reasonable assistance to the overall promotion and
marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners,
Public Sector.
vi. Design and publication of national and regional advertising in trade
publications throughout the term of the Master Agreement
vii. Ongoing marketing and promotion of the Master Agreement throughout
its term (case studies, collateral pieces, presentations, promotions, etc.)
viii. Dedicated OMNIA Partners, Public Sector internet web -based homepage
on Supplier's website with:
• OMNIA Partners, Public Sector standard logo;
• Copy of original Request for Proposal;
• Copy of Master Agreement and amendments between Principal
Procurement Agency and Supplier;
• Summary of Products and pricing;
• Marketing Materials
• Electronic link to OMNIA Partners, Public Sector's website
including the online registration page;
• A dedicated toll -free number and email address for OMNIA
Partners, Public Sector
Mease see Exhibit A ;: 3 0-Day M arketing PRan for how NE.I.VIJOR,K and WAXf6ntend to dmlve nat.sod"m)Mdic use
of t U" e Ma s t e r A g &L'_, ma: nt,
C. Describe how Supplier will transition any existing Public Agency customers'
accounts to the Master Agreement available nationally through OMNIA Partners,
Public Sector. Include a list of current cooperative contracts (regional and
national) Supplier holds and describe how the Master Agreement will be
positioned among the other cooperative agreements.
For 11 he City of"T'ucson and Mi sites serviced by WAME Sanitary Sup iply, when it's in the Public Agency customer's
best interests both from a service and value standpoint to trarvsitiorn thern to the Master, Agreement available
through OMM IPautners, WAME is able to draw upon significant experience marketing and trans itiorr ing accounts
of sirnHar size and scope to The City of 11 ucson IIIFP,,
WAKIE setvices over 4,200 pubfic sector, customers with over 15,000 Ship -to locations throughout the westerin
United States. This includes more than 1,900 customers with more than 8,300 Shiptos in the K12-secondary and
higher education markets.
WAME brings excellence in &thbution aind service as weil as exceHence in rnanufactuiring frorn the products we
distribute., Please see Exhibit A 33C for WAXIE Government Solutions Brochure.
WAME has been competitively awarded and very successfully implemented MR0 and /orJanSan contra_ s w th
the States of 10tah, Colorado, Oregon, and Arizona. I'he State of Oregon contract is used coHaborafively by the
State of Washington, WAME has provided contract service to NASPO's predecessor', WSCA, through a contract
forjanitorW supplies and equipMent that was used via participating addendum M Washington, California, Utah,
Alaska, and Oregon.
WAME has a contract with State of Texas Education Department, Region 14 Education Service, Center, fair
Comprehensive histituflonal and Janitorial Supplies and Services, "the Region Fourteen con -tract is used by over
1,700 poifficat subdivisions iin 16 states. WAME also provides seirvice as an agent for NETWORK Services to City of
rucson for their Janitorial Supplies contract serving over 400 chents in Adzona, California,, Nevada, Washington,
and Oregon. WAXIE was also competitively awarded RFPs for 1GPA and ifthave Educabonal Services
Cooperative, both for JanftorW Supplies, Equipment and Services. I hese contrarls have product and service
requirements sirnflar in size and scope to The City of I ucson RFP
WAME has suczessfijHy marketed these contracts to over 4,200 public sector custorners with over 15,000 Ship-tc)
locations, WAME has negotiated severai hundred supplemental agreeffierits vvl,tlh political subdivisions using
these contracts.
For the rest o,f the rodon, NETWORK wild The responsible for transifioning accounts, For any Public Agency
custcxner accounts where a transition to -the Master Agreernent available nationaify through OMNlA Partners is
in the best interest of the custorner both -from a seirvice and value standpohit,
Mease see NEM)RK's attached Exhibit, 33C NE' ORK h"rq.flernentation Outfine.
NE'rWORK currently holds cooperative contracts fore City of Fucson and Region 4 ESC, Our (local DSRs work
alongside MMA sales resources and wfli collaborate based on the individual needs of a site locatioin to develop
the best strategy going forward to rneet the local needs. Ouir goal is to proVide long terrn value to -the local
agency based on optimWng the benefits of the agreement.
D. Acknowledge Supplier agrees to provide its logo(s) to ONINIA. Partners, Public
Sector and agrees to provide permission for reproduction of such logo in
marketing communications and promotions, Acknowledge that use of OMNIA
Partners, Public Sector logo will require permission for reproduction, as well.
d4ME uurucdnalrst.ar ds, ac.kno�rpc°ld es,, arid agrees es �to c:c:W�ra.q°Ay wiuiith aaH ;aStWcCtS ohsec�tVon 3.3 D,
to,r the raatlic;on al breadth of the contract NETWORK � :eves to provide u t� � rrde Wt"; logo, 'tir'rr Wepll"odILWW;;t6oW"1 but 8equW°"`s'tv'i
review lb y tlhn 6r marketing department Iprior to use,
E. Confirm Supplier will be proactive in direct sales of Supplier's goods and
services to Public Agencies nationwide and the timely follow up to leads
established by OMNIA Partners, Public Sector. All sales materials are to use the
OMNIA Partners, Public. Sector logo. At a minimum, the Supplier's sales
initiatives should communicate:
Master Agreement was competitively solicited and publicly awarded by a
Principal Procurement Agency
ii. Best government pricing
iii. No cost to participate
iv. Non-exclusive
WAVE avid NIET'V"VORK understand, aW' krwwledge, and agree to cornlAy with aH aspects of sec,tilon, 3.3 E,
F. Confirm Supplier will train its national sales force on the Master Agreement. At
a minimum, sales training should include:
i. Key features of Master Agreement
ii. Working knowledge of the solicitation process
iii. Awareness of the range of Public Agencies that can utilize the Master
Agreement through OMNIA Partners, Public Sector
iv. Knowledge of benefits of the use of cooperative contracts
V'ud Mt and NETWORK understand, acknowileidge, and agree to comply Mth 0 aspects ofsection 33 r'.
� NEDNORK arid u';9Mfic A Partners diev'Oopaocrcd a trainng rnethuW° doda',a'gy known as Boot-arra 1.0.
Boot- aarr' p vvas est.atriished to:r tra'tln NETWORK sages reps, Ofvll'kHA seHers, and Supplier pliier Partners on the
specifics of our �suppy agrasernerat and how to osp'ticjrm it in the r-na dcet: place.
'n-os t:raairring requires pre -work to be done by sell attendees to particplpate in the 2 Y2.- 3 hoursession.
The rVraniers, both OMNlA arard Nurv,tCtRK employees, take the p.'uartiic'iparrats thrrosrghr an interactive, session
where we share best practices and d supap°Jupyr agreement content:,
porn the cora'apletion of the trairaur'u .�aca i�orn',sae i�aderrtit targets for each participate and dl sp���Wwraaad the next 90
days traacpcihrag their activity, with the target, We provide r:o nstruar,i,ore cri ic'isar and assistance to help t airc
saaies intcu th ose'targets.
* 'These traurdng uses sOns a,uswraaHyr have 210-W-attendees and are con duac"t:ecd at r,rariorus, locationswithin the US.
* As the contract: matures arid' inlew carididates areready to be trained we de/elop additional r oc'duleS, to ru fiec;t
td'aie skiip level of the srieHe rss.
G. Provide the name, title, email and phone number for the person(s), who will be
responsible for:
i. Executive Support
Steve rhornas, VP -, Corpii!jrate Accounts
-coni
(858) 2 92-8111 x 620,
Rebe�','(,'a Barraza, VP - Busness Dievek)pirnent
net�wo rkd ist rV but o n, co rn
949 37105280
ii. Marketing
Trent FitzgeraW, Director of Brand and Media Cofq nniunications
tint 2j,y,e Lr a Ica xie,co'rn
(81`38), 292 8111 x 782
Lynda Wtiftfle, Director -Marketing and Say es Operiifioris
224 361-2194
iii. Sales
Amanda gIarent, Corpcarate ACCOLAnts Director
(619) 606- 6100
Frank Barretta, ExeCLANe Mrectot
201,310,4708
iv. Sales Support
Jefhey Mattson, Coiporaf.e Accounts Spe(Aahst
(858) 292 8111 x 636
Ryan Stoine�r, Corporate ACCOU10 Partner
224,36" L 2115
V, Financial Reporting
Grant Hohi, CFO
Li @�Aa)6e.ccayi
(858) 292-8111 x 854
Wke Johnsion, CFO
et'workd'1strubLmtmciri,cor,r'ii
224.361 A33
Vi. Accounts Payable
Stephanie Bonds, Lead AIFI Bookkeeper
(858) 2 92 -8111 x 745
Yeiena Veksler', VP — Fh,iance
yyf,,,�.,I�gl2.E�etworkdistrabution.cow,n
. """ . . ..... . . .... . ......... . ......... 224361-2152
Randy Hammond, Corporate Accouirits Service Director
(858),292-811.1 x 621
Kathi Bond, Director, Category Develoianwrit
. ........ .. . .............. .... . .
2,24,361.2122
H. Describe in detail how Supplier's national sales force is structured, including
contact information for the highest -level executive in charge of the sales team.
For The City of Tucson andl all sites ser,v,ic�ed Iby WAXIE, the account manageirrientteann consists of one or
more sales constidtants at each locafion,. Each sales consultant is backed by a dedicated saic-.r�s rnanager who
rnaintadns relationships and visfts the locaflon regulady. 'rhese lieu turn may be backed by a Regional Sales
Manager, and 0 are backed by a General Manager for their iw:al biranch, Ali 11"earn Membeirs are gWded and
supported Iby Corporate Accounts Director, Amanda Parent, V.F),, Corporate Accounts, SSteve Thomas, and
WAXIIE President & COO, Jeff Roberts.
NaflonaHy, a dedicated Account Manager, TBD, is aligned to each future location, across the U.!u. IEachusMes
professional is a subject rnatter expert, focused on providing solutions to issues that impact your locations.
Providing best- in class suppott and service, our sales professionals coHaborate at the local' level to
understand the unique requirements and needs of locations. Contact information is finalized as locations
are engaged.
Frank B�ar,r,etta, Executive Director, will continue to oversee and manage the partnership with the OMMA
ccmrporate purchasing teani, Frank is responsible foir cornniundcafing prograni, detafls and requirements
throughout the NETWORK organization. Frank has had a reiaUoinsKip with the NafionM iPA/0M11qM
corporate team for over a decade. Contact 'inforrnafion is provided above.,
Rebecca Iltarraza, Vice President of Business IDeveloparmment is avaHable to assist F'raink Barretta with new and
exisbng opporb.inities amend challenges, as needeck Rebecca w'iH also a(.:,,t, as resource when Firaink is
unavaHable during personal time out of the office,. Contact Wormation is provided above,
Kevin Rudd, Chief SaWs aind Marketing Officeir�, is a valuabte resource the entire sales tears, internally at
INETWORK corporate, as well as for our distributors.
k,lmdoa,I� ygrq�str�bution,cory!, or 847.219.9643.
IW%X.9JWU,.K I I IN UA I I I I fjt I to U I its "Iit
For The City f,-)f Tucson and WAME serviced sites, W,AXIE's ClorporateAccountsDirector will generate target
lists witl-i location and deparunent level detail, using existing Bi software, WAME I AD will schedule launch
meetings at WAXIE(Branch offices, within 30 days of ameard, to share target informatiori, and to introduce
WAXIE selleis to ONANIA Partners sellers, Seiders can coordinate schedules to either create johit saies calls or
to divide worldoad, as appropriate. I he City of "I ucson iocaflons will receive first priority in targeting
opportunities,, Oflier PPA's in'WAME's geographic footpr4it,wUl be prior -idled by size of opportunrty and
percehmd fil(ehhood of success. Efforts illl be trackedwiflfln WAME via CRM software, WAXIE CAD will
rnaintain regiAir corn m u nication with OMMA Partneirs counterpart tci rrionitor and direct conthrued, efforts.
For the rest of the naflon, NETWORK and its distributors have a history of wo�rking with the OMNiA seller.-.-� to
drive saws. Sellers are trained to align our sales reps to an OMMA seller and the tearin then identifies targets
to pursue Uri their- local markets. rtds practice of targeting opportunities in the local rnarket pllace provides
direction to the seHersto �ue relevant oppotesith signfiwcant ups,ide.
NETWORK coordinates our targeting activities with supplier partners who assist: in developing ca-branded
niarketing pieces, All sellers are held responsiWe to report (back results against their target list, Markefing
carnpaigns are held at various times over the course of the year to reflect market oppor-twiffiesfor specific
products. As an exarnpie, we would run a marketing carinipaign for hand sanffizer during the cold and flu
season.
OMNIA and NE"irwORK seHers often spend thne together making,joint calls and sharing of information in
their local markets. VAth our 3,000 sales reps and ONIMA's sales resources we thave excellent coverage
throughout the continental U.S,
I. Explain in detail how Supplier will manage the overall national program
throughout the term of the Master Agreement, including ongoing coordination of
marketing and sales efforts, timely new Participating Public Agency account setup, timely
contract administration, etc.
As in our existing OMNIA relationship, -there are touch points at A levels and daily engagement Our sales
teams meet for purposes of targeting, joint calls, and sharing of local kiforirnafion. Sales ieaderslflp for both
organizations speak almost daily to address selling efforts and plan strategies. Marketing tearris are
devek)ping linitiatives to drive wiles. 1'raining is ongoing beyond the initial phase of contract details, there are
constant updates to make sure ouir teams are in the know and current.
J. State the amount of Supplier's Public Agency sales for the previous fiscal year.
Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each
for the previous fiscal year along with a key contact for each.
WAXIE is a private, farnfly-owned business. IDue to our c1osely held nature, WAME does not disclose specific
salves intormation. WAME services over 4,200 public sector custoiners with over- 15,000 Ship -to bcatlons,
throughout the western United States. This includes more than 1,900 custorners with more than 8,300 Ship-
to's in the K12-secondary and higher education markets. Our annual Public Agency sales are in the 9 digiM
NETWORK ser0ces aknost 5,000 public sector cuiston-ier locaUon5 in more than 30 states, Key sectors
serviced fticlude Primary and Secondary Education, Government Agencies, NonProfft and Charitable
Organizations, State and Local Government Agencies, and Healthcare. Our pubhc agency sales are over $50
Wifion and includes the categories within this RFP; including but not firnited to Towel & Tissue, Chemicals,
Skin Care, Can Lrners, Janitorial Supphes, and Appa re VSafety/G loves. ,Additional categories include
Foodservice IDisposaWes, industrial Packaging, Printing Papers, and Miscellaneous products.
K. Describe Supplier's information systems capabilities and limitations regarding
order management through receipt of payment, including description of multiple
platforms that may be used for any of these functions.
FoirThe City of Tucson and aU WAXIE servked sites, WAXIE uses an 2M System i based software apphcatiorn
fiiron"i Infoir called Uistidbution A r as its Epp. Our e-commeirce and PunchOut furichormfity is also provided by
Wor calleo Storefront, which integrates to our ERP, Our imaniirn data center is Ilocated in San Nego, CA arid
ouir lmckup data center is located in WAXE's Mesa, AZ branch, AH of WAXIE's servers and appkation have
reclundainl backups in Mesa for DR purposes,
WAXff utilizes a cXML. and MWI based functionallty for Mtegratmg to Oracle custorners, We offer cXIVOL
PunchOLIt. wNch ensures the custorner's bac:kend systerns have Osd)ifity to the iterris belinF ordered.
WAME ako offers tradffiorsal EM capabilities as one of the many ways in which we increase efficien(jes if)
the order process and reduce our impact on the errvironment.
WAME has a number of d&erent web -based soutlions to support ordo,:K managernient andfUlffflimient.
WAME's shln'ing miff erenflator whein it comes to order entry is our onfine platforin kriiomm as @Work.
Web,@Work" is WAXIE's r6bust e-cominierce solufloin and is a full-feahlred ordine ordering platforrn, Orders
pOaced via Web@WorkO are submitted to our- warehouse in"nnediately to avoid any delay in processing. Our
spend reduction rrodei is an lntegral part of this platform, Web@WorkO system capabifities lncU�,, but are
not limited to:
• Reaktlime kwentory levels at the appropriate sKippiing tocafions
• Real-birne order status
• Accounts rec6vaNe inforrnafion
• Reakfirne open Invoices
• Real-firne paid inv6ces with detailed paynient hlstory and irrforrnatlon
• AblRy to research previous order- information
• Ability to research product usage by ship -to and expoit data
• Abihty to place orders orillne Yvith secured checkout
• Ojstomized shopping lists
• Access to SDS, 7/24
• DetaHied product jr�fou,M,@bon incWing pictures and specffications
• Suggested alternate and repiacenient iterns
• Ablhty to use procurement/credit cards
• Ability to have multiple order approval (levels
• Multiple ernaii confirmabons
• Search avid order Iby eittier custorneir itemi number or vendr,,)r itern nun'iber
• Select miultiple shipping locations by user
• Ability to utifize Genornral Ledger numbers for each item
• Option to hide I'noduct pricingfrom specified users
• Budget control by morith or by order
• Product purchase restOctions
Additionally, WAME Weh(q)Work"I contak* advanced functionahly of ship -to level budgeting through
WAXIE's Spend Managernent and the abliftyto set: up a user's custornlzed shopping Mist. Orders placed via
the Yveb are subryfltted to OUr warehouses immediately, ensuring no d(...day for our next day defivery cut off
times. Cut off Urnes vary by location,; any order rec6ved prior to 3:00prn local time ensures next day
delivery,,
Web@Workll can be found at shop, waxie.corn. Please see Exhibit A 33K WAXIE Web,@WorkO Brochure
WAXIE a M gaffer c)ur custorner's seveW convenient methods for pkcing th6r orders including the
traditional rneans of phone, fax, or ernaiL Your custorner seirvice representative can take an order via
telephone or ernafll and you can also contact your dedicated Ao'.x.)unt Consluftain't to order via these I'Tiethods.
Nationally, NETWORK would need: to fully understand the exact needs and expectations of future PPA
iocations, to define the appropriate ordering options, Below are some examples.
Ordering opfions inckjde�
* NETWORK's NetSupply web ordering system
* EDl
* Phone to locai NETWORK &tributor
* locM NETWORK dist6butor cn'dedng systein
* Fax/e-n%aH to locall NETWORK distributor.
* Integration with other platforms
NetSkippiy is NETWORK's web -based order entry system, We've designed the to,oi to closely replicate
consumer online order placement which ensures a simple, Iintuitive oirdedng process. NetSupply is
supported by a losing list of capabilities that focus on controlling c,o:)Sts'
• Customer specific catalogs
• Budgeting and order approval options
• Sophisticated reporting capabilities
• Smple search capablififies
• Quafty product images and itern detail
• Personalized favorite lists
®Optimized -for mobile devices
Some of our e-cornmerce offedrigs include;
ELECTRONIC CONSOLIDATED INVOICING
• Multiple sorting opflons, e.g., by location, by invoice #
• Multiple data display options, e.g,, invoice Iheader Worrnation, fine itern detail
• Based on w,'.'uslorner-defined thnie period, e.g., morithly, bi-weekly, weekly
• lnv6ces transferred 0a the Internet or FITI
* Consolidate into standard electronic file, e.g., delirnited ASCH flat filmy such, as,csv or. As
* Custom AS01 flat file format or MAIL, -file -format: available
* Inserflon of custarner E"l/li.. codes, department or location numbers availaWe
* Ability to cross reference item #'s to custorner G/lI codes available
* Transfer via rrtagnefic tape, disk or CID available
EDI AND OTHER ELECTRONC INVOICING
* Ell through Value Added NE CORK s (VAN) or FFP
* Standard EIDI 83.0 invoice
* Customized EDII 81.0 invoice available
* Invoice in standard,ASCH flat fille forr-nat
* T ransfer via Internet or UP
* XML. He format or CUStOrn ASCII flat file forimat avadatfle
PAYMENT METHODS
* Heuairork funds transaea , EF 1)
austrurr�atr:^r& clearhig house (ACH�
t=.. FA 820 reraa'i1ttnnce
* Otb')ev e: ectrou,iI c fr'ur-iris tau
Schedule a V en'M1Q'.SR.Gs•N aatioO"ll Mth ouir e-on1Pr11"eV'ce tealr'q"6 ov" Os%t Q::6ur websfte 'fcVr an rnt'4odud"t8oR"9 to 6wbulr" irm_
Cnraar'neii,ce site: mf�raself-�uided t�m% i
M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners,
Public Sector Administration Agreement) that Supplier will guarantee each year
under the Master Agreement for the initial three years of the Master Agreement
("Guaranteed Contract Sales").
$ .00 in year one
$ .00 in year two
$ .00 in year three
To the extent Supplier guarantees minimum Contract Sales, the
administration fee shall be calculated based on the greater of the actual
Contract Sales and the Guaranteed Contract Sales.
Un that there irs no regWren,wnt that The City ot'.t)jcson nIUS't f)W`0'iase fforn this conti"act and as tll,ie,�,e may
�le r-niulttiple avvar ees to this RFP, WAKlIF and NETWORK do not wish to guarantee sMies.
M. Even though it is anticipated many Public Agencies will be able to utilize the
Master Agreement without further formal solicitation, there may be
circumstances where Public Agencies will issue their own solicitations. The
following options are available when responding to a solicitation for Products
covered under the Master Agreement.
i. Respond with Master Agreement pricing (Contract Sales reported to
OMNIA Partners, Public Sector).
ii. If competitive conditions require pricing lower than the standard
Master Agreement not -to -exceed pricing, Supplier may respond
with lower pricing through the Master Agreement. If Supplier is
awarded the contract, the sales are reported as Contract Sales to
OMNIA Partners, Public Sector under the Master Agreement.
iii. Respond with pricing higher than Master Agreement only in the
unlikely event that the Public Agency refuses to utilize Master
Agreement (Contract Sales are not reported to OMNIA Partners, Public
Sector).
iv. If alternative or multiple proposals are permitted, respond with
pricing higher than Master Agreement, and include Master
Agreement as the alternate or additional proposal.
Detail Supplier's strategies under these options when responding to a solicitation.
WAME ancl NEINIVORK WH dephy vwhkhevestrategy %ve beheve an SO us ew-n tKe bushws& Our WK
AuouM ComuKants Yvork Mongside CHANIA saWs remNimes and vWH coflaborate, L�ased oin the inicirv6W ineeds
of a site locaUan to deveksp the best stiategy gcl�ing forward to meet flheo �cneeds
. s. Our goa� us to ��wim/We ong
tean vaWe to the W PuNk Agony bawd on opUmUNg Me hem% of MA agmement,
CITY OF TUCSON
DEPARTMENT OF PROCUREMENT
REQUEST FOR PROPOSALS NO. 202329
JANITORIAL AND SANITATION SUPPLIES, EQUIPMENT, AND RELATED
SERVICES
AMENDMENT NO. ONE (1)
DATE ISSUED: NOVEMBER 13, 2019
The referenced document has been modified as per the attached Amendment No. 1.
Please sign this Amendment where designated and return the executed copy with
your submittal. This amendment is hereby made part of the referenced solicitation as
though fully set forth therein. Any questions regarding this amendment should be
addressed to ANDREW KLOS, Senior Contract Officer at (520) 837-6685 or
Andrew. Klos@tucsonaz.gov.
DEPARTMENT OF PROCUREMENT
ADMINISTRATION • DESIGN AND CONSTRUCTION SERVICES • GOODS AND SERVICES
MAIL SERVICES • S.A.M.M. (SURPLUS AUCTION MATERIALS MANAGEMENT)
CITY HALL • 255 W. ALAMEDA . P.O. BOX 27210 • TUCSON, AZ 85726-7210
(520) 791-4217 • FAX (520) 791-4735 • TTY (520) 791-2639
ILLCSorS r0kQLgr1erAISLO-ri
REQUEST FOR QUALIFICATIONS AMENDMENT
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
P.O. BOX 27210, TUCSON, AZ 85726
Phone: (520) 837-6685
ISSUE DATE: OCTOBER 28, 2019
RFQ NO.: 202329
RFP AMENDMENT NO.: 1
PAGE 2 of 3
DUE DATE: FRIDAY, DECEMBER 6, 2019
RESPONSIBLE CONTRACT OFFICER: ANDREW KLOS
JANITORIAL AND SANITATION SUPPLIES, EQUIPMENT, AND RELATED
SERVICES
A SIGNED COPY OF THIS AMENDMENT MUST BE SUBMITTED WITH YOUR SUBMITTAL.
THIS RFQ IS AMENDED AS FOLLOWS:
ITEM 1: DUE DATE
Submittal Due Date Remains Friday, December 6, 2019 at 2:00 PM Local AZ Time.
ITEM 2: CORRECTION OF TERM AND RENEWAL
Paragraph 3 (Tenn and Renewal) of the Special Terms and Conditions shall be replaced in its entirety with the following:
3. TERM AND RENEWAL: The term of the Contract shall commence upon award and shall remain in
effect for a period of three (3) years, unless terminated, canceled or extended as otherwise provided
herein. The Contractor agrees that the City of Tucson shall have the right, at its sole option, to renew the
Contract for one (1) additional two-year period or portions thereof. In the event that the City exercises
such rights, all terms, conditions and provisions of the original Contract shall remain the same and apply
during the renewal period with the possible exception of price and minor scope additions and/or
deletions.
ITEM 3: QUESTION & ANSWER
The City has received the following question. The question, along with the City's response, is provided below:
Question One: If my firm will be taking exceptions to the Omnia National Agreement, are we precluded from being
awarded this contract?
Answer. Taking exceptions to the Omnia Administrative agreement, which is part of the City's solicitation, does not
preclude your firm from offering on the solicitation. However, the Administrative Agreement with Omnia Partners will be
negotiated between Omnia and the selected supplier at the time of award. In accordance with Instructions to Offerors,
Paragraph 10 (Exceptions to Contract Provisions):
"Offerors who wish to propose modifications to the contract provisions must clearly identify the proposed
deviations and any proposed substitute language_ The provisions of the Request for Proposal cannot be
modified without the express written approval of the Director or his designee. If a proposal or offer is returned
with modifications to the contract provisions that are not expressly approved in writing by the Director or his
designee, the contract provisions contained in the City's Request for Proposal shall prevail."
02117
REQUEST FOR QUALIFICATIONS AMENDMENT
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
P.O. BOX 27210, TUCSON, AZ 85726
Phone: (520) 837-6685
ISSUE DATE: OCTOBER 28, 2019
RFQ NO.: 202329
RFP AMENDMENT NO.: 1
PAGE 3 of 3
DUE DATE: FRIDAY, DECEMBER 6, 2019
RESPONSIBLE CONTRACT OFFICER: ANDREW KILOS
**END OF AMENDMENT"
ALL OTHER PROVISIONS OF THE REQUEST FOR PROPOSAL SHALL REMAIN IN THEIR ENTIRETY.
VENDOR HEREBY ACKNOWLEDGES RECEIPT AND UNDERSTANDING OF THE ABOVE AMENDMENT.
Network Services Company
Signature Date Company Name
Daniel Ceko, Treasurer and Corporate Counsel 1100 E. Woodfield Road, Suite 200
Print Name and Title
Address
Schaumburg Illinois 60173
CRY State Zip
02117
EYJMIT F
FEDERAL FUNDS CERTIFICATIONS
FEDERAL CERTIFICATIONS
ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT
TO WHOM IT MAY CONCERN:
Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be
completed and returned.
DEFINITIONS
Contract means a legal instrument by which a non -Federal entity purchases property or services needed to carry out the project
or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non -Federal
entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward
Contractor means an entity that receives a contract as defined in Contract.
Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass -through
entity and a non -Federal entity that, consistent with 31 U.S.C. 6302-6305:
(a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal
awarding agency or pass -through entity to the non -Federal entity to carry out a public purpose authorized by a law of the
United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or passthrough
entity's direct benefit or use;
(b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or
pass -through entity and the non -Federal entity in carrying out the activity contemplated by the Federal award.
(c) The term does not include:
(1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or
(2) An agreement that provides only:
(i) Direct United States Government cash assistance to an individual; (ii)
A subsidy;
(iii) A loan;
(iv) A loan guarantee; or
(v) Insurance.
Federal awarding agency means the Federal agency that provides a Federal award directly to a non -Federal entity
Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section:
(a)(1) The Federal financial assistance that a non -Federal entity receives directly from a Federal awarding agency or
indirectly from a pass -through entity, as described in § 200.101 Applicability; or
(2) The cost -reimbursement contract under the Federal Acquisition Regulations that a non -Federal entity
receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in §
200,101 Applicability.
(b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative
agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the
cost -reimbursement contract awarded under the Federal Acquisition Regulations.
(c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a
contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs).
(d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement.
Non -Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization
that carries out a Federal award as a recipient or subrecipient.
Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that:
(a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest;
(b) Is not organized primarily for profit; and
(c) Uses net proceeds to maintain, improve, or expand the operations of the organization.
Obligations means, when used in connection with a non -Federal entity's utilization of funds under a Federal award, orders
placed for property and services, contracts and subawards made, and similar transactions during a given period that require
payment by the non -Federal entity during the same or a future period.
Pass -through entity means a non -Federal entity that provides a subaward to a subrecipient to carry out part of a Federal
program.
Recipient means a non -Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an
activity under a Federal program. The term recipient does not include subrecipients.
Simplified acquisition threshold means the dollar amount below which a non -Federal entity may purchase property or services
using small purchase methods. Non -Federal entities adopt small purchase procedures in order to expedite the purchase of items
costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition
Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908, As of the publication of this part, the
simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67
Micro -purchase.)
Subaward means an award provided by a pass -through entity to a subrecipient for the subrecipient to carry out part of a Federal
award received by the pass -through entity. It does not include payments to a contractor or payments to an individual that is a
beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the
pass -through entity considers a contract.
Subrecipient means a non -Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal
program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other
Federal awards directly from a Federal awarding agency.
Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of
performance.
The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any
purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases,
awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of
Appendix 11 to Part 200, as applicable.
APPENDIX II TO 2 CFR PART 200
(A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted
amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council
(Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances
where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all
rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by
either party.
Does offeror agree? YES
Initials of Authorized Representative of offeror4C
(8) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be
effected and the basis for settlement. (All contracts in excess of $10,000)
Pursuant to Federal Rule (8) above, when a Participating Agency expends federal funds, the Participating Agency reserves the
right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a
breach or default of the agreement by Offeror as detailed in the terms of the contract.
Does offeror agree? YES
fnitials of Authorized Representative of offeror06-
(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the
definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause
provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319,12935, 3 CFI
Part,1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment
Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor."
Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction
contract, the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES Initials of Authorized Representative of offerorXqq ,
(D) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime
construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance
with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations
(29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"), In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at
a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In
addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a
copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to
award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -
Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also
include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or
subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or
repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal
entity must report all suspected or reported violations to the Federal awarding agency.
Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all
contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis -Bacon Act provisions.
Does offeror agree? YES Initials of Authorized Representative of offeror
(E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by
the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a
provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR
Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible
provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all
hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions
which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or
materials or articles ordinarily available on the open market, or contracts for transportation or transmission of
intelligence.
Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in
compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all
contracts by Participating Agency resulting from this procurement process.
Does offeror agree? YES Initials of Authorized Representative of offeror4. /
(F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding
agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small
business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the
requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms
Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the
awarding agency.
Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with
all applicable requirements as referenced in Federal Rule (F) above.
Does offeror agree? YES
Initials of Authorized Representative of offeror/vt
(G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251.1387), as
amended --Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -
Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air
Act (42 U.S.C. 7401.7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251. 1387). Violations
must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency
(EPA)
Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to
comply with all applicable requirements as referenced in Federal Rule (G) above.
Does offeror agree? YES
Initials of Authorized Representative of offeror 4��
(H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be
made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance
with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that
implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235),
"Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise
excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive
Order 12549.
Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency, the offeror will notify the Participating Agency.
Does offeror agree? YES Initials of Authorized Representative of offeror
(1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)--Contractors that apply or bid for an award exceeding $100,000
must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must
also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such
disclosures are forwarded from tier to tier up to the non -Federal award.
Pursuant to Federal Rule (1) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the
offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. 1352). The
undersigned further certifies that:
(1) No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an
employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the
making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of a Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an
employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for all covered sub -
awards exceeding $100,000 in Federal funds at all appropriate hers and that all subrecipients shall certify and disclose accordingly.
Does offeror agree? YES
Initials of Authorized Representative of offerorkt/
RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS
When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror
certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that
offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final
expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed.
Does offeror agree? YES
Initials of Authorized Representative of offeror
V
CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT
When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it
will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy
conservation plan issued in compliance wim tne Energy PoliVy and Conservavon Act 42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). n
Does offeror agree? YES Initials of Authorized Representative of offeror%
CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS
To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit
Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to
provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request.
Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and
open competition.
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF ACCESS TO RECORDS - 2 C.F.R. § 200,336
Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any
documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the
purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to
offeror's personnel for the purpose of interview and discussion relating to such documents.
Does offeror agree? YES Initials of Authorized Representative of offeroruo�/
CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS
Offeror agrees that all contracts it awards pursuant to the Contract shall be hound by the foregoing terms and conditions.
Does offeror agree? YES Initials of Authorized Representative of offeror 4c—
Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is
further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically
noted above.
Offeror's Name: Network Services Company
Address, City, State, and Zip Code: 1100 E. Woodfield Road, Suite 200, Schaumburg, IL 60173
Phone Number: 800.683.0334 Fax Number: 224.361.4200
Printed Name and Title of Authorized Reposerrtative: Daniel Ceko, Treasurer & Corporate Counsel
Email Address: dceko@networkdistribution.com /
Signature of Authorized Representative: .��� / 4A� Date:
Requirements for National Cooperative Contract
LL
LL
LY
Z
0
V1
u
F-
O
u
66
LL
Q w
i.- Q
Ln
n
f4
r
M
N
m
O
O
C)
LD
O
C)
Z cc
C
1p
N
O
Ct
N
N
N
CV
n
m
Ln
1p
00
Ln
m a
n
o
a
LO
00
vi
Lri
Lri
rr
o
r
C
LD
r
O~
V Z
N
In
N
in
N
N
1
N
In
IV
lh
fV
N
fV
In
rQ
1r}
N
In
N
an
N
an
N
lr}
M
an
m
lr}
LA �
W
H 0
w Z
U:)
X O
Lo
Lo
Ln
Lo
O
Lo
Ln
1p
O
W
co
1p
m
r
n
LD
oo
Lp
n
Ln
Ln
r
C
LD
.-1
n
m
LD
d U
w
a
uw
U
n
Ln
m
n0
N
N
`-'
V
m
a
n
�`'
Ln
Ll
rri
ai
o
o
Qi
o0
0
Lri
m
rn
0(i
ai
nq
o
H
LO
n
Ln
v
m
n0
,�
n0
1p
n
V
LD
I--f
.�
LA
J
N
to
N
Un
to
Un
U}
N
N
to
L'F
�'
!h
1Pl
LL W
O w
a
Lo
�
u
Ln
VI
u
Ln
u
�,
u
u
v
u
Ln
u
�
u
Lo
u
u
u
z
u
u
u
a
�r
-
E
N m
v
w
N
U1
N
a!
w
v
w
N
w
¢z
w
w
N
K
F V
Lo
u
rb
u
N
U
m
V
ro
U
rb
U
ro
U
Lo
U
eV
U
m
U
rb
U
tls
V
rls
u
Lo
V
rp
U
d
a
LL
a
V
H
�
V
_
w
d
w
LL
Ln
�.
p
Y
Lr)
Ln
Lo
O
u
N
W
m
Ln
N
Z
Y
C
C
Z
' 4
_
Z
Y
m
C
C
Y
_
Ln
Y
W
m
O
Y
Ln
m
�--I
N
Y
Y_
m
u
.0
10
�_
m
O
LIJ
W
d
'O
J
2
Q)
CL
g
fl
d
a
Q)Y
m
O1
O
cr
??
7
x
C)
dD
m
61
m
(D
cz
'O
J
_�
d
U
W
x
N
QC)
Ln
V
00
Ln
[�
LD
Ul)
V
00
m
Ln
J
"-�
m
LD
Q
n%
V
_0
J
O
-
O
V
X
m
X
rn
m
M
'�
lli
K
-
Do
ut
x
K
cA
C
00W
x
a
Cl
Q
LD
m
00
Ln
Lp
m
L
x
v
X
v
x
m
v
M
J
O
C
x
m
M
m
O
C
c
Lv
m
m
x
a
O
C
cu
�
00
G
J
a
x
N
v
J
J
K
IO
N
G_
J
G1
C
N
C
J
C
C
J
41
C
J
v
C
y
C
C
d
45
Y
Fn
J
m
m
m
z
OC CC
m
i
u
Of
cc
2'
Y
m
OpC
cc
z
�
Y
CL
Y
Y
w=
n
Z
Y
(
Q
m
Y
Z
Y
m
y
00
00
LD
m z
V
�
~
V
W
Q
J
Q
W
Q
Ln
Lo
Ln
V
�- J
w
00
l0
n
V
a
1p
C
00
Lp
M
m
LD
m
00
C
O
In
1p
Ln
LD
X
00U
p
=
=
1p
Lo
O
x
X
N
X
M
X
X
X
O
N
2
=
Z �
Q
a
z
Q
m
l7
C7
l9
l7
l7
C7
J
C9V
l7
w
C7
l7
l7
l7
a
a
a
a
a
a
m
a
a
a
m
a
a
a
a
w
m
m
m
m
m
m
Q
m
m
m
Q
m
m
m
m
w
LY
W
LD
W
0
W
CD
W
LD
W
l7
W
0
J
W
W
0
W
0
W
U
J
w
W
(D
W
l7
W
C7
W
l7
D Q
a
a
a
a
a
a
a
a
a
a
a
a
a
Q
W
ccW
?
2
E
z
cc
cc
W
cc
x
x
x
LmjJ
x
W
x
LLLJ
x
cc
a
W
x
W
x
x
a
W
x
W
x
x
W
x
z
CQ
C
w LY
O W
O
00
u'f
rn
N
N
V
n
n
'i
ti
LD
wm
Ln
-1
O
O
LVcC?¢JJ,
oLOpnQ
omoO'-L
CC m
r\
00
)
00
Ln
m
VmpOn
m
Ln
m
Ln
n
Ll
Ln
Ln
c
C)
O
n
Ln
Lr1
pOONm
O
O
fV
O
O
O z�ti
-
-
LL
W
oc
0)
'^
rn
o
°?
Ul
Z
7 a
F
m
rz
1-1
m
M
r,
V
r�
m
Lrl
rl
t0
ni
Lr)
n
00
v
vi
r
'~
M
ID
Ln
LQ
kD
Ln
N
Ln
00
N
O
a
Ir
•-r
Li Z
V}
t/'F
t!?
ir}
t4
t
llv
vl-
irF
l/v
to
LD
N
yr >
to
try
Q
O
z
W Z
\
a2
o
o
3°
o
a°
o
oe
of
o
U:)
cc O
Ln
Lo
v
m
r-
Ln
m
a
v
v
Ln
a
v
a
H
Ln
rt
r,
n
Ln
a
m
rt
w u
a
�
0
W
o
m
m
v
v
o
rn
o
00
Lo
O
O
ry
UN
C?
W
LP
r4
o
ry
a
ri
co
vi
ai
ti
a
00m
co
0o
v
en
m
c
Ln
Ln
F
Ln
th
Ln
th
00
irF
m
mro
N
ti
m
th
00
N
J
tr}
t/}
irF
trr
irF
Q*F
trr
Q*F
trr
t4
to
to
w
°G
O
Q
Z
Vn
U
llll��
V
V)
U
V)
U
L�
U
V)
U
Ln
U
N
U
LA
U
J
d
V)
U
V;
V
V)
U
V)
u
V)
U
¢
W
W
Q
a
m
a)
v
rO
Itl
fO
f0
!O
[0
r6
_�
[0
10
N
Vf
a
a
a
J
V
U
;
;
Ln
Ln
�
¢ W
E
E
E
E
E
E
E
E
F
°
o
Lu 4
C
f0
L
L
v
L
v
r
v
L
m
L
v
t
v
L
v
r
a
L
a
LLD
t%
O
O
W (j
U
U
U
U
U
U
U
U
U
U
U
C
y
C
C
Ca
°
w
a
=
o
E
z
xt
w
Ln
N
Z
N
C
J
x
J
i
v
L
J
X
00
J
V)
O
G
m
C
C
m
t3
V)
L
C
Ul
00
m
J
0
O
X
°
1tl
C
2
J
O
D
N
VI
U1
-C%M
C
a
a
x
v)
d
O
VI
C
Q
O
w
C
J
Ln
C
3
CY
O
L
N
C
Y
m
Y
m
LD
ac
r0
in
m
�
Z.;um0
m
oLq
L„
00
x
o
w
CL
CL
oo
U
o
o
al
a
v
O
C)42
O
LLI`
_
Z
z
to
O
>
r0
x
N
U
_
d
Q
0
w
Ln
LD
i7
M
F
°
°
m
d
V
L
a
°
O
in
O
¢
V)
m
00
H
LD
l!J
U
U
U
V)
z
L�
rn
w
Q
Q
GC Cr
m
Cc W
_
Q
00
CmC
LU LCC
W >
U
0O
N
O
l�
rl
00
Lr)
co
Lr)
O
J
X
J
O
00
0C Z
T
0)
O
LG
n
>
ID ID
Ln
Ln
O
fV
N
FJ
Lr)
lr)
N
^
0
W
Q
m
to
°°
LG
Ln
O
c
U
00
V)
z �
o
a
Q
z
cc
Ve
J
J
J
ae W
m
O
0
Q
U
im
Q
co
U
rJ
o
(7
cc
oC
w
N
w
O a
¢
O
O
¢
w
Lm
F
m
4
F
dC
CL
ro
O
p
6~7 Z
V
(J,1
d
y
i
L
u
J
a
iLL/1
>
W
2
K
o
CC
a
OC
a
z
a
aC cc
r4
m
00
O
m
-Itm
O
o
r`
O W
CO
Lr)
N
r
Ln
tO
V
0)
Ol
O
00
00
tD
H
r-1
V
Q
m
N
m
w
La
O
O
O
LWy
66 O
00
f14
N
00
0
O
00
O
M
V
r4
N
0)
N
rN
Lr)
N
.--I
N
r,
11
LD
N
00
fV
¢
>
O Z
rn-1
t
�
0
z
a
z
z
w
a
n
LL
OW
U
ON
eD
4
ul
Ol
Ln
lD
of
LO
n
N
M
~
N
to
N
Z ¢
V
m
O
O1
M
C1
1
N
m
m
.1
=) a
M
M
.-i
O1
Ol
eD
4
.--1
LO
H
.1
a
N
G1
r4
ui
Or
�
m
V}
nm
1h
n'm
N
n'm
1^
m
N
V
N
M
V}
ro
N
M
V?
1h
N
N
rrm
1 h
m
tn.
M
Vn
z
h =
f'/j
�
�
❑
U.
r O
W Z
o
o
of
o
0
0
0
o
o
o
u
Ln
Ln
.1
.1
oa
4
a
.1
14
ry
¢
ry
to
Ln
ui
u
u,
Ln
Ln
Ln
Ln
u1
Ln
u1
a
m
Ln
v
O
0
W u
a
�
G
W
u
N
r-
rn
r-
o
m
V
n
rn
n
en
eD
oo
n
n
v
pi
N
v
v
a
m
o0
V
m
a
Co
ry
'-!
M
a
ry
a
a
r`
Lri
oo
o
v
-1
Ln
v
Ln
ni
.,
V
o
ui
o
r
H
oa
n
oo
oo
n
oo
n
n
n
oo
oo
of o
oo
rn
eD
of
v
.n
vi
+h
yr
+n
tff
an
yr
.n
n +
yr
to
.n
.n
L6 W
O ¢
~<
W
Vt
u
N
u
V1
u
LnN
V
U
Vf
u
N
U
V1
U
V]
U
V)
u
VI
U
V1
U
V1
U
VI
U
N
U
cW
C
JLu
a
a,
a
Cc
a
a
v
m
`o
w
`m
v
m
v
v
`
w
`o
v
v
m
w
`
'^
Vt
f
u
u
u
v
u
a
u
a
u
o
u
eo
V
u
u
u
u
u
u
a F
m
m
C
C
C
C
C
C
C
C
C
C
C
C
C
C
¢ W Q
o
o
Vt
Vf
V1
Vf
cn
Ln
Ln
Ln
Ln
Ln
en
In
,Y
Vf
-�e
Vi
r
c
c
of
E
u
°
a
m
Efo
—
�y
x
w
7
U
co
m
L
C
`
u
_
C
LL
LL
?
.�
o
c
O
co
ao
c
u
W
u
z
v
LL
co
v
O
a
,
o
E
E
Y
;
O
c
=
c
a
u`
>
E
E
a
o
O
rC
}
u
uLn
m
a
C
C)7
m
N
ul
J
Y
C
J
E
J
u
e9
6
°
J
a
J
C
a
J
o
LL
c
ry
n
J
�--�
m
.Ni
O
M
1
d
O
N
W
ro
N
QE
ry
o
-,
E
m
o
E
g
rn
a
'°
m
'
N
'"
a
❑
ae
v
o
NO
ry
-o
Inn
✓
of
O
v)
H
Q
g
N
cL
Ln
-o
'�
o
C
-o
o
o
a
(o
H
a-
N
mry
o
Q
a
o
=
ea
to
2
x
Q
Lm
Ln
—
u
n
`n
o
o
n
o
N
x
u
o
=
=
o
c
c
7
i�
c
Lo
C
v)
m
2
H
0
,i0'^J
m
H
o
LD
x
c
o
a
�
a
=
v
2
2
•�
.o
x
o
2
c
.O
2
o
c
a
v
x
O
o
Y
w
V
(D
u
Z
¢ ¢
m mW
cc^
n
m
N
M
N
4
N
O
M
O
N
O
m
O
m
O
O
N
m
4
W¢
Lo
ry
.1
H
rV
.1
w
.�
Ln
Ln
Lr)
ooO
O
.1
Ln
u)
❑
J
r
n
H
eD
lD
rl
rl
.--i
-1
.--I
lD
.--1
N
oa
.--�
r
U WO
v)
.1
N
0o
oo
N
en
H
Ln
Ol
ti
Ol
.--i
oo
oo
Ql
14
oo
oo
.1
Ln
ell
„y
LD
Ln
oo
rn
LL O
O
z
a
i
z
a
co
�
mcc
Y
i
LLI
¢
¢
O
O
0
0
O
O
O
O
O
g
y
co
g
O
O
y
cc
0
0
0
0
0
o
—
Q
o
EL
o
0
0
0
a
O
v
Z
J
l7
l7
l7
{:J
C7
l7
i7
0
t7
Lu
w
(D
(D
a
u.
`O
E
n
]C
Y
z
a
i
¢ ¢
v)
ry
C1
rn
ry
M
In
ID
Ln
LO
In
�1
rn
O1
O W
cc m
w
N
rn
N
oo
m
a
H
m
N
n
N
n
oa
Ln
Do
m
co
en
rn
oo
v
oo
ri
n
oo
oo
in
M
a
W W
a
O
Q
m
Ln
O
Ln
4
m
lD
m
LO
oo
Ln
m
V
co
uY
H
M
O
C)Ln
M
-1
W
u)
r4
Ly r
w
O
H
O
M
.1
.--1
rl
ry
ri
O
OH
-
.--1
V1
W
U
tt
Vi
g
cr
0
z
a
z
w
o_
cy
w
Vl
LU
LA
w
O L"
H u
Lf)
m
m
m
M
00
Lf)
LD
Lf)
00
Vi
v
O
O
Z CC
m
rrl
(D
m
N
O
O)
LD
m
N
00
v
00
V]
h
N
an d
O1
kD
M
N
qi
Qt
V
00
6
LD
r-:
Iti
N
V
N
Q H
m
m
-1
N
N
Vl
qr
M
V
m
qr
q
N
�r
V
M
u z
iA
Vl
VL
ttT
SA
ttT
SA
+n
V)
+n
V)
to
V)
to
lh
iA
1 m
n
u
O
W Z
ae
a°
3°
o
\
o
oe
a\°\°
02
o
0
0
of
R
D
r1
rl
00
M
m
O
LD
Ol
O
M
N
ut
N
D1
m
C O
V7
V)
LD
rh
r`
h
LD
V1
h
h
h
h
1,
h
LD
00
W V
a
N
n
LLI
�
m
°0
�
O
OiN
h
O
�
LQ
wc
m
OR
O
V
LD
(n
00
N
Ln
00
LD
Cr-I)
� r
(n
(Y
Ln
rl
O
O
00w
O
Go
O
h
LD
(n
00
00
r
00
h
00
00
O)
Ql
Ln
J
lL W
O
a
Lf)
u
Ln
u
V)
u
u
Ln
u
u
Ln
u
u
Le)
u
Ln
u
Ln
u
V,
u
V1
u
Ln
u
V1
u
U)
u
Z W
O
J
d
N
01
001
01
Q1
a
a)
wN
w
w�y
7
D
7
7
N
7
D
7
7
7
7
7
7
7
7
7
N
LA
N
h
H
N
N
N
VI
N
N
N
O
m
r
r
r
r
r
H
H
H
H
r
u
�
0�
0Zi
0�
0Zi
0�
0Zi
0�
06
06
06
06
06
Ga
06
Q W
G
C
LU a
N
n
3
3
3
3
3
3
3
3
3
3
3
3
3
3
Q
H
r
H
r
H
r
H
FO-
FO—
FO—
H
FO-
F°
FO—
i
W
'„'
L
L
L
L
0.
E
7
L
OL
L
j
O
CL
Z
Y
O
O
O_
D_
O_
D_
�+
w
m
L
3
V1
o
0.
0
3
7
Ln
-
o
O
d
t
a
7
O
o
d
o
ar
O
O
O
O
in
o_
v
Ln
O
x
a
w
a
o_
x
v1
.�
p
o
00
O
O
m
00
M
a
V
z
i,n
V
Ln
N
H
o
—
x
LD
Ln0
00
X
O_
w
01
x
.%i
Ln
W
ri
O
w0)
C
m
0)
a0
7
7
h
N
7
M
_
W
O
V1
O
H
C
O
N
H
~
L
O
H
Ln
L
O
H
F
L
Fob
Y
G
m
m
C
L
—
m
m
O
01
L
00
L
C
Y
m
C
m
C
41
v
E
W
O
co
v
m
o
H
m
OL
—
a
LL
+
o
O
m
o
L
o
L
E
V
O
0
LD
V
V
V
a
z
Ix
rr
m m
W m
O
O
�
co
r-iOm
Lo
O
N
N
r
n
Q
pp
r
In
11
LD
O
N
O
M
O
�.D
co
O
�D
Q
O
H?
oN
m
ri
N
m
00
h
Ln
a
1
rn
N
kD
N
m
o
cal
aho
6y
LO
CO
LL O
z
Z
a
0
cc
Y
U
U
U
Y
U
U
Y
]C
U
]C
m
LL
LL
LL
W
LL
LL
K
LL
11
g
u
c.1
CO
g
v
u
W r"
O
O
y
a
a
a
g
y
a
g
y
o
}
m
a
7 q
O
O
cc
¢
Q
¢
F
i=
L
¢
¢
i=
w
¢
z
2
LD
LD
W
(D
0
0
w
Q
w
w
FD
V
w
w
75
w
a
LL
O
O
O
a`[
g
O
O
g
O
O
Y
U
(D
U
Y
0
U
Y
Y
U
Y
Z
a
i
d'
D1
O
h
LD
Ol
O
h
M
O
N
LD
W
Oc 2r m
m
rn
Ol
u"1
lD
m
h
D)
EO
O
rn
h
O)
M
V'i
O
LD
N
a
h
LD
m
L17
V
V
W W
V1
M
V
N
+--1
Vl
O
N
Ln
O
Ln
O
rL
O
O
w H
O
N
h
N
O
O
O
O
N
0
N
O
V7
O
O
N
0
O
0
O
O
O
O
LL
M
W-
D u
Z �
d
n
o
LT
N
M
w
m L71
LO
LD
Lo
lD
o
LD
o
w
rn
O'1
Ln
7
m m
-40
N
Dl
O
u'1
Ln
W
O
F
LD
fV
V
m
oo
V
ry
m
c*i
V
fr
a
LD
m
Vi
Vl
C6
Ln
C7
C
Qi
m
Sri
Ln
-4
Ln
tn
LD
m
trl
r`
V
trl
uO z
trl
vv
tn
4.a
tn
Ln
LL
LL
0
Z H
LU Z
'
Ct
M
n
V
n
N
n
w
n
cA
LD
00
w
00
n
00
LD
n
n
In
n
n
n
n
m
n
O
U4 u
Q. N
u
n
w
v
oo
n
Ln
o
rp
o
0o
0
Ln
0o
1-
v
v
n
o
ry
v
rn
Lo
Ln
o
Ln
o
Ln
a
n
L6
a
m
N
n
m
N
LD
m
LD
m
Lo
to
N
n
Ln
N
rl
n
Ln
Ln
fV
(n
00
n
o
a
o
co
in
cn
.--L
vF
vF
<n
vF
vF
N
-4
w
.n
w
vF
-4
vF
.--L
in
.--L
vF
W W
0 �
F &n
Z
Ln
CJ
In
u
V)
C)
In
u
U
U
U
U
✓1
U
In
u
In
u
✓1
lJ
Ln
u
Ih
L)
V]
U
yj
a
m
m
a,
m
m
aI
a,
a�
m
Lv
m
m
m
m
a,
cr
F
�
F-
F
F.-
F
F
06
00
06
06
0
0
03
CO
CO
00
co
04
co
04
06
uuj 4
—CLI
3
v
3
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
3
v
3
v
3
m
3
m
3
F- u
0
0
0
0
0
0
o
0
0
0
0
0
0
0
0
4
H
F
H
H
H
F
H
H
H
H
H
H
H
F
H
Y
t
L
z
z
u
a
3
3
w
v
o
w
v
Q
LL
Lri
n
Li
u
d
d
oul
p
oo
i
Ur
L0
d
OL
a
.�-i
rt
m
a
N
m
ll
Z
p
n
O
o
v
a
LL
t
OO
O
x
oo
Op
o
D
co
a
w
o
r
Lon
11
oo
n
oo
v
S
x
co
p
x
x
v
3
oo
m
W
r'
x
x
o
`"'�
x
Gl
B.
x
o
x
v
Ln
ao
LVir
m
o0
0
=
Ln
—ycL
v
W
O
n
=
n
N
O
o
W
N
_
oN
R
M
v
O
F
7
3
e
cu
o
3
m
3
R
L
F
uj
H
H
j
~
~
~
?
~
~
y
O
m
is
�
H
O
p
in
O
L
7
m
."'
Lu
i
~
O
cc
co
m
d
0
o
i
a
m
o
V7
o
0
�
0
V
0
Y_
O
0
E
O
a
E
H
LO
Y
Ln
"
Ln
Ln
n
v
o
H
(u
a�
u
Z
so
oc
m m
�
CC
W L
oo
co�Luw
O
N
�--f
.-i
Ln
N
M
O
Lo
Ln
O
00
Ln
Z
oo
O
t
o
S
o
Lna0
a
S
V
a
m
m
CW
]G
m
N
N
o
F
N
N
w
Ln
n
N
a0
Lu
LL 0
z
Z
cQ
L
Z
41
U
Y
]G
][
Y
U
]C
u
u
U
u
Y
LY
L.t_
w
LL
LL
LL
LL
uj
Qa
g
y
a
v
a
a
a
a
Q
Ln
J
J
J
Q
J
Q
Q
Q
Q
Q
Z
[n
W
V)
W
W
W
w
W
W
W
{Fi
cc LL
LY
O
ca
r.
co
r
Y
In
m
O
w
0
c
O
O
cc
O
�)
]C
Y
Y
Y
LU
�'J
Y
(�
L7
Z
Q
oC rY
W
m
LD
n
O
In
a
c
m
O
a
oo
v
Ln
m
co
Lo
Ln
m
N
m
c� m
yuj LLu c
G
N
It
N
I
N
a
N
Lp
Lo
V
n
Ln
N
Ql
V
n
m
�t
n
m
w
o
Ln
N
o
00
n
w
00
V
N
V
O
o
V
N
o0
oo
w
S
Ln
O
S
Ln
o
ILL- F=
o
o
.--L
O
N
r 4
O
o
w
O
o
f V
O
0 Z
.--I
w
ri
fi
11
w
rl
-+
w
w
L-i
w
w
r 1
4
N
n
4
4
crf"
4A
Q
0
r
o w
Q
Ln
rn
rry
rn
m
m
0
0
0
Q
LD
0
rn
Z
a
V
LO
rV
O
O)
N
rV
N
N
n
Lp
Ln
LD
W
LrL
0=
ri
N
rl
N
0
N
v
rq
Ln
'-1
00
N
ai
N
Ln
N
Ln
N
rl)
rV
o
N
rl
rV
a
N
Lo
M
m
V Z
N
VT
N
N
N
VI
V!
VI
V!
VI
V.
VY
Vr
VY
LL
H 0
W Z
V O
LO
Ln
O
Lrl
O
00
rn
14
O
00
rlLn
V
14
m
ce W 0
6 H
LO
LD
�
La
w
w
rl
rl
LD
Ln
Ln
n
LO
n
to
G
W
V
n
Ln
rn
o0
N
N
ry
V
m
V
n
O
Ul
00
N
m
a
LD
m
O
of
l i
0
ri
0
oa
Oi
O
00
0o
O
Ln
wi
N
m
O)
r1i
Ln
Lp
0
er
Lei
00
m
O
H
to
n
LO
v
m
00
4
00
Lfl
n
-tr
N
LD
lA
J
VF
V1
VT
N
VT
N
N
IJ'!
U?
V!
VF
N
Vl
LL W
0 a
�'a
N
u
Ln
u
h
v
Ln
u
h
v
Ln
u
G)
u
Ln
u
Ln
u
Ln
v
Ln
u
Ln
v
Ln
u
Vl
v
Ln
u
Z W
J
a
N
N
h
N
VI
an
N
`
4
L
`
Q w
C
J
aJ
C
J
aJ
C
J
al
C
J
al
C
J
N
C
J
a1
C
J
al
C
J
w
C
J
a1
C
J
a7
C
J
al
C
J
aJ
G
J
aJ
C
J
N
C
J
C
C
G
C
C
C
G
C
C
C
C
C
C
G
C
H V
U
U
U
U
V
U
u
u
u
U
U
u
V
U
U
CQ
L
_
U
Ln
lLn
d
LL
Nfi
cL
t
LL
L
N
Lry
LD
~
O
Q
N
'a
Y
L7)
w
—
�2
LW
'--1
rl
'y
W
m
rl
Z
•--1
y
cL
N
y
O
u
t
r5
Z
Y
m
rn
Y
m
W
a
m
O
Y
Ln
M
ci
N
Y
m
m
in
—
_
a
U
J
t
a-m
O
Z
N
CL
Q
rr
Y
m
LW"G
a1
0
G
o0
_2
00
M
_
La
'a
J
_m
J
J
V)
W
Q
n
a0
Lrl
D
in
00
lb
LM
J00
J
1D
-cr
0
0
r`
m
LD
m
L
N
O
X
x
X
X
Cl
00
m
v
x
a
r^
rn
-
a
Lo
M
Go
LA
LD
M
V
LLI
X
�
x
aL)0
X
m
LD
`r
M
x
c
_
L
o
V
x
rn
m
m
O
J
rn
m
X
p
c
ai
oo
c
L
L
m
L
a/
X
C
N
J
J
m
J
X
Cd
C
a
J
G
J
C
ai
L
T
aJ
C
c
J
C
J
C
J
cL
Y
N
J
m
00
m
0
Z
Qi
Co LU
u
0
k'
0
Y
Y
Y
Ln
cr
m
oOC
LLI
Ot:
n
a-Y
00
Z
V
n
W
Y
Z
Y
m
Y
00
W
LSD
J
LDLDO
[D
Ln
m
m
LD
00
00
LD
2
LD
LD
00
X
w
m
rn
M
LD
V)
LDX
n
a
X
000
ap
=
000
V
Goo
m
x
LL.0
N
=
=
X
N
X
X
Z
Q
O
Z
Q
m
C7
l7
l7
'U
C7
l7
'�
l7
C7
C7
J
l7
l7
i7
l7
\
Q
Q
Q
Q
Q
Q
m
Q
Q
Q
m
Q
Q
Q
Q
OC
W
m
m
m
m
m
m
m
m
m
m
m
m
m
Lu
�
W
C7
W
C7
W
l7
W
C7
w
i7
w
l7
W
w
C7
w
l7
w
C7
W
W
i7
W
C7
w
C7
W
C7
Q
Q
Q
Q
Q
Q
Q
H
Q
Q
Q
Q
Q
Q
Q
UZ
H
H
H
H
H
Q
H
H
H
Q
t
H
L:
H
Q
w
0
0
E
>
R
Fr
7
cr
LY
cr
d'
LL
D
w
a
w
a
W
m
w
x
W
m
w
x
a
w
x
w
a
W
m
a
w
x
w
a
w
x
w
a
Z
Q
OC Ot:
O
U)
rry
er
rn
.q
Ln
r-i
r-L
O
a
O C W
00
rlN
r
rl
�--�
LD
w
M
O
O
w
W
Ln
O
O
OC L m
rl
O
O
m
'-L
00
Ln
m
W W
W~ 7
rn
m
L~f1
0
LLn
d'
j
O
CD
n
O
r1
0
j
O
o
O
o
O Z
O
O
L
O
O
O
L
0
1-4
r-L
w
w
LL
LL
La
, V
m
v
a
o
CT
^
'n
'"
^
m
^
ro
a)
m
M
O
Ln
m
Z ac
m d
rn
r
Lo
.--i
LD
r-1
ry
^
oll
LO
m
^ '
^
LD
LD
ni
4
^
a0
a
Ll
~
M
Ln
LC
Ln
LO
r
00
N
Q
V
•~
o H
Z
+1
in
m
ih
m
t4
V
V).
^
ih
Ln
^
iA
Ln
iA
V)
Ln
iR
lP
N
n
LL
LL
F O
W Z
o
oe
o
a:
ve
o
a
o
Q M
OC O
Ln
LD
lO
m
LD
^
Lf)
M
V
lO
V
LD
.--I
Ln
V
LO
V
Ln
^
^
V)
.•-I
m
'i
--I
W U
a N
G
W
Ln�
M
V
V
^O
Q)
Ln
O
O
LD
LO
LD
00
C)
Lr)00
orro
m
m
m
N
O
n
N
LA
Ln
00
N
rn
C)m
r•
m
rn
N
1
voow
v)
in
i00n
in
in
to
to
aOn
v>
am
n
�a)
00
�
LL w
O C
f Q
V)
V)
U
LA
U
V)
V)
U
Ln
V)
U
V)
U
V)
U
J
d
V)
U
V)
U
lPl
V
V)
V
In
U
W
Z
U
U
V
W
7 �
J
N
�
a
a
H
a
C
a
`m
is
m
m
io
m
io
�n
J0
C
U
U
U
ro
V
m
V
m
U_
V
U
u
U
�n
N
N
V)
V)
V)a
W
E
E
E
E
E
E
E
E
E
E
o
o
0
Q Q
L
m
N
L
v
.0
LU
L
61
L
V
t
w
L
V
t
N
L
d
L
N
t
C7
L:J
O
O
O
F V
U
V
V
U
u
u
U
u
U
U
V
•C
Q
C
C
1r
=
Q
_cp
3
v
3
m
i+
c
v
E
N
O
z
a
d
Z
Ln
N
z
V
cc
`
C
X
C
L
O
N
Y
mr
C
m
_
L
Z
^
L
O
2
E
_
J
m
D`
N
V
O
r
O
^
n
?
m
d
O~
v
�
m
�
O
Ll
D-
x
u
d
ut
a
O
,n
w
J
L
3
-
o
C
Y
x
LD
on
i
a
_O
`
G
Ln
C
0
O
0
co
m
v,
N
4d
V
V
N
•ih
tV
E
J
M
,jG
E
w
D_
w
D_
_
W
O
OD
co
m
w
❑
N
ra
N
O
LL
W
D-
d
N
u
V
00
�
^
)
L
V
m
m
C
o
O
O
O
l7
C7
,n
w
O
LU
m
w
a
3
°o
c
_
v
o
i_
O
+
z
+
z
d
p
LD
m
C
2
C
LL
V
O
O
C
a
L�
�y
o)
G
O
m
M
N
>
V
>
a
m
m
a
Ln
F
w
x
2
ro
o
L
m
Y
E
LL
a
°
O
co
Q
Ln
O
N
o
Ln
U
v
U
n
z
n
w
Z
w
m
O
LD
CCm
� G
L6P
i=
0)
N
CD
LO
00
V)
co
Ln
-+
00
Z
G1
D3)
0
>
LDLf)
O
rn
Lh
O
w
f J
OS
Ln
N
^
O
W
^
c-1
O
M
Lo
LD
00
tD
Ln
CD
LLO
U
QW
D
r�-1
r�-1
V
Q)
.--I
°0
V)
O
^
2
o
z
o
LA
Q
n
a
m
l7
J
wLU
W
J
u
J
w
J
°
�
g
cc
a
Ul
g
a
a
F Z
<
00
Q
C
Q
m
cr
Q
Q
m
JO
O2
QU
u
7
LAd
>_
v�i
—
—
U
Ly
�
W
2
OC
0_
fY
o_
OC
o_
Z
Q
oC OC
O W
ry
Ln
m
^
ao
D
m
Q)
a
O
O
m
00
O
Q
V
^
V
N
W
m
N
Q)
V)
Lf)
V
Ln
N
G1
N
00
r'1
^
O
LA
d
O
ti
^
CD
N
Lb
Ln
00
a)
cc
LWy H
00
00
lb
N
a
^
V)
ri
ti
^
LO
DO
Q
O Z
c-I
c4N
-1
.N-L
b IAJ0
H
Z 2
N
f•
LD
Q1
0
Q1
Ln
m
Q1
m
Ln
O
LD
D1
Dl
m
LD
01
fl
.--L
N
N
M
N
m
10
Q1
N
'i
F
Q1
m
.--L
Q1
Ql
LD
0
ri
LP
rl
'-1
C
DO
Ql
14
Lf1
b
m
rn
m
m
m
a
m
m
m
�T
N
M
rn
M
tJ z
L'''�
ur
V<
vF
vF
v}
vF
to
vF
V<
vF
yr
�
vF
+ h
+h
y �
4^
666
1._ b
m
'\-�
Ipl
ae
�
;e
a°
a'
I
;e
U j
. ii
coo
L j
.�
c0
00
0
to
C
c0
N
W O
S y
fV
w
In
Ln
Ln
Ln
Ln
Ln
Ln
Ln
6n
7
M
Ln
Ln
0
W
u
rq
N
f•
n
�
0
M
V
f•
Q1
L•
m
LD
LP
n
V
Q1
N
Id:
Itt
In
00
Itt
m
V
DO
N
rn
It
N
r
Ln
00
0
V
�l
Ln
V
Ln
N
r4
O
Ln
O
ha
J
v
1n
Do
ur
il
vF
m
4n
m
vF
rl
vF
m
+h
r-
vF
rn
vF
i.
vF
co
+h
Do
vF
vv
w
vF
r-
4n
LP
+h
LL W
b s
~
Q
Ln
N
Ln
N
Ln
N
lis
to
N
N
N
Ln
N
N
N
Q
w
u
u
U
u
u
u
U
u
u
U
u
u
u
U
U
Z W
J
a
7Ccn
n
N
N
i
`1
N
i
L1
d
it
`
`1
m
m
`l
N
N
u
uu
u
U
V
U
lj
U
u
u
u
u
u
a W
(p
[D
C
C
C
C
C
C
C
C
C
C
C
C
C
C
K~
Lys
LM N
Y
In
Y
N
Y
In
Y
N
Y
In
6n
V1
Y
N
Y
In
Y
N
Y
Ln
Y
LnIn
Y
Ln N
Q
E
G
�
V-
U
L~
u
E
m
C
U
C
l.L
IO
O
w
Of
CO
L@j
G
i
_
T
LL
it -
D
0
G
oD
G
U
E
J
J
U
2
C
Z
LY
m
m
i
LL
¢
J
o
E
E
Y
SC
U
T
o
0
7
O
N
�
J
U
U
m
LJ
LJ
J
Q
Y
m
N
Y
a
J
o
J
c�
C
1°
N
n
E
J
E
r
�
J
n
a
"'•
v
'^
E
Ln
E
E
0
m
n
o
o
O
n
D
E
N
^+
0
v
ON
v
Ln
n
00
2
Q
N
H
n
LLn
N
n
M
C
LO
`�
C
G
In
Ln
0
m
CL
m
H
2
UJ
O
Q
rl
Q
O
=
L0
La
m
2
=
m
U
C
N
p,
D
LIL
La
O
O
O
N
Ln
u
D
'�
x
2
O
r_
_0
01
u
G
MC
Ln
G
LD
'i
X
D
O
_0
C
P
O
(„rJ
x
D
LnLo
x
2
>
x
C7
co
c
y
a
.�
=
2
c
>_
.O
O
O
N
ti
LDJD
u
z
cc
go LAJ
cc m
C
L. `
w
n
LD
m
CD
N
M
O
N
0
N
0
m
O
N
O
m
CDO
M
N
O
00Lf)
N
O
m
O
LD
z
f•
.- 1
.-i
N
.-i
lD
.-i
ul
Ln
00
O
"�
LnJ
.lDi
00
LD
fV
LD
�-i
'i
Dl
rl
Q1
c-I
OD
rl
Q1
r-L
Go
LD
r-I
�-i
0
N
LD
lD
fV
00
Q1
W
a
Ln
N
00
In
Ln
rl
.-i
DO
.--L
c0
Ln
10
Ln
00
LL b
z g
Z
a
0
z
cc
Y
mwi
Y
\
J
g
u
�
2
Q
¢
O
O
0
0
O
O
b
0
0
a
u
o
0
0
0
0
0
0
0
0
o
J
0
0
0
—
z
g
L�
�7
L�
(D
0
LD
W
u
0
LDIX
0)
m
w
w
z
Y
Z
Y
a
G cc
Ln
N
m
m
N
M
m
o
m
Ln
Ln
n
ci
m
m
LLI
co
w
N
n
N
DO
m
V
-1
m
N
n
N
n
c0
U)
00
Ql
o0
Ln
.-i
n
DO
o0
f•
a0
m
W W
W H
Lx
Q
0
O
OO
L1'1
'i
O
Ln
O
m
LD
m
LD
00
Ln
m
V
00
Ln
14
C)
O
Ln
V
vl
D1
LL
>
0
e"1
0
m
rl
�--�
r-1
N
♦H
0
b z
L-r
a
r 1
'
r
r
i
H
o LLI
d'
Z u
a
ui
M
m
m
m
LO
m
m
m
N
O
-1
m
ui
lO
It
m
Ln
u!1
uo
GO
oo
V
u1
oo
v
1f1
O
n
o
N
7
p
ai
m
kn
m
m
v
N
N
v
N
m
un
v
It
oo
m
�6
v
kn
m
n
er
v
ri
ry
V
a
N
v
ri
m
V Z
<h
an
<h
an
to
O
O
z Z
o
aE
a\°
a°
a°
o\'
o
o
\
\
e\°
o
U>
rt
H
to
.--i
un
oo
�o
m
rn
m
rn
O
rn
1D
it
m
in
V
rn
O
rn
m
rn
N
rn
o
rn
N
n
Qh
la
m
oo
O
W V
a �
Q
W
V
O
m
m
O
n
ON
V
O9
amo
C
cc
m
oao
a
a
v
m
n
�
m
oo
oo
o f
H
rf;~
Sri
o
O
o
Lo
rn
ko
ODH
J
000
yn
v
oo
in
000
ti
m
u'
`i'
r-
«
�A
OD
v.
u'
H
LL La
O�
~ Q
LeiV1
U
U
LeiV
U
1
U
Ln
u
V1
U
VY
U
V1
U
V)
U
V1
U
V1
U
Ld
U
V1
U
u
VI
U
u
z +y
J
a
a
>
>
a
3
a
a
a
>
>
a
a
a
N
Q
U
U
°�
cQl
cQl
cQl
ob
ob
ca
oo
d1
oo
oo
ca
oo
oo
Q Lu
C
o:
Ln
h
O
O
O
O
O
O
O
O
D
O
O
H V
O
0
0
A
C
i
L
Ol
v
L3
7
a
4
C
m
y,
3
L
3
H
_
un
Q
a
m
7
N
t
�
?
3
a
o
3
E
a
a
s
u,
O
a
m
m
a
v
a
3
tA
3
a
o
0
a
a°
o'
00
0
c
a
v
x
0
n
a
p
E
E
O
0
o
o
O
n
o
Q
o
n
oo
x
a
a
a
x
�
x
Ln O
N
x
v7
oo
oo
W
N
x
3
n
7
O
.N-1
O
d
N
N
fV
m
Q)
ii
o
m
0
o
N
N
O
�
N
3
Q1
a
N
3
HNI
3
3
N
s
o
L
F
r
A
—
m
m
O
W
[O
L
=
C
m
m
O
¢
p
A
=
LL
m
O
m
N
U
t9
Y
O
~
d
O
Do
7
O
a
0
z
c
m m
c
o
o
.ti
m
O
kA
M
O
N
c
n
W
et
O
O
Ln
Z
l
ko
Q
n
m
Pori
V
IO
m
ei
coo
W
oo
ti J
c-I
m
N
N
N
o0
VY
~
N
ei
V
c
n
LL cl
Lnz
co
a
0
z
CL
Y
U
U
U
Y
U
U
Y
]C
U
Y
co
J
w
QQ�
LL
LL
a'
U
Q�Q
LL
L "'
a
d
<
u
>
Q
d
u
d
u
o
O
u
a
J
J
Q
V 2
U
l7
LD
�
"'
"'
¢
¢
m
Q
m
¢
o
a
0
0
>
R
m
g
o
o
ccoo
m
O
g
2
z
he
C7
0
CL7
Y
p
0
x
u
L
Y
a
d' OL
p W
0
m
I
O
oo
n
V
lb
P
m
ti
po
�O
n
n
m
O
o
n
N
m
lO
O
m
N
o
n
lO
m
l0
'2 m
W W
m
�
m
m
m
V1
N
LO
a --I
m
m
Ln
p
O
�!1
N
m
iJ7
lO
V
l0
v1
V
LL ~
m0
Kt N
N
p
O
O
O
N
O
ry
O
N
O
O
N
O
C
O
O
O
O
o Z
� l
.-�
'-1
m
N
m
0
a
LL
K
w
0 W
F- u
n
m
rn
v
m
Cl)
O
0
n
Ln
Ln
rH
0
O
Err
z a'
O
N
00
Cl)
LO
LD
LD
m
V
m
N
m
1!1
00
a
Ld
�i
06
CV
cri
rn
LO
vi
06
m
Oi
6i
.4
rD
n
o ff
N
rn
v
m
V
V
m
v1
Ln
v
m
ui
Lr1
m
a
u z
in
In
irr
irr
vn
irr
tA
irr
i
� O
0
LA.
F O
W 2
a:
3°
o\°\°
a2
of
3�
o
of
3�
off'
o\°
OR
u Q
fn
V
N
.--I
00
00
00
00
Ir
1"1
V1
rl
cl
V
m
WO
rn
rn
LD
LO
r,
LD
r,
rn
r,
rn
r-
n
r,
a
in
0
W
u
m
rn
v
n
0
0
O
00
v
rn
O
er
LO
o
0
OR
V?
OR
Oo
LD
e!
Lp
ry
In
cq
Ui
LQ
a
V1
N
m
LO
w
LD
N
V1
In
N
co
O
O
m
m
m
m
LD
r,
N
r,
V)
m
n
00
J
LL W
Q �
F Q
V)
U
V)
V
V)
U
V)
U
V7
V
V)
U
V1
V
N
V
V1
U
lit
U
V1
V
V1
V
V1
V
N
V
N
U
z W
J
1
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
Y
o
y
}
V
y
LA
y
to
y
y
y
y
yr
y
ur
VI
y
VI
y
y
W
- 0
p
F-
F-
F-
F-
ui
w 4
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
0
O
o
0
0
0
O
O
0
0
0
0
0
0
0
r
r
F-
F-
F
F
L
`
Y
z
z
3
n
3
d
o
>_
v
a
in
d
(d
d
„
�.
=
a
V)
'"-r
n
d
G
n
o
(d
m
n
o
i
a
x
a
N
a
z
b
o
n
0
a
X1
t
0
0
0
00
0
co
"?
o
3
o
oO
K
°°
n
�!
v
a
x
O
X
LO
m
v
CO
w
ci
x
x
v
x
x
to
u
=
3
n
n
cox
°°
o
F-a
a
in
`i
d
m
0
~
N
m
cri
Q
=
d
0
a
o
i
a�
e
m
°C
v
3
y
ai
0
o
m
~
�_
},
F---�
y
~
W
~
O
F-
L
m
H
—
7
y
F-m
—
m
,C
O
:5
F
~
L
p
y
F
O
O
m
—
O
y
—
O
K
F
L
N
m
i0
m
K
L
yyj
H
O
10
m
m
CO
fu0
+
O
O
d
m
O
+..,+
O
O
CCO
kE
O
Q
n
F
0
Y
V))
0
Vl
In
G
O
O
N
O
F
V)
m
N
d
m
V
U
z
. cr
CO m
ui o-' z
o
0
a
O
O
o
O
O11
Oal
LD
m
m
H J
SC
4co 01
N
Om
NO
O
O
Ln
LI)
al
O
Q 0
OC
N
N
00
N
00
rl
LL O
z
Z
CQ
C
Q
Q
C.
U
sc
Y
Y
Y
LL
Y
U
U
U
V
L
u
u
a\' W
}
1
>.
V
u
U
u
1
0.
cc
J
J
J
J
1
d
1
: 4
Q1
V)Q
V)
Q
J
Q
Q
Q
Q
u Z
W
W
W
W
W
9
W
W
U
W
rr
m
m
E
m
m
oc
m
oc
w
oc
cc
LL
O
g
Ne
g
O
O
O
O
O
W
W
W
W
W
W
a
i
cc
m
0
V
O
.--i
Lrl
00
Irl
N
W
w
n
o
m
V
a
rr1
4
c
m
v
m
w
m
m
w i m
W W
N
Rr
N
lO
V)
n
In
Cl)
-1:1
m
10
m
rr
In
N
00
r,
00
V
IT
O
et
N
oO
rl
Ln
O
V)
d
w F
fV
O
N
0
rl
N
O
n
N
r,
N
O
Q
O
O
LD
fV
O
O
O
00
N
O
O
O
O
LL
Q z
c l
rl
'-i
ei
c l
r-1
66
p w
w
n
N
n
m
ti
m
O
0
O
�
v
D
O
a,
zv
C
O d
R
ti
lD
r-�
N
o
O
v
a1
U�
N
oo
N
ai
N
U�
N
Ln
r�
"i
00
o
V7
n
w
v
00
k6
V1
.,
p H
U Z
N
Vl
N
Vl
N
4/i
.--I
Vl
.-I
L?
N
Vl
N
Vi
N
VT
N
V/
N
Vi
N
Vl
N
V4
N
t6
m
[n
m
V1 D
LL
F p
W Z
a°
o
o
0
o
cE
o
oe
o
L7
w
rn
Op
Ln
O
00
m
11
p
00
n
Vt
rn
n
w
n
LD
GC p
"'
�D
tD
�D
1D
LD
LD
n
r�
lb
�D
a u
H
C
W
Y
n
V1
m
00
rV
N
N
V
m
V
r-
m0
Ull
N
C
d
1D
m
O
0)
O
O
0)
O
00
00
In
u'i
N
M
61
K1
u'r
00
0
R
91
OD
O
F
w
n
to
R
m
00
00
LD
r�
V
LA
J
Vl
4/,
V7
Vl
V1
VJ
Vl
i!}
4/T
i!}
Vi
Vi
�
Vl
Vi
LL la
O p
H
V
U
U
U
U
U
V
U
V
V
U
U
V
V
u�
CJ
Q
WW
C
J
a
Ol
N
Ol
N
w
01
01
Ol
01
OJ
CL
Q)
w
N
N
J
C
C
C
C
C
C
C
C
C
C
C
C
C
C:
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
C
H V~
m
U
m
V
m
U
m
V
m
U
m
V
m
V
m
U
m
t>
m
U
m
U
m
U
m
U
m
V
m
U
CQ
C
`�
cL
U
LL
cL
u
U�
-..
—
U
d
LL
Ifl
LD
O
11
00
w
W
'H
L.r!
�_
Li
t
m
Ln
14
r0
Y
cLL_
C
Y
Z
2=
1:)
m
Y
m
cc
C
Y
o
Y
N
Y
m
0
U
�_
m
In
m
O
d
❑
m
rl
_Y
m
W
d
aML
J
t
d
m
Ol
_
cu
N
Y
_
m
OG
00
2
O
G?LO
OD
nC'1
m
C7
O0
-C
_m
00
dCL
O
JO
rN
X
a
Lr)
O
V
mcr
V1
(�
R
00
u'7
J
00
x
D
C
O
X
w
m
O
X
x
=
V)
X
O
c
00
m
c
m
c
LD
n
m
00
m
�
n
m
X
Q
x
in
x
cu
X
m
Q
x
a5
`v
x
ar
c
O
V
x
O
R
c
J
m
x
00
u
rM
Q
C
V
J
J
M
J
x
m
N
C
0J
J
C
m
J
01
N
T
d
J
C
OJ
W
J
C
J
Y
m
N
J
m
_�
m
m
Z
cr 1%
� WC
V
}
}
K
X
m
w
0✓
0✓
CL
C
n
z
H
m
Y
]C
m
X
W
00
00
00
U
Z
v
�
Q
co
c
rn
m
oao
'^
c
W
00o
0
�
Q
LD
000
0
m
m
w
cn
V
"7
V7
r�
X
n
x
000
x
v
coo
mwrl
x
LL O
N
2
=
x
N
X
X
p
Z
Q
Z
Q
m
l"J
C7
C7
C7
l7
C7
J
C7
C7
U)
C7
l7
l7
C7
a
a
a
a
a
a
m
a
a
a
m
a
a
¢
a
WCC
m
m
m
m
m
m
QQ
m
m
m
m
m
m
m
W
C
W
w
w
W
w
W
`]
W
W
W
w
W
LLA
W
W
(D
W
L9
Q
a
a
a
a
a
a
a
a
a
a
a
a
a
F Z
t
tz
�
tz
tz
tz
a
a
tz
tz
t
t:
Q
cr
cr
w
C.:
z
z
?
o
o
cr
cr
cr
0
LL
m
II.I
2
w
x
w
2
w
x
w
2
w
2
d
w
2
w
2
W
2
p[
d
w
x
W
x
W
x
W
2
Z
Q
OC LL+
pw
O
oo
Ul
n
N
N
V
n
n
'i
LD
w
LI)A
m000
rl
m
O
O
al
�--�
00
Vl
m
Q
V
Nw
Lu
rn
m
v1
N
O
'+
O
'+r
rn
V1
�
Q
O
O
n
�n
.�
vi
oG
Q
�D
u'i
m
O
mLO
OO
O
O
O
O
O
y
N
O
O
�j
O
O
Op
Z
'.11
ti
'
'i
ti
r
LL
W
Zal
d
LD
LD
ON
a)
lD
V
al
ul
Lmn
O
oo
7
r-
14
.--�
7-Q6
m
in
N
Lo
ni
n
oo
u1
'i
m
LD
L6
ry
N
C
a
.i
H
Ov Z
v}
m
v*
m
v}
v
v*
r-
+n
N
Le)
v)
r-
to
Ln
to
Ln
vs
Le)
+n
Lo
ry
y
N
i1}
p
LL
� O
W Z
o
pe
ae
R
o
v >
CC O
rn
LD
W
Q
m
LD
r-
ul
m
C
W
a
v
Lo
Ln
v
C
LD
a
Ln
11
n
14
r
Ln
a
.1
m
ti
W U
a n
c
Lu
u-I
o
m
m
c
v
m
LrN
o
oco
oo
uD
0
0
N
m
co
a
vi
ai
v
v
oo
0o
v
ai
o
u1
Ln
N
uc,
O
N
F
Ln
rn
oo
o0
ti
ry
n
o0
m
m-r
ry
0)
a)
L71
v
y
J
in
i/T
in
yn
[/T
An
l/?
An
l/?
An
l/?
in
N
l/?
y o
N
LL W
Q
H 4
In
U
N
U
In
U
In
U
N
V
N
U
V1
U
✓1
U
V1
U
J
a
V1
V
N
U
In
V
N
U
to
u
Q
w
Z uj
J
d
N
�A
to
N
N
to
h
N
to
N
a
a
a
_N
CL
>
(u
n
Ln
Ln
a W
E
E
E
E
E
E
E
E
E
E
o
O
m
LQ
C
N
(u
G1
(u
G1
Ul
N
N
G1
N
l:3
F V
r0
u
L
U
L
U
L
V
t
u
L
u
L
U
L
V
L
U
L
V
L
U
O
O
O
C
C
C
ca
C
O
w=
ai
Q
Z
j
C
Lj
N
Y
O
Y
d
aJEi
O
a --I
Ye
co
Z
Ln
N
to
N
=
C
J
m
N
o
C
d
m
C
o0
7
J
O
O
cL
Ln
O
F
O
x
oo
Z
rO
°'
p
2
v
m
yp
O
Y
a
a`
x
v
ui
a
G
0
O
Ln
¢
y
Y
V
J
m
V
C
J
N
C
C
ro
7
C7
O
Ln
h
A
O
Y
m
Sr
m
ay@.
,�
pp
H
E
y
C
0
y
Wc)
oo X
C
N
Q
N
u
m
W
W
a
a
oa
i
oo
U
d
a
p
C
O
O
0
l7
Yn
w
�
m
N
¢
m
N
7
Q
md
°
°
O
a:O
O
Z
�.
Z
O
p
0.
La
m
O
LL
U
G
J
'fn
p
U1
2J
O
Q
Q
Q
W
V1
rn
>
0
i
°
m
y,
ce
YO
x
W
x
U
L1G
Ln
l7
C7
H
O
O
:?
u
a
°
C
ro
a
°
°
o
a
o
�
y
U
u
L_1
vi
Z
W
N
p
a
\ m
0
W 7
cc
u
°�
N
O
Rt
oo
u7
oo
Ln
O
J
X
J
CN
O
ap
Z
J
LnLn
a)
a)
Lr)
N
D
v
W
D
�'
Ln N
Lr`ni
O
Cn
m
N
1
v
u
p
W
F
Q C
�
t`
C
O
rn
a --I
V
a0
r"
ul
y
l�D
u
z
Ln
4
O
Z
a
to
(,
J
J
Ly
Q
w
W
m
g
w
O
W
m
Z
W
cc
g
�i
H
k
Lit
l7
O
oC
O
oC
w
Q
w
v,
m
LUu
d
w
a
Q
u
Q
p
m
a
U
IF-Z
H
OJ
OJ
~¢
Q
j
v
O
~¢
m
cc
Q
4
a
a
r,y
u
oC
U
u
7
N
—p
�
N
]
V
Lab
7
W
S
OC
a
w
a
a
Z
a
oc
O Wu)
N
m
r-
oo
lD
O
m
al
v
O
O
m
oo
o
V
-;I,a
N
In
c
LY C m
N
u7
V
a)
Do
LD
'~-I
rl
O
co
rb
W
W Wm
LL
oo
ul
oo
Ln
O
N
N
ci
(n
O
^
O
Ln
O
r-
a --I
N
r+
u)
CD
a)
oo
a'
a
w a
ti
O
O
m
N
'-'
N
c-1
r14
ti
H
O Z
rry-1
CL
cr
z
0
Ln
u
O
F-
O
u
LL
W
v
No
a
�D
o
Ln
m
Ln
iD
m
�D
n
N
m
rry
�D
N
z�
CL
v
n
m
m
m
m
o
m
m
m
N
0N0
nm
m
p H
u Z
m
rri
m
m
VT
ri
m
trh
vi
m
v}
c i
m
u>
LO
m
vi
a
v
VT
m
vi
Lfl
r»
VT
m
u!
r
v
,h
v
v
u>
N
�
m
m
v}
m
+n
ai
m
N
N
tr�
0
L6
O
W Z
o
0
o
DD
o
a
o
o
O
�cc
T
o
0
0
0
o
p
0
LO
00
Ln
Ln Ln
in
Ln
u'i
Ln
Ln
LO
LO
00
Ln
Ln
Ln
00
v1
0
c!)
kb
am
-Irm
�
LO
co
LO
N
V
W u
a H
0
w
m
n
m
LD
cc
1D
P.-
cc
Qi
N
V
V
V
m
00
V
m
V
00
fV
m
C
N
a
v
-1
n
00
Ln
n
00
00
o
0o
v
n
-i
00
LO
rn
c
n
vi
n
N
00
ri
00
v
m
o
0o
vi
P.-ko
o
Ln
v
u>
u>
v}
yr
vi
�
u>
{n
u>
v}
of
,�
v}
u>
{n
J
y%
O �
Q
Q
w
In
u
Ln
u
In
U
V/
u
cn
V
In
u
Ln
V
Ln
u
cn
u
N
U
cn
U
y7
lJ
U
U
V
? CW
C
J
ce
n
n
a
a
v
ai
v
d
ai
E
v
v
m
w
m
a
m
a
Ln p
(P
Ln
m
0
u
u
m
u
0
u
is
u
f6
u
c`a
V
co
u
ea
U
o
U
ea
u
m
u
m
U
r0
u
a
ra
c
c
c
c
c
c
c
c
c
c
c
c
Fm
O
O
,][
Y
Y
Y
Y
Y
Y
JC
Y
Y
Y
Y
Y
Y
a
w u
0
Ln
yr
in
cn
cn
v,
Ln
In
of
cn
LO
cn
Ln
Vr
_cc
cc
Ei=w
E
W
L
1.7
m
4to
L
E
4-
m
u
m
c
y
u
—_
ia+
f0
c
Li
lL
m
O
n
a
p
m
O
L
n
ci
oo
9
c
f°
c`O
cu
`
y_
L
v
Z
a
LL
co
m
c
Q
J
G
E
J
U
G
=
K
p
r
E
E
E
L
a
a
a
u
'm
H
a
U
f6
ri
(�
J
Y
Q
Y
C
Q
J
m
LL
O
Ln
_
N
.-i
LO
J
O
J
Y
J
J
cc
ar
E
a
E
t
ry
ti
J
Q
a
�
m
D
�
H
E
.J
J
E
E
o
m
m
O
O
O
a
,�
a
J
E
^'
N
C
0�
r-4
O
NLA y
N
O
O
$
CL
a
in
0
N
CL
C
-O
c
_c
LO
Ln
O
ca
m
O.
N
@
m'O
N
0
La
~
LLO
Q
O
Q
O
O
=
fa
=
f6
N
S
u
S
O
c
S
c
2
Q
D
LnLO
a
C
�a
o
U
p
a
m
N
c
as
2
r
y
`J
m
a
J
o
o
l7
A.
-0
.a
S
fa
2
C
,o
2
O
G
N
m
S
U,
O
l7
Q7
�
V
Y@
w
O
z
cc
=
Ca LLI
m
c
W>
n
D
m
o
N
0
m
0
N
0
N
4
m
o
N
O
m
o
m
o
Ln
O
00
N
O
m
a
LO
z
n
lD
N
ri
r-I
N
H
1p
.�
Ln
Ln
p
.-�
.-�
In
J
W
�--1
lD
tD
ri
rl
r'1
N
�--1
ID
.-I
O
u
cn
Ln00
in
Ln
r�-1
00
00
Ln
LO
Ln
00
sai O
z
Z
a
c
z
�
Y
m
K
Y
gf0
co
a
a
o
0
0
0
0
0
0
0
0
}
o
o
au
o
O
O
O
O
O
0
O
O
O
a
0
u z
J
l7
l7
l7
U"
l7
C7
tD
U
l7
w
w
m
E
zY
a
i
D:
Ln
N
m
N
m
m
O w
�� m
LW
''
N
n
N
o0
m
a
.�
m
N
n
N
n
0o
ui
00
00
00
W
n
ao
m
LL
ac
Q
o
O
00
VI
O
Ln
a
m
LD
m
LO
0o
Ln
Q
v1
Q1
Ln
C
Ln
T
LL
>
.--i
W
V
Z
V)
m
Ql
M
Ql
lD
M
en
M
N
00
O
.--�
Q)
Ln
lD
V
M
lD
V)
M
D0
00
't
Ln
a0
-ItO
V)
n
b
N
d
Ql
to
m
N
It
Ql
V
DO
kD
kD
r�
V
N
V
N
O~
M
m
-It
N
N
Ln
V
m
V
m
V
Kt
N
V
V
m
V z
V}
V}
V}
V}
V}
in
V)
L}
V}
V}
V}
V}
VT
V)
V}
V)
LLL
F 0
LLJ z
V
N
.�-
Co
M
M
O
lD
M
V
O
M
N
V)
N
O)
m
oG 0
in
V•I
kD
n
n
f.
w
V•I
n
n
n
n
n
i"
%D
00
6 H
❑
W
tr
O
m
�
a
o
o
r`
voM00
Ln
Do
mav
o
a
-Itw
m
Ln
w
a)
en
fli
Li
o
o
�
00
ci
n
to
00
J
�
�
14
li
66 W
O
~
N
V
V)
U
N
V
V)
U
u
V
U
U
V
V
V
V
V
V
V
U
CW
L
J
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
N
7
7
a
a
2
✓2
D
N
vl
N
Vim)
N
N
H
�
V
U
Q w
c
c
Di{
C7S
06
CAS
06
06
Di{
DZI
o7J
o7J
D�
o7J
D�
o7J
umi Q
ti
3
3
3
3
3
3
m
3
3
3
a
3
m
3
a
3
v
3
a
3
H V
O
O
O
O
O
O
O
O
O
O
O
O
O
O
w
3
°
N
a
7
3
L
w
`-L
t
3
d
s
i�-
-
oc
4
m
�
})
4
�°
m
L
3
t
S
O
LO
m
,-
V)
7
a
z
u
Y
a
E
O
L
a
�'
3
c
m
L
a
Ln
a
d
L
t
3
Ln
d
O
a
0
o
°i
a
a
a
a
aa,
a
3
O
o
2
0
0
H
J
J
a)
o
o
t
d
x
O
a
a
b
E
0
0
0
0
0
0
❑
OL
xIL
CL
v
uxi
x
tr
b
Ln
b
rq
F
O
oc
,
o
a
ro
n
x
W
C
a
a
o°c
m
a
'�
00
>
>
�
ry
ffi
❑
m
s
N
3
Ki
a
N
c
N
K
3
a
3
—
v
-0O
G
na
,�
'N
F
c
_
H
_
-
H
L
is
L
m
F
—
L
H
C
m
f9
=
c
f6
m
5
o
L
m
m
....
o
m
m
0
�
a
f9
m
L
c
(U
E
c
LU
5
m
v
m
Y
—
i
m
c
0
ro
m
0
G
OL
w
"
0
S
,..
o
l7
Q
3
(EOj
v°i
N
w
W
0
z
oe
go
m m
co
14
O
UD
en
N
O
LO
Vp
OO
Ln
QW
rn
l
O
Ln
NU)
�
rI
0
06
m
WO
W
ch
O
V)
m
mN�4
co
❑
O
n
N
66
z
z
Y
V
V
U
Y
U
U
]C
]C
V
]C
m
CC
LL
L.i
LL
j
ix
LL
L4
DL
i
LL
K
V
u
V
)
m
qJ
Q
Q
5
W W
O
o
V
d
<
d
5
u<
<
U
V
CL
J
J
J
M
o
o
a
a
a
v)
C
a
a
Q
cr
V Z
C7
l7
w
C7
l7
C7
w
Q
w
w
C7
l7
w
w
C7
w
Q
m
m
O
m
LL
O
O
O
s
Cm
G
O
O
cm
C
-
O
]C
w
LD
w
(D
W
()
d
X
W
V
W
V
Y
][
w
C
j[
Q
cc cc
(3)
O
n
m
Co
N
m
O
W
a m
m
Co
Q)
a
61
O
.--i
�D
U
m
N
0�
^O
O
Ln
n
O)
M
u•i
O
to
N
n
tD
m
V1
V
V
W W
u•1
M
N
ti
V
V)
O
N
LA
O
V1
O
N
O
O
LL F
Z
O
m
N
n
N
O
b
O
O
O
b
O
O
o
O
O
O
O
C
M
ti
ti
.r
.-•�
.�
ti
ti
.-i
ti
ti
ti
ti
.--�
0
z
a
z
w
CL
o_
D
LL
O w
u
Z
rr
O
OI
N
m
00
a
CI
O1
ID
m
lD
O
lD
O
'-1
r
Ol
LO
a
LO
rl
N
O
Ol
O
In
J1
00
7 a
LD
V
00
N
M
m
W
vl
00
O)
Dl
Lr)
.-4
�D
r
V
tz
NM
V
V}
m
a
v
V}
m
V}
In
V}
In
Vl
a
In
m
Vl
irn
V}
In
In
m
Vl
Vl
u ?
V}
V}
In
i^
H
O
O
W z
o
a:
oe
oe
o
o
e
a
o
eE
u ]
M
v
N
-1
w
00
00
00
rm
CC 0
W V
a
r
r
r
r
LD
LD
r
LD
r
r
r
r,
r
r
r,
0
U
r
V
r
O
O
C.00
V
r
O
V
LD
O
O
cn
.ti
0o
In
00
00
lD
V
ID
ry
Ci
lD
Lrl
In
d
r
V
N
m
LD
W
�D
N
Ln
rl
In
N
00
O
O
M
r
rl
M
M
LD
r
N
r
In
--I
Ol
r
00
ri
CA
J
in
ri
Vl
a --I
i^
rl
In
ri
Vl
-1
Vl
rl
V}
ci
V}
(.4
V}
ri
In
a
Vl
1-4
In
'i
i^
ci
V}
yn
LL W
a
O 7
H Q
VI
u
Nn
V
(!1
U
✓1
u
In
u
In
u
l/')
V
In
u
In
V
Ln
U
V1
V
VI
U
(!1
u
In
u
V1
l,7
z W
a
D
v
>
m
>
:3
>
m
>
m
>
v
>
d
>
ar
a
m
a
ar
a
>
v
>
m
a
a
a
a
N
Vf
Vt
vl
✓1
1/
V�
N
N
V�
vl
V1
Q
W
W ���y
03
W ���y
66
66
03
03
03
03
W
W ���y
03
03
03
01
N
Ul
0J
Ul
N
Q)
GJ
N
Ol
N
Fu
N
GJ
Q1
W a
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
s
r
3
r
c
r
m
s
3
t
3
3
`m
u
a
LL
a
o
T
n
m
n
In
m
a
CL
m
a
M1
p
u
a
o
o
O
a
a
ti
a
N
a
O
y
a
r
S
000
O
x
00
O
O
O
m
d
3
'"
O
O
00
x
_
ti
Ln
^
o0x
a
X
a
a
x
OD
°
~
x
i�
E
3
m
x
—y
3
°D
v
w
7
x
x
o
ti
x
v
3
o
x
tr
In
00
m
u
n
�
00
r�
0
00
C
a
in
r:
v
o
°
m
S
—
a
Y
3
'
3
E
m
F-
v
F
�
f0
�
°'
F-
c
o
r
—
p
C
'�
—
°
z
�^
H
—
°
s
di
—
O
O
0
O
a
D
L
a
D
u
i0
m
¢
s
O
m
m
[G
u
°
m
Y
~
Y
H
a
m
o
Y
o
0
0
.-
-
o
E
o_
O
cn
to
�; f
1°
V
O
Ip
10
LO
v
V
~ai
G
z
ca a
LO LY
_ m
cr
LU
w
0a
O
Q
Ln
rl4m
O
co
Ln
O
00
In
a z
00o
O
S
S
S
7
S
V
V
m
m
F- J
y
cn
N
O
N
N
•--I
In
N
r
N
00
.�-I
u W
Q �
N
H
LL O
O g
z
4
C
z
Q
cr
co
g
5
i
m
g
g
LL
u
l.L
Li
u
LL
U
LL
U
cr
W W
b
U
d
d
d
d
Q
J
J
?
J
J
Q
J
Q
Q
Q
Q
z
w
w
V'
w
w
w
00
w
w
l7
w
CJ
l7
V'
C7
u
m
m
.cu
m
m
m
C]
OC
m
¢
m
LL
�w
O
O
O
O
O
?
V
Y
Y
Y
Y
YV
w
y
w
l7
w
l7
w
(�
w
l7
4
a a
m
O
r
v
r
r
ry
v
v
O
Ln
00
In
N
W
LD
Ir
O
m
tl
V
m
O
a
00
a
m
LD
m
rn
m
N
'IT
ry
a
LD
u7
r
Ol
m
In
N
00
r
00
V
a
O
a
N
00
rl
In
O
v1
O
~ O
N
O
N
O
r-I
N
O
r
N
r
N
O
O
O
O
tD
�-4
N
CD
N
O
CD
O
O z
'-I
•1
'-t
r-I
r'1
r-1
'-1
c-I
r-1
.-I
'-t
'-1
rl
ci
r1
CITY OF TUCSON RFP #202329 JANITORIAL AND SANITATION ADDITIONAL OFFERINGS/
ATTACHMENT B SUPPLIES, EQUIPMENT AND SUPPLIERS
TAB 2 RELATED SERVICES
MANUFACTURERS - List all manufacturersand suppliers that your firm will offer through this contract and the
associated discount off.
MANUFACTURER CATALOG EFFECTIVE DATE(S) % DISCOUNT OFF LIST PRICE
GEORGIA PACIFIC PAPER
40%
GEORGIA PACIFIC SOAP
20%
ES S ITY
40%
KIMBERLY CLARK PAPER
40%
KIMBERLY CLARK SOAP
20%
HOSPECO GLOVES
20%
HOSPECO
20%
HERITAGE BAG
40%
DIVERSEY
20%
3M
20%
GOJO
20%
RUBBERMAID
20%
1 OF 1
CITY OF TUCSON RFP #202329
ATTACHMENT B
TAB 2
JANITORIAL AND SANITATION
SUPPLIES, EQUIPMENT AND
RELATED SERVICES
ADDITIONAL OFFERINGS/
SUPPLIERS
MANUFACTURERS- List all manufacturersand suppliers that your firm will offer through this contract and the
associated discount off.
MANUFACTURER CATALOG EFFECTIVE DATE(S) % DISCOUNT OFF LIST PRICE
GEORGIA PACIFIC PAPER
40%
GEORGIA PACIFIC SOAP
20%
ESSITY
40%
KIMBERLY CLARK PAPER
40%
KIMBERLY CLARK SOAP
20%
HOSPECO GLOVES
20%
HOSPECO
20%
HERITAGE BAG
40%
DIVERSEY
20%
3 M
20%
GOJO
20%
RUBBERMAID
20%
1 OF 1
ATTACHMENT C
HOUSING AND URBAN DEVELOPMENT (HUD)
5369-B
5369-C
5370-C Section 1
SECTION 3
5369-B
Instructions to Offerors
Non -Construction
1. reparation of Offers
U.S. Department of Housing 1®®'11r'
and urban Development - o329r -
Office of Public and Indian Housing
(a) Offerors are expected to examine the statement of work, the
proposed contract terms and conditions, and all instructions. Failure
to do so will be at the offeror's risk.
(b) Each offeror shall furnish the information required by the sokAa-
tion. The offeror shall sign the offer and print or type its name on the
cover sheet and each continuation sheet on which it makes an entry.
Erasures or other changes must be initialed by the person signing the
offer. Offers signed by an agent shall be accompanied by evidence of
that agent's authority, unless that evidence has been previously
fumished to the HA.
(c) Offers for services other than those specified will not be consid-
ered.
2. submission of Offers
(a) Offers and modifications thereof shall be submitted In sealed
envelopes or packages (1) addressed to the office specified in the
solicitation, and (2) showing the time specified for receipt, the solicita-
tion number, and the name and address of the offeror.
(b) Telegraphic offers wig not be considered unless authorized by the
soNcitatlon; however, offers may be modified by written or telegraphic
notice.
(c) Facsimile offers, modlfications or withdrawals will not be consid-
ered unless authorized by the solicitation.
mendmerds to Solicitations
(a) if this solicitation Is amended, then all terms and corKNons which
are not modified remain unchanged.
(b) Offerors shall acknowledge receipt of any amendments to this
solicitation by
(1) signing and returning the amendment;
(2) identifying the amendment number and date in the space
provided for this purpose on the form for submitting an offer,
(3) letter or telegram, or
(4) facsimile, if facsimile offers are authorized in the solicitation.
The HAiHUD must receive the acknowledgment by the time
specified for receipt of offers.
4. Explanation to Prospective Offerors
Any prospective offeror desiring an explanation or interpretation of the
solicitation, statement of work, etc., must request it in writing soon
enough to allow a reply to reach all prospective offerors before the
submission of their offers. Oral explanations or instructions given
before the award of the contract will not be binding. Any Information
given to a prospective off eror conceming a solictati on will be furs ish ed
promptly to all other prospective offerors as an amendment of the
solicitation, it that information is necessaryin submitting offers or lithe
lack of it would be prejudicial to any other prospective offerors.
5. Responsibility of Prospective Contractor
(a) The HA shall award a contract only to a responsible prospective
contractor who is able to perform successfully under the terms and
'Itions of the proposed contract. To be determined responsible,
a r, aspective contractor must -
(1) Have adequateflnancial resources to perform the contract, or
the ability to obtain them;
(2) Have a satisfactory performance record;
(3) Have a satisfactory record of integrity and business ethics;
(4) Have a satisfactory record of compliance with public policy
(e.g., Equal Employment Opportunity); and
(5) Not have been suspended, debarred, or otherwise determined
to be ineligible for award of contracts by the Department of
Housing and Urban Development or any other agency of the
U.S. Government. Current lists of ineligible contractors are
available for Inspection at the HAIHUD.
(b) Before an offer is considered for award, the offeror may be
requested by the HA to submit a statement or other documentation
regarding any of the foregoing requirements. Fallure by the offeror to
provide such additional information may renderthe offeror Ineligible for
award.
6. Irate Submissions, Modifications, and Withdrawal of Offers
(a) Any offer received at the place designated in the solicitation after
the exact time specified for receipt will not be considered unless it is
received before award is made and it -
(1) Was sent by registered or certified mail not later than the fifth
calendar day before the date specified for receipt of offers
(e.g., an offer submitted in response to a solicitation requiring
receipt of offers by the 20th of the month must have been
mailed by the 15th);
(2) Was sent by mail, or it authorized by the solicitation, was sent
by telegram or via facsimile, and it is determined by the HAl
HUD that the late receipt was due solely to mishandling by the
HA1HUD after receipt at the HA;
(3) Was sent by U.S. Postal Service Express Mail Next Day
Service - Post Office to Addressee, not later than 5.00 p.m. at
the place of mailing two working days prior to the date specified
for receipt of proposals. The term 'working days" excludes
weekends and U.S. Federal holidays; or
(4) Is the only offer received.
(b) Any modification of an offer, except a modification resulting from
the HA's request for'best andfinar offer (If this solicitation Is a request
for proposals), Is subject to the same conditions as in subparagraphs
(a)(1). (2), and (3) of this provision.
(c) A modification resulting from the HA's request for 'best and final"
offer received after the time and date specified in the request will not
be considered unless received before award andthe late receipt is due
solely to mishandling by the HA after receipt at the HA.
(d) The only acceptable evidence to establish the date of mailing of a
late offer, modification, or withdrawal sent either by registered or
certified mail is the U.S. or Canadian Postal Service postmark both on
the envelope or wrapper and on the original receipt horn the U.S. or
Canadian Postal Service. Both postmarks must show a legible date
or the offer, modification, orwithdrawal shall be processed as if mailed
late. "Postmark" means a printed, stamped, or otherwise placed
impression (exclusive of a postage meter machine Impression) that is
readily identifiable without further action as having been supplied and
affixed by employees of the U.S. or Canadian Postal Service on the
date of mailing. Therefore, offerors should request the postal cierkto
place a hand cancellation bull's-eye postmark on both the receipt and
the envelope or wrapper.
(a) The only acceptable evidence to establish the time of receipt at the
HA is the time/date stamp of HA on the offer wrapper or other
documentary evidence of receipt maintained by the HA.
Previous edition is obsolete page 1 of 2
form lino.=69-0 (&W) —
ref. Handbook 7460.8
(f) The only acceptable evidence to establish the date of mailing of a
late offer, modification, or withdrawal sent by Express Mail Next Day
Sarvjce-Post Office to Addressee isthe date entered by the post office
-iving clerk on the "Express MaN Neat Day Service -Post Office to
hudressee" label and the postmark on both the envelope or wrapper
and on the original receipt from the U.S. Postal Service. "Postmark"
has the same meaning as defined In paragraph (c) of this provision,
excluding postmarks of the Canadian Postal Service. Therefore,
offerors should request the postal clerk to place a legible hand
caricellat€on bull's eye postmark on both the receipt and the envelope
or wrapper.
(g) Notwithstanding paragraph (a) of this provision, a late modification
of an otherwise successful offer that makes its terms more favorable
to the HA will be considered at any time it is received and may be
accWed-
(h) If this solicitation Is a request for proposals, proposals may be
withdrawn by written notice, or II authorized by this solicitation, by
telegram (including mallgram) or facsimile machine transmission
received at any time before award. Proposals may be withdrawn in
person by a offeror or its authorized representative N the identity of the
person requesting withdrawal Is established and the person signs a
receipt for the off or before award If this solicitation is an invitation for
bids, bids may be withdrawn at any time prior to bid opening.
7. Contract Award
(a) The HA will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be
most advantageous tothe HA, cost or price and oth erfactors, specified
elsewhere In this solicitation, considered.
lhl The HA may
(1) reject any or all offers K such action is in the HA's interest,
(2) accept other than the lowest offer,
(3) waive irdormalides and rrAnor Irregularities in offers received,
and (a) award more than one contract for all or part of the
requirements stated.
(c) If this solicitatlon is a request for proposals, the HA may award a
contract on the basis of initial offers received, without discussions.
Therefore, each initial offer should contain the offerors bestterms from
a cost or price and technical standpoint.
(d) A written award or acceptance of offer mailed or otherwise furnished to the successful offeror within the time for acceptance _
specified in the offer shall result in a binding contract without further
action by either party. If this solicitation Is a request for proposals, —
before the off er's specified expiration time, the HA may accept an offer,
whether or not there are negotiations after its receipt, unless a written ---
notice ofwithdrawal ls received before award. Negotiations conducted
after receipt of an offer do not constitute a rejection or counteroffer by
the HA.
(e) Neitherfinancial data submitted with an offer, nor representations —
concerning facilities or financing, will form a part of the resulting
contract.
S. Sondes of Pic t
Any protest against the award of a contract pursuant to this solicitation
shall be served on the HA by obtaining written and dated acknowledg-
merit of receipt from the HA at the address shown on the cover of this
solicitation. The determination of the HA with regard to such protest
or to proceed to award notwithstanding such protest shall be final
unless appealed by the protestor.
9. Offer Submission
Offers shall be submitted as follows and shall be enclosed in a sealed
envelope and addressed to the office specified in the solicitation. The
proposal shall show the hour and date specified in the solicitation
for receipt, the solicltatlon number, and the name and address of
the offeror, on the face of the envelope.
It Is very Important that the offer be property identified on the face
of the envelope as set forth above in order to Insure that the date and
time of receipt Is stamped on the face of the offer envelope. Receiving
procedures are: date and time stamp those envelopes identified as
proposals and defhrer them immed€ately to the appropriate contracting
official, and only date stamp those envelopes which do not contain
identification of the contents and deliver them to the appropriate
procuring activity only through the routine mail delivery procedure_
[Describe bid or proposal preparation instructions here:]
Previous edition is obsolete page 1 of 2 form HUD-Mg-8 (am
ref. Handbook 7460.E
5369-C
Certifications and
Representations
of Offerors
I`Ion-Construction Contract
U.S. Department of Housing OMB Approval No: 2677-0180 (exp. 7/30/86)
and Urban Development
Office of Public and Indian Housing
Public reporting burden for this collection of information Is estimated to average 6 minutes per response, including the time for reviewing instructions, searching
existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information.
This form includes clauses required by OMB's common rule on biddingloffering procedures, implemented by HUD in 24 CFR 86.36, and those requirements
set forth in Executive Order 11626 for small, minority, women -owned businesses, and certifications for Independent price determination, and conflict of interest.
The form is required for nonconstruction contracts awarded by Housing Agencies (HAs). The form is used by bidders/offerors to certify to the HA's Contracting
Officer for contract compliance. If the form were not used, HAs would be unable to enforce their contracts. Responses to the collection of information are
required to obtain a benefit or to retain a benefit. The information requested does not land Itself to confidentiality.
1. Contingent Fee Representation and Agreement
(a) The bidder/offeror represents and certifies as part of its bid/
offer that, except for full-time bona fide employees working
solely for the bidder/offeror, the bidder/offeror:
(1) [ ] has, [)( has not employed or retained any person or
company to solicit or obtain this contract; and
(2) [ ] has, ['(t] has not paid or agreed to pay to any person
or company employed or retained to solicit or obtain this
contract any commission, percentage, brokerage, or other
fee contingent upon or resulting from the award of this
contract.
(b) If the answer to either (a)(1) or (a) (2) above is affirmative,
the bidder/offeror shall make an immediate and full written
disclosure to the PHA Contracting Officer.
(c) Any misrepresentation by the bidder/offeror shall give the
PHA the right to (1) terminate the resultant contract; (2) at its
, '-cretion, to deduct from contract payments the amount of any
.tmission, percentage, brokerage, or other contingent fee; or
(3) take other remedy pursuant to the contract.
2. Small, Minority, Women -Owned Business Concern Rep-
resentation
The bidder/offeror represents and certifies as part of its bid/offer
that it:
(a) [ ] is, [] is not a small business concern. "Small business
concern`,' as used in this provision, means a concern, includ-
ing its affiliates, that is independently owned and operated,
not dominant in the field of operation in which it is bidding,
and qualified as a small business under the criteria and size
standards in 13 CFR 121.
(b) [ ] is, [)(] is not a women -owned small business concern.
"Women -owned," as used in this provision, means a small
business that is at least 51 percent owned by a woman or
women who are U.S. citizens and who also control and
operate the business.
(c) [ ] is, [A is not a minority enterprise which, pursuant to
Executive Order 11625, is defined as a business which is at
least 51 percent owned by one or more minority group
members or, in the case of a publicly owned business, at least
51 percent of its voting stock is owned by one or more
minority group members, and whose management and daily
operations are controlled by one or more such individuals.
For the purpose of this definition, minority group members are:
(Check the block applicable to you)
( ] Black Americans [ ] Asian Pacific Americans
[ ] Hispanic Americans ( ] Asian Indian Americans
[ ] Native Americans [ ] Hasidic Jewish Americans
3. Certificate of Independent Price Determination
(a) The bidder/offeror certifies that—
(1) The prices in this bid/offer have been arrived at indepen-
dently, without, for the purpose of restricting competi-
tion, any consultation, communication, or agreement
with any other bidderlofferor or competitor relating to (i)
those prices, (ii) the intention to submit a bid/offer, or
(iii) the methods or factors used to calculate the prices
offered;
(2) The prices in this bid/offer have not been and will not be
knowingly disclosed by the bidder/offeror, directly or
indirectly, to any other bidder/offeror or competitor be-
fore bid opening (in the case of a sealed bid solicitation)
or contract award (in the case of a negotiated solicitation)
unless otherwise required by law; and
(3) No attempt bas been made or will be made by the bidder/
offeror to induce any other concern to submit or not to
submita bid/offer for the purpose ofrestricting competition.
(b) Each signature on the bid/offer is considered to be a certifi-
cation by the signatory that the signatory:
(1) Is The person in the bidder/offeror's organization respon-
sible for determining the prices being offered in this bid
or proposal, and that The signatory has not participated
and will not participate in any action contrary to subpara-
graphs (a)(1) through (a)(3) above; or
(2) (i) Has been authorized, in writing, to act as agent for the
following principals in certifying that those principals
bave not participated, and will not participate in any
action contrary to subparagraphs (a)(1) through (a)(3)
above (insert full name of person(s) in the bidder/offeror's
organization responsible for determining the prices of-
fered in this bid or proposal, and the title of his or her
position in the bidder/offeror's organization);
(ii) As an authorized agent, does certify that the princi-
pals named in subdivision (b)(2)(i) above have not par-
ticipated, and will not participate, in any action contrary
to subparagraphs (a)(1) through (a)(3) above; and
Previous edition is obsolete form HUD-tisa9-C (W)
page 1 of 2 ref. Handbook 7460.8
(iii) As an agent, has not personally participated, and will
not participate in any action contrary to subparagraplis
(a)(1) through (a)(3) above.
If the bidder/offeror deletes or modifies subparagraph (a)2
above, the bidder/offeror must furnish with its bid/offer a
signed statement setting forth in detail the circumstances of
the disclosure.
4. Organizational Conflicts of Interest Certification
(a) The Contractor warrants that to the best of its knowledge and
belief and except as otherwise disclosed, it does nothave any
organizational conflict of interest which is defined as a
situation in which the nature of work under a proposed
contract and a prospective contractor's organizational, fi-
nancial, contractual or other interest are such that:
(i) Award of the contract may result in an unfair competi-
tive advantage;
6. Conflict of Interest
In the absence of any actual or apparent conflict, the offeror, by
submission of a proposal, hereby warrants that to the best of its
knowledge and belief, no actual or apparent conflict of interest
exists with regard to my possible performance of this procure-
ment, as described in the clause in this solicitation titled "Orga-
nizational Conflict of Interest."
7. Offeror's Signature
The offeror hereby certifies that the information contained in
these certifications and representations is accurate, complete,
and current.
Signature & Date:
(ii) The Contractor's objectivity in performing the con-
tract work may be impaired; or
(Ili) That the Contractor has disclosed all relevant infor-
mation and requested the HA to make a determination
with respect to this Contract.
(b) The Contractor agrees that if after award he or she discovers
an organizational conflict of interest with respect to this
contract, he or she shall make an immediate and full disclo-
sure in writing to the HA which shall include a description of
the action which the Contractor has taken or intends to
eliminate or neutralize the conflict. The HA may, however,
terminate the Contract for the convenience of HA if it would
be in the best interest of HA.
(c) In the event the Contractor was aware of an organizational
conflict of interest before the award of this Contract and
intentionally did not disclose the conflict to the HA, the HA
may terminate the Contract for default.
(d) The Contractor shall require a disclosure or representation
from subcontractors and consultants who may be in a position
to influence the advice or assistance rendered to the HA and
shall include any necessary provisions to eliminate or neutralize
conflicts of interest in consultant agreements or subcontracts
involving performance or work under this Contract.
S. Authorized Negotiators (RFPs only)
The offeror represents that the following persons are authorized
to negotiate on its behalf with the PHA in connection with this
request for proposals: (list names, titles, and telephone numbers
of the authorized negotiators):
Typed or Printed Name:
Title:
form HUD-5369-C (M)
Previous eMon is obsolete page 2 of 2 ref. Handbook 7460,8
5370-C 1
General Conditions for Non -Construction U.S. Department of Housing and Urban
Development
Contracts Office of Public and Indian Housing
Section I -- (With or without Maintenance Work) Office of Labor Relations
OMB Approval No. 2577-0157 (exp. 1/31/2017
Public Reporting Burden for this collection of information is estimated to average 0.08 hours per response, including the time for reviewing instructions,
searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send
comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the
Reports Management Officer, Office of Information Policies and Systems, U.S. Department of Housing and Urban Development, Washington, D.C.
20410-3600; and to the Office of Management and Budget, Paperwork Reduction Project (2577-0157), Washington, D.C. 20503. Do not send this
completed form to either of these addressees.
Applicability. This form HUD-5370-C has 2 Sections. These
Sections must be inserted into non -construction contracts as
described below;
1) Non -construction contracts (without maintenance)
greater than $100,000 - use Section 1;
2) Maintenance contracts (including nonroutine
maintenance as defined at 24 CFR 968.105) greater than
$2,000 but not more than $100,000 - use Section II; and
3) Maintenance contracts (including nonroutine
maintenance), greater than $100,000 — use Sections 1
and 1.
Section f - Clauses for All Non -Construction Contracts greater
than $100,000
1. Definitions
The following definitions are applicable to this contract:
(a) "Authority or Housing Authority (HA)" means the
Housing Authority.
(b) "Contract" means the contract entered into between the
Authority and the Contractor. It includes the contract form,
the Certifications and Representations, these contract
clauses, and the scope of work. It includes all formal
changes to any of those documents by addendum, Change
Order, or other modification.
(c) "Contractor" means the person or other entity entering into
the contract with the Authority to perform all of the work
required under the contract.
(d) "Day" means calendar days, unless otherwise stated.
(e) "HUD" means the Secretary of Housing and Urban
development, his delegates, successors, and assigns, and
the officers and employees of the United States
Department of Housing and Urban Development acting for
and on behalf of the Secretary.
2. Changes
(a) The HA may at any time, by written order, and without
notice to the sureties, if any, make changes within the
general scope of this contract in the services to be
performed or supplies to be delivered.
(b) If any such change causes an increase or decrease in the
hourly rate, the not -to -exceed amount of the contract, or
the time required for performance of any part of the work
under this contract, whether or not changed by the order,
or otherwise affects the conditions of this contract, the HA
shall make an equitable adjustment in the not -to -exceed
amount, the hourly rate, the delivery schedule, or other
affected terms, and shall modify the contract accordingly.
(c) The Contractor must assert its right to an equitable
adjustment under this clause within 30 days from the date
of receipt of the written order. However, if the HA decides
that the facts justify it, the HA may receive and act upon a
proposal submitted before final payment of the contract.
(d) Failure to agree to any adjustment shall be a dispute under
clause Disputes, herein. However, nothing in this clause
shall excuse the Contractor from proceeding with the
contract as changed.
(e) No services for which an additional cost or fee will be
charged by the Contractor shall be furnished without the
prior written consent of the HA.
3. Termination for Convenience and Default
(a) The HA may terminate this contract in whole, or from time
to time in part, for the HA's convenience or the failure of the
Contractor to fulfill the contract obligations (default). The
HA shall terminate by delivering to the Contractor a written
Notice of Termination specifying the nature, extent, and
effective date of the termination. Upon receipt of the notice,
the Contractor shall: (i) immediately discontinue all services
affected (unless the notice directs otherwise); and (5)
deliver to the HA all information, reports, papers, and other
materials accumulated or generated in performing
this contract, whether completed or in process.
(b) If the termination is for the convenience of the HA, the HA
shall be liable only for payment for services rendered
before the effective date of the termination.
(c) If the termination is due to the failure of the Contractor to
fulfill its obligations under the contract (default), the HA may
(i) require the Contractor to deliver to it, in the manner
and to the extent directed by the HA, any work as
described in subparagraph (a)(ii) above, and compensation
be determined in accordance with the Changes clause,
paragraph 2, above; (ii) take over the work and prosecute
the same to completion by contract or otherwise, and the
Contractor shall be liable for any additional cost incurred by
the HA; (iii) withhold any payments to the Contractor, for the
purpose of off -set or partial payment, as the case may
be, of amounts owed to the HA by the Contractor.
(d) If, after termination for failure to fulfill contract obligations
(default), it is determined that the Contractor had not failed,
the termination shall be deemed to have been effected for
the convenience of the HA, and the Contractor shall been
titled to payment as described in paragraph (b) above.
(a) Any disputes with regard to this clause are expressly made
subject to the terms of clause titled Disputes herein.
4. Examination and Retention of Contractor's Records
(a) The HA, HUD, or Comptroller General of the United States,
or any of their duly authorized representatives shall, until 3
years after final payment under this contract, have access
to and the right to examine any of the Contractor's directly
pertinent books, documents, papers, or other records
involving transactions related to this contract for the
purpose of making audit, examination, excerpts, and
transcriptions.
Section I - Page 1 of 6 form HUD-5374-C (0112014)
(b) The Contractor agrees to include in first -tier subcontracts
under this contract a clause substantially the same as
paragraph (a) above. "Subcontract," as used in this clause,
excludes purchase orders not exceeding $10,000.
(c) The periods of access and examination in paragraphs (a)
and (b) above for records relating to:
(i) appeals under the clause titled Disputes;
(ii) litigation or settlement of claims arising from the
performance of this contract; or,
(iii) costs and expenses of this contract to which the HA,
HUD, or Comptroller General or any of their duly
authorized representatives has taken exception shall
continue until disposition of such appeals, litigation,
claims, or exceptions.
S. Rights in Data (Ownership and Proprietary Interest)
The HA shall have exclusive ownership of, all proprietary
interest in, and the right to full and exclusive possession of all
information, materials and documents discovered or produced
by Contractor pursuant to the terms of this Contract, including
but not limited to reports, memoranda or letters concerning the
research and reporting tasks of this Contract.
6. Energy Efficiency
The contractor shall comply with all mandatory standards and
policies relating to energy efficiency which are contained in the
energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (Pub.L. 94-163) for the State in
which the work under this contract is performed.
7. Disputes
(a) All disputes arising under or relating to this contract, ex_ cent
for disputes arising under clauses contained in Section ill.
LaborStandard1 Provisions. including any claims for
damages for the alleged breach there of which are not
disposed of by agreement, shall be resolved under this
clause.
(b) All claims by the Contractor shall be made in writing and
submitted to the HA. A claim by the HA against the
Contractor shall be subject to a written decision by the H.A.
(c) The HA shall, with reasonable promptness, but in no event
in no more than 60 days, render a decision concerning any
claim hereunder. Unless the Contractor, within 30 days after
receipt of the HA's decision, shall notify the HA in writing
that it takes exception to such decision, the decision
shall be final and conclusive.
(d) Provided the Contractor has (i) given the notice within the
time stated in paragraph (c) above, and (ii) excepted its
claim relating to such decision from the final release, and (iii)
brought suit against the HA not later than one year after
receipt of final payment, or if final payment has not been
made, not later than one year after the Contractor has had a
reasonable time to respond to a written request by the HA
that it submit a final voucher and release, whichever is
earlier, then the HA's decision shall not be final or
conclusive, but the dispute shall be determined on the
merits by a court of competent jurisdiction.
(e) The Contractor shall proceed diligently with performance of
this contract, pending final resolution of any request for
relief, claim, appeal, or action arising under the contract,
and comply with any decision of the HA.
3. Contract Termination; Debarment
A breach of these Contract clauses may be grounds for
termination of the Contract and for debarment or denial of
participation in HUD programs as a Contractor and a
subcontractor as provided in 24 CFR Part 24.
9. Assignment of Contract
The Contractor shall not assign or transfer any interest in this
contract; except that claims for monies due or to become due
from the HA under the contract may be assigned to a bank,
trust company, or other financial institution. If the Contractor is
a partnership, this contract shall inure to the benefit of the
surviving or remaining member(s) of such partnership approved
by the HA.
10. Certificate and Release
Prior to final payment under this contract, or prior to settiemenl
upon termination of this contract, and as a condition precedent
thereto, the Contractor shall execute and deliver to the HA a
certificate and release, in a form acceptable to the HA, of all
claims against the HA by the Contractor under and by virtue of
this contract, other than such claims, if any, as may be
specifically excepted by the Contractor in stated amounts set
forth therein.
11. Organizational Conflicts of Interest
(a) The Contractor warrants that to the best of its knowledge
and belief and except as otherwise disclosed, it does not
have any organizational conflict of interest which is defined
as a situation in which the nature of work under this
contract and a contractor's organizational, financial,
contractual or other interests are such that:
(i) Award of the contract may result in an unfair
competitive advantage; or
(ii) The Contractor's objectivity in performing the contract
work may be impaired.
(b) The Contractor agrees that if after award it discovers an
organizational conflict of interest with respect to this contract
or any task/delivery order under the contract, he or she shall
make an immediate and full disclosure in writing to the
Contracting Officer which shall include a description of the
action which the Contractor has taken or intends to take to
eliminate or neutralize the conflict. The HA may, however,
terminate the contract or task/delivery order for the
convenience of the HA if it would be in the best interest
of the HA.
(c) In the event the Contractor was aware of an organizational
conflict of interest before the award of this contract and
intentionally did not disclose the conflict to the Contracting
Officer, the HA may terminate the contract for default.
(d) The terms of this clauses hall be included in all
subcontracts and consulting agreements wherein the work
to be performed is similar to the service provided by the
prime Contractor. The Contractor shall include in such
subcontracts and consulting agreements any necessary
provisions to eliminate or neutralize conflicts of interest.
12. Inspection and Acceptance
(a) The HA has the right to review, require correction, if
necessary, and accept the work products produced by the
Contractor. Such review(s) shall be carried out within 30
days so as to not impede the work of the Contractor. Any
Section I - Page 2 of 6 form HUDS370-C (0112014)
product of work shall be deemed accepted as submitted if
the HA does not issue written comments and/or required
corrections within 30 days from the date of receipt of such
product from the Contractor.
(b) The Contractor shall make any required corrections
promptly at no additional charge and return a revised copy
of the product to the HA within 7 days of notification or a
later date if extended by the HA.
(c) Failure by the Contractor to proceed with reasonable
promptness to make necessary corrections shall be a
default. If the Contractor's submission of corrected work
remains unacceptable, the HA may terminate this contract
(or the task order involved) or reduce the contract price or
cost to reflect the reduced value of services received.
13. Interest of Members of Congress
No member of or delegate to the Congress of the United States
of America or Resident Commissioner shall be admitted to any
share or part of this contract or to any benefit to arise there from,
but this provision shall not be construed to extend to this
contract if made with a corporation for its general benefit.
14, Interest of Members, Officers, or Employees and Former
Members, Officers, or Employees
No member, officer, or employee of the HA, no member of the
governing body of the locality in which the project is situated, no
member of the governing body in which the HA was activated,
and no other pubic official of such locality or localities who
exercises any functions or responsibilities with respect to the
project, shall, during his or her tenure, or for one year
thereafter, have any interest, direct or indirect, in this contract or
the proceeds thereof.
15. Limitation on Payments to Influence Certain Federal
Transactions
(a) Definitions. As used in this clause:
"Agency", as defined in 5 U.S.C. 552(f), includes Federal
executive departments and agencies as well as independent
regulatory commissions and Government corporations, as
defined in 31 U.S.C. 9101(1).
"Covered Federal Action" means any of the following
Federal actions:
(i) The awarding of any Federal contract;
(5) The making of any Federal grant;
(ii!) The making of any Federal loan;
(iv) The entering into of any cooperative agreement; and,
(v) The extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or
cooperative agreement
Covered Federal action does not include receiving from an
agency a commitment providing for the United States to insure
or guarantee a loan.
"Indian tribe" and "tribal organization" have the meaning
provided in section 4 of the Indian Self -Determination and
Education Assistance Act (25 U.S.C. 4506). Alaskan Natives
are included under the definitions of Indian tribes in that Act.
"Influencing or attempting to influence" means making, with
the intent to influence, any communication to or appearance
before an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with any covered
Federal action.
"Local government" means a unit of government in a State
and, if chartered, established, or otherwise recognized by a
State for the performance of a governmental duty, including a
local public authority, a special district, an intrastate district, a
council of governments, a sponsor group representative
organization, and any other instrumentality of a local
government.
"Officer or employee of an agency" includes the following
individuals who are employed by an agency:
(i) An individual who is appointed to a position in the
Government under title 5, U.S.C., including a position
under a temporary appointment;
(ii) A member of the uniformed services as defined in
section 202, title 18, U.S.C.;
(iii) A special Government employee as defined in section
202, title 18, U.S.C.; and,
(iv) An individual who is a member of a Federal advisory
committee, as defined by the Federal Advisory
Committee Act, title 5, appendix 2.
"Person" means an individual, corporation, company,
association, authority, firm, partnership, society, State, and local
government, regardless of whether such entity is operated for
profit or not for profit. This term excludes an Indian tribe, tribal
organization, or other Indian organization with respect to
expenditures specifically permitted by other Federal law.
"Recipient" includes all contractors, subcontractors at any
tier, and subgrantees at any tier of the recipient of funds received
in connection with a Federal contract, grant, loan, or cooperative
agreement. The term excludes an Indian tribe, tribal organization,
or any other Indian organization with respect to
expenditures specifically permitted by other Federal law.
"Regularly employed means, with respect to an officer or
employee of a person requesting or receiving a Federal
contract, grant, loan, or cooperative agreement, an officer or
employee who is employed by such person for at least 130
working days within one year immediately preceding the date of
the submission that initiates agency consideration of such
person for receipt of such contract, grant, loan, or cooperative
agreement. An officer or employee who is employed by such
person for less than 130 working days within one year
immediately preceding the date of submission that initiates
agency consideration of such person shall be considered to be
regularly employed as soon as he or she is employed by such
person for 130 working days.
"State" means a State of the United States, the District of
Columbia, the Commonwealth of Puerto Rico, a territory or
possession of the United States, an agency or instrumentality of
a State, and a multi -State, regional, or interstate entity having
governmental duties and powers.
(b) Prohibition.
(i) Section 1352 of title 31, U.S.C. provides in part that no
appropriated funds may be expended by the recipient
of a Federal contract, grant, loan, or cooperative
agreement to pay any person for influencing or
attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member
of Congress in connection with any of the following
covered Federal actions: the awarding of any Federal
contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any
cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of
any Federal contract, grant, loan, or cooperative
agreement
(ii) The prohibition does not apply as follows:
Section I - Page 3 of 6 form HUD-5370-C (01/2014)
(1) Agency and legislative liaison by Own
Employees.
(a) The prohibition on the use of appropriated
funds, in paragraph (i) of this section, does not
apply in the case of a payment of reasonable
compensation made to an officer or employee of
a person requesting or receiving a Federal
contract, grant, loan, or cooperative agreement, if
the payment is for agency and legislative
activities not directly related to a covered Federal
action.
(b) For purposes of paragraph (b)(i)(1)(a) of
this clause, providing any information specifically
requested by an agency or Congress is permitted
at any time.
(c) The following agency and legislative liaison
activities are permitted at any time only where
they are not related to a specific solicitation for
any covered Federal action:
(1) Discussing with an agency (including
individual demonstrations) the qualities and
characteristics of the person's products or
services, conditions or terms of sale, and service
capabilities; and,
(2) Technical discussions and other
activities regarding the application or adaptation
of the person's products or services for an
agency's use.
(d) The following agency and legislative liaison
activities are permitted where they are prior to
formal solicitation of any covered Federal action:
(1) Providing any information not
specifically requested but necessary for an
agency to make an informed decision about
initiation of a covered Federal action;
(2) Technical discussions regarding the
preparation of an unsolicited proposal prior to its
official submission; and
(3) Capability presentations by persons
seeking awards from an agency pursuant to the
provisions of the Small Business Act, as
amended by Public Law 95-507 and other
subsequent amendments.
(e) Only those activities expressly authorized
by subdivision (b)(ii)(1)(a) of this clause are
permitted under this clause.
(2) Professional and technical services.
(a) The prohibition on the use of appropriated
funds, in subparagraph (b)(i) of this clause,
does not apply in the case of-
(i) A payment of reasonable compensation
made to an officer or employee of a
person requesting or receiving a
covered Federal action or an extension,
continuation, renewal, amendment, or
modification of a covered Federal
action, if payment is for professional or
technical services rendered directly in
the preparation, submission, or
negotiation of any bid, proposal, or
application for that Federal action or for
meeting requirements imposed by or
pursuant to law as a condition for
receiving that Federal action.
(ii) Any reasonable payment to a person,
other than an officer or employee of a
person requesting or receiving a
covered Federal action or an extension,
continuation, renewal, amendment, or
modification of a covered Federal action
if the payment is for professional or
technical services rendered directly in
the preparation, submission, or
negotiation of any bid, proposal, or
application for that Federal action or for
meeting requirements imposed by or
pursuant to law as a condition for
receiving that Federal action. Persons
other than officers or employees of a
person requesting or receiving a
covered Federal action include
consultants and trade associations.
(b) For purposes of subdivision (b)(ii)(2)(a) of
clause, "professional and technical services"
shall be limited to advice and analysis
directly applying any professional or
technical discipline.
(c) Requirements imposed by or pursuant to law
as a condition for receiving a covered
Federal award include those required by law
or regulation, or reasonably expected to be
required by law or regulation, and any other
requirements in the actual award
documents.
(d) Only those services expressly authorized by
subdivisions (b)(ii)(2)(a)(i) and (ii) of this
section are permitted under this clause.
(iii) Selling activities by independent sales
representatives.
(c) The prohibition on the use of appropriated funds, in
subparagraph (b)(i) of this clause, does not apply to the
following selling activities before an agency by independent
sales representatives, provided such activities are prior to
formal solicitation by an agency and are specifically limited
to the merits of the matter:
(i) Discussing with an agency (including individual
demonstration) the qualities and characteristics of the
person's products or services, conditions or terms of
sale, and service capabilities; and
(ii) Technical discussions and other activities regarding
the application or adaptation of the person's products
or services for an agency's use.
(d) Agreement. In accepting any contract, grant, cooperative
agreement, or loan resulting from this solicitation, the
person submitting the offer agrees not to make any
payment prohibited by this clause.
(a) Penalties. Any person who makes an expenditure
prohibited under paragraph (b) of this clause shall be
subject to civil penalties as provided for by 31 U.S.C. 1352.
An imposition of a civil penalty does not prevent the
Government from seeking any other remedy that may be
applicable.
(f) Cost Allowability. Nothing in this clause is to be interpreted
to make allowable or reasonable any costs which would be
unallowable or unreasonable in accordance with Part 31 of
the Federal Acquisition Regulation (FAR), or OMB
Circulars dealing with cost allowability for recipients of
assistance agreements. Conversely, costs made
specifically unallowable by the requirements in this clause
will not be made allowable under any of the provisions of
FAR Part 31 or the relevant OMB Circulars.
Section I - Page 4 of 6 form HUD-5370-C (01/2014)
16. Equal Employment Opportunity
During the performance of this contract, the Contractor agrees
as follows:
(a) The Contractor shall not discriminate against any employee
or applicant for employment because of race, color,
religion, sex, or national origin.
(b) The Contractor shall take affirmative action to ensure that
applicants are employed, and that employees are treated
during employment without regard to their race, color,
religion, sex, or national origin. Such action shall include,
but not be limited to (1) employment; (2) upgrading; (3)
demotion; (4) transfer; (5) recruitment or recruitment
advertising; (6) layoff or termination; (7) rates of pay or
other forms of compensation; and (8) selection for training,
including apprenticeship.
(c) The Contractor shall post in conspicuous places available
to employees and applicants for employment the notices to
be provided by the Contracting Officer that explain this
clause.
(d) The Contractor shall, in all solicitations or advertisements
for employees placed by or on behalf of the Contractor,
state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex,
or national origin.
(e) The Contractor shall send, to each labor union or
representative of workers with which it has a collective
bargaining agreement or other contract or understanding,
the notice to be provided by the Contracting Officer
advising the labor union or workers' representative of the
Contractor's commitments under this clause, and post
copies of the notice in conspicuous places available to
employees and applicants for employment.
(f) The Contractor shall comply with Executive Order 11246,
as amended, and the rules, regulations, and orders of the
Secretary of Labor.
(g) The Contractor shall furnish all information and reports
required by Executive Order 11246, as amended and by
rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto. The Contractor shall permit access to its
books, records, and accounts by the Secretary of Labor for
purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(h) In the event of a determination that the Contractor is not in
compliance with this clause or any rule, regulation, or order
of the Secretary of Labor, this contract may be canceled,
terminated, or suspended in whole or in part, and the
Contractor may be declared ineligible for further
Government contracts, or federally assisted construction
contracts under the procedures authorized in Executive
Order 11246, as amended. In addition, sanctions may be
imposed and remedies invoked against the Contractor as
provided in Executive Order 11246, as amended, the rules,
regulations, and orders of the Secretary of Labor, or as
otherwise provided by law.
(i) The Contractor shalf include the terms and conditions of
this clause in every subcontract or purchase order unless
exempted by the rules, regulations, or orders of the
Secretary of Labor issued under Executive Order 11246,
as amended, so that these terms and conditions will be
binding upon each subcontractor or vendor. The
Contractor shall take such action with respect to any
subcontractor or purchase order as the Secretary of
Housing and Urban Development or the Secretary of Labor
may direct as a means of enforcing such provisions,
including sanctions for noncompliance; provided that if the
Contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such
direction, the Contractor may request the United States to
enter into the litigation to protect the interests of the United
States.
17. Dissemination or Disclosure of Information
No information or material shall be disseminated or disclosed to
the general public, the news media, or any person or
organization without prior express written approval by the HA.
18. Contractor's Status
It is understood that the Contractor is an independent contractor
and is not to be considered an employee of the HA, or assume
any right, privilege or duties of an employee, and shall save
harmless the HA and its employees from claims suits, actions
and costs of every description resulting from the Contractor's
activities on behalf of the HA in connection with this Agreement.
19. Other Contractors
HA may undertake or award other contracts for additional work
at or near the site(s) of the work under this contract. The
contractor shall fully cooperate with the other contractors and
with HA and HUD employees and shall carefully adapt
scheduling and performing the work under this contract to
accommodate the additional work, heeding any direction that
may be provided by the Contracting Officer. The contractor shall
not commit or permit any act that will interfere with the
performance of work by any other contractor or HA employee.
20. Liens
The Contractor is prohibited from placing a lien on HA's
property. This prohibition shall apply to all subcontractors.
21. Training and Employment Opportunities for Residents in
the Project Area (Section 3, HUD Act of 1968; 24 CFR 135)
(a) The work to be performed under this contract is subject to the
requirements of section 3 of the Housing and Urban Development
Act of 1968, as amended, 12 U.S.C. 1701lu (section 3). The
purpose of section 3 is to ensure that employment and other
economic opportunities generated by HUD assistance or HUD -
assisted projects covered by section 3, shall, to the greatest
extent feasible, be directed to low- and very low-income persons,
particularly persons who are recipients of
HUD assistance for housing.
(b) The parties to this contract agree to comply with HUD's
regulations in 24 CFR Part 135, which implement section 3. As
evidenced by their execution of this contract, the parties to this
contract certify that they are under no contractual or other
impediment that would prevent them from complying with the
Part 135 regulations.
(c) The contractor agrees to send to each labor organization or
representative of workers with which the contractor has a
collective bargaining agreement or other understanding, if any, a
notice advising the labor organization or workers' representative
of the contractor's commitments under this section 3 clause, and
will post copies of the notice in conspicuous places at the work
site where both employees and applicants for training and
employment positions can see the notice. The notice shall
describe the section 3 preference, shall set forth minimum
number and job titles subject to hire, availability of
Section I - Page 5 of 6 form HUD-5370-C (0112014)
apprenticeship and training positions, the qualifications for each;
and the name and location of the person(s) taking applications
for each of the positions; and the anticipated date the work shall
begin.
(d) The contractor agrees to include this section 3 clause in every
subcontract subject to compliance with regulations in 24 CFR
Part 135, and agrees to take appropriate action, as provided in
an applicable provision of the subcontract or in this section 3
clause, upon a finding that the subcontractor is in violation of the
regulations in 24 CFR Part 135. The contractor will not
subcontract with any subcontractor where the contractor has
notice or knowledge that the subcontractor has been found in
violation of the regulations in 24 CFR Part 135,
(e) The contractor will certify that any vacant employment positions,
including training positions, that are filled (1) after the contractor is
selected but before the contract is executed, and (2) with persons
other than those to whom the regulations of 24 CFR Part 135
require employment opportunities to be directed, were not filled to
circumvent the contractor's obligations under 24 CFR
Part 135.
(f) Noncompliance with HUD's regulations in 24 CFR Part 135 may
result in sanctions, termination of this contract for default, and
debarment or suspension from future HUD assisted contracts.
22. Procurement of Recovered Materials
(a) In accordance with Section 6002 of the Solid Waste Disposal Act,
as amended by the Resource Conservation and Recovery Act,
the Contractor shall procure items designated in guidelines of the
Environmental Protection Agency (EPA) at 40 CFR Part 247 that
contain the highest percentage of recovered materials
practicable, consistent with maintaining a satisfactory level of
competition. The Contractor shall procure items designated in the
EPA guidelines that contain the highest percentage of
recovered materials practicable unless the Contractor
determines that such items: (1) are not reasonably available in a
reasonable period of time; (2) fail to meet reasonable
performance standards, which shall be determined on the basis
of the guidelines of the National Institute of Standards and
Technology, if applicable to the item; or (3) are only available at
an unreasonable price.
(b) Paragraph (a) of this clause shall apply to items purchased under
this contract where: (1) the Contractor purchases in excess of
$10,000 of the item under this contract; or (2) during the
preceding Federal fiscal year, the Contractor: (i) purchased any
amount of the items for use under a contract that was funded
with Federal appropriations and was with a Federal agency or a
State agency or agency of a political subdivision of a State; and
(ii) purchased a total of in excess of $10,000 of the item both
under and outside that contract.
Section I - Page 6 of 6 form HUD-6370-C (01/2014)
SECTION 3 CLAUSE
SECTION 3 CLAUSE: Sec. 135.38 Section 3 clause. All section 3 covered contracts shall
include the following clause (referred to as the section 3 clause):
A. The work to be performed under this contract is subject to the requirements of section 3 of
the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (section 3).
The purpose of section 3 is to ensure that employment and other economic opportunities
generated by HUD assistance or HUD -assisted projects covered by section 3, shall, to the
greatest extent feasible, be directed to low- and very low-income persons, particularly persons
who are recipients of HUD assistance for housing.
B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135,
which implement section 3. As evidenced by their execution of this contract, the parties to this
contract certify that they are under no contractual or other impediment that would prevent them
from complying with the part 135 regulations.
C. The contractor agrees to send to each labor organization or representative of workers with
which the contractor has a collective bargaining agreement or other understanding, if any, a
notice advising the labor organization or workers' representative of the contractor's
commitments under this section 3 clause, and will post copies of the notice in conspicuous
places at the work site where both employees and applicants for training and employment
positions can see the notice. The notice shall describe the section 3 preference, shall set forth
minimum number and job titles subject to hire, availability of apprenticeship and training
positions, the qualifications for each; and the name and location of the person(s) taking
applications for each of the positions; and the anticipated date the work shall begin.
D. The contractor agrees to include this section 3 clause in every subcontract subject to
compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as
provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding
that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will
not subcontract with any subcontractor where the contractor has notice or knowledge that the
subcontractor has been found in violation of the regulations in 24 CFR part 135.
E. The contractor will certify that any vacant employment positions, including training positions,
that are filled (1) after the contractor is selected but before the contract is executed, and (2) with
persons other than those to whom the regulations of 24 CFR part 135 require employment
opportunities to be directed, were not filled to circumvent the contractor's obligations under 24
CFR part 135.
F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions,
termination of this contract for default, and debarment or suspension from future HUD assisted
contracts.
G. With respect to work performed in connection with section 3 covered Indian housing
assistance, section 7(b) of the Indian Self- Determination and Education Assistance Act (25
U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires
that to the greatest extent feasible (i) preference and opportunities for training and employment
shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be
given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract
that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to
the maximum extent feasible, but not in derogation of compliance with section 7(b).
HUD Act of 1968, Section 3 Requirements, as revised June 30, 1994: The successful
Contractor shall comply with the provisions of Section 3 as set forth in 24 CFR part 135 and all
other applicable rules in the hiring of replacement and new personnel. Interested offerors shall
complete and submit necessary forms from Section 3 Special Conditions with their offer.
Contract amount will be the total labor, materials, overhead, change orders and other costs
relative to the project. Total labor dollars shall mean 35% of the contract amount. A sliding
scale to calculate the Section 3 obligation shall apply in determining the contractual obligation
due. The general Section 3 requirements are shown as Section 3 Special Conditions in this
Request for Qualifications. Contact Yvette Hurley at (520) 837-5314 with all questions
regarding the Section 3 Clause and Section 3 Special Conditions.
DOC #1
OWNERSHIP DISCLOSURE FORM
(N.J.S. 52:25-24.2)
Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law),
the offeror shall complete the form attached to these specifications listing the persons owning 10 percent
(10%) or more of the firm presenting the proposal.
Company Name: Network Services Company
Street: 1100 E. Woodfield Road, Suite 200
City, State, Zip Code: Schaumburg, Illinois 60173
Complete as appropriate:
I , certify that I am the sole owner of
that there are no partners and the business is not
incorporated, and the provisions of N.J.S 52:25-24.2 do not apply.
OR:
I , a partner in , do hereby
certify that the following is a list of all individual partners who own a 10% or greater interest therein. I further
certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set forth the
names and addresses of the stockholders holding 10% or more of that corporation's stock or the individual
partners owning 10% or greater interest in that partnership.
OR:
I Daniel Ceko, an authorized representative of Network Services Company, a corporation,
do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation
who own 10% or more of its stock of any class. I further certfy that if one (I) or more of such stockholders is
itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding
10% or more of the corporation's stock or the individual partners owning a 10% or greater interest in that partnership.
(Note: If there are no partners or stockholders owning 10% or more interest, indicate none.)
Name
NONE
Address
Interest
I fio-ther certify that the statements and information contained herein, are complete and correct to the best of my
knowledge and belief.
Date
(2� /"-�
aniel Ceko
Treasurer and Corporate Counsel
Authorized Signature and Title
DOC #2
NON -COLLUSION AFFIDAVIT
Company Name: Network Services Company
Street: 1100 E. Woodfield Road, Suite 200
City, State, Zip Code: Schaumburg, Illinois 60173
State of Illinois
County of Cook
I, .Daniel Ceko of Schaumburg in the County of Cook, State of Illinois
offull age, being duly sworn according to law on my oath depose and say that.•
I am the Treasurer and Corporate Counsel of the firm of Network Services Company
the Offeror making the Proposal for the goods, services or public work specified under the attached
proposal, and that I executed the said proposal with full authority to do so; that said Offeror has
not directly or indirectly entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free, competitive bidding in connection with the above proposal, and
that all statements contained in said proposal and in this affidavit are true and correct, and made
with full knowledge that relies upon the truth of the statements contained in said proposal and in the
statements contained in this affidavit in awarding the contract for the said goods, services or public
work.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage, brokerage or
contingent fee, except bona fade employees or bona fide established commercial or selling
agencies maintained by
Network Services Company
4'-J�) A'Z'-.0
.Daniel Ceko, Treasurer & Corporate Counsel
Subscribed and sworn before me
this day of kvwo 20 1
j a 7 Tv Notary Public of����
My commission expires 1 %Q , 20_AL
SALLY J VOGL
Official Seal
Notary Public - State of Illinois
My Commission Expires Jon 19, 2021
Company Name:
Address:
City, State, Zip Code:
Proposal Certification:
DOC #3
AFFIRMATIVE ACTION AFFIDAVIT
(P.L. 1975, C.127)
Network Services Company
1100 E. Woodfield Road
Schaumburg, Illinois 60173
Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's
proposal will be accepted even if company is not in compliance at this time. No contract and/or
purchase order may be issued, however, until all Affumative Action requirements are met.
Required Affirmative Action Evidence:
Procurement, Professional & Service Contracts (Exhibit A)
Vendors must submit with proposal:
1. A photo copy of their Federal Letter of Affirmative Action Plan Approval
CO3U
2. A photo copy of their Certificate of Employee Information Report
OR
3. A complete Affirmative Action Employee Information Report (AA302)
Public Work - Over $50,000 Total Project Cost:
A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form
AA201-A upon receipt from the
B. Approved Federal or New Jersey Plan - certificate enclosed
I further certify that the statements and information contained herein, are complete and correct to the
best of my knowledge and belief.
Date Authorized Signature and Title
Daniel Ceko, Treasurer and Corporate Counsel
Requirements for National Cooperative Contract
Page 32 of 57
DOC #3, continued
P.L.1995, c.127 (N.J'.A.C.17:27)
MANDATORY AFFIRMATIVE ACTION LANGUAGE
PROCUREMENT, PROFESSIONAL AND SERVICE
CONTRACTS
g the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for
employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual
orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that
employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital
status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following;
employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be provided by the Public
Agency Compliance Officer setting forth provisions of this non-discrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age,
race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation.
The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which
it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's commitments under this act
and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act.
The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent
with the applicable county employment goal prescribed by N.J.A.C. 17.27-5.2 promulgated by the Treasurer pursuant to
P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2
promulgated by the 'treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including
employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of
age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will
discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel
testing conforms with the principles of job -related testing, as established by the statutes and court decisions of the state of
New Jersey and as established by applicable Federal law and applicable Federal court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off
to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex,
affectionai or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and
court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions.
The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as
may be requested by the office from time to time in order to carry out the purposes of these regulations, and public
agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a
compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27).
I, I - X=::�&
Signature of Procurement Agent
Requirements for National Cooperative Contract
Page 33 of 57
DOC ##4
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Public Agency Instructions
This page provides guidance to public agencies entering into contracts with business entities that are required to file
Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What
follows are instructions on the use of form local units can provide to contractors that are required to disclose political
contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is
available in Local Finance Notice 2006-1 (11tt r'/ v.._ca c v da m � a � /cip s� a f)lig w Q&(5 l�,li14). Please refer
back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer
operational.
1. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a "fair and open"
process (N J.S.A. 19:44A-20.7).
2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be
submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract
documents or in an appropriate computer file and be available for public access. The form is worded to accept this
alternate submission. The text should be amended if electronic submission will not be allowed.
3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract.
Resolutions of award should reflect that the disclosure has been received and is on file.
4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public
agencies, including all public agencies that have elected officials in the county of the public agency, state
legislative positions, and various state entities. The Division of Local Government Services recommends that
contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and
political committees of the officials and candidates affected by the disclosure.
a. The Division has prepared model disclosure forms for each county. They can be downloaded from the
"County PCD Forms" link on the Pay -to -Play web site at
htta /lrvv n,,glr/dcId,Mvai_catsfBgsfr+ rg arnsfl1hm _1#l2. They will be updated from time -to -time as
necessary.
b. A public agency using these forms should edit them to properly reflect the correct legislative district(s).
As the forms are county -based, they list all legislative districts in each county. Districts that do not
represent the public agency should be removed from the lists.
c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the
county. These submissions are appropriate and should be accepted.
d. The form may be used "as -is", subject to edits as described herein.
e. The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the
Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are
printed on the back of the form; where that is not the case, the text should be edited accordingly.
f. The form is a Word document and can be edited to meet local needs, and posted for download on web sites,
used as an e-mail attachment, or provided as a printed document.
5. It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the
local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees
listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance
Notice 2006-7 for additional information on this obligation at
4ItIp:// rN '. gs f', Ic l y sons/dI s rq5 urce fIfps 2006.1ttm]). A sample Certification form is part of this
package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not
applicable to Boards of Education.
Requirements for National Cooperative Contract
Page 34 of 57
DOC #4, continued
C. 271. POLITICAL CONTRIBUTION DISCLOSURE FORM
Contractor Instructions
Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and
open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A.
19:44A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose
contributions to:
any State, county, or municipal committee of a political party
• any legislative leadership committee'
• any continuing political committee (a k.a., political action committee)
any candidate committee of a candidate for, or holder of, an elective office:
0 of the public entity awarding the contract
0 of that county in which that public entity is located
0 of another public entity within that county
0 or of a legislative district in which that public entity is located or, when the public entity is a county,
of any legislative district which includes all or part of the county
The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were
made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on
reportable contributions.
N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a
natural person. This includes the following:
• individuals with an "interest" ownership or control of more than 10% of the profits or assets of a business
entity or 10% of the stock in the case of a business entity that is a corporation for profit
• all principals, partners, officers, or directors of the business entity or their spouses
• any subsidiaries directly or indirectly controlled by the business entity
• IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity
and filing as continuing political committees, (PACs).
When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall
be deemed to be a contribution by the business entity."(N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on
the disclosure.
Any business entity that fails to comply with the disclosure provisions small be subject to a fine imposed by ELEC in an
amount to be determined by the Commission which may be based upon the amount that the business entity failed to
report.
The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected
official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's
responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The
disclosed information may exceed the minimum requirement.
The enclosed form, a content -consistent facsimile, or an electronic data file containing the required details (along with a
signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public
Records Act.
The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in
meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts.
" N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be
established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General
Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for the
purpose of receiving contributions and making expenditures."
Requi-rements for National Cooperative Contract
n..._.. 0L ..-'C11
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Required Pursuant to N.M.A. 19.44A-20.26
This form or its permitted facsimile must be submitted to the local unit
no later than 10 days prior to the award of the contract.
Part i - Vendor Information
Vendor Name: Network Services Company
Address: T 1100 E. Woodfield Road, Suite 200
City: Schaumburg State: Illinois I Zip: 60173
The undersigned being authorized to certify, hereby certifies that the submission provided herein represents
compliance with the provisions ofN.J.S.A. 19:44A-20.26 and as represented by the Instructions
accompanying this form.
fi� Daniel Ceko Treasurer and Corporate Counsel
Signature Printed Name Title
Part II — Contribution Disclosure
Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable
political contributions (more than $300 per election cycle) over the 12 months prior to submission to the
committees of the government entities listed on the form provided by the local unit.
❑ Check here if disclosure is provided in electronic form
Contributor Name Recipient Name Date Dollar Amount
NONE — NOT APPLICABLE
❑ Check here if the information is continued on subsequent page(s)
Requirements for National Cooperative Contract
Page 37 of 57
DOC #4, continued
List of Agencies with Elected Officials Required for Political Contribution Disclosure
N.J. S.A.19:44A-20.26
County Name:
State: Governor, and Legislative Leadership Committees
Legislative District #s:
State Senator and two members of the General Assembly per district.
County:
Freeholders County Clerk Sheriff
{County Executive} Surrogate
Municipalities (Mayor and members of governing body, regardless of title):
USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD
FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A
COUNTY -BASED, CUSTOMIZABLE FORM.
Requirements for National Cooperative Contract
Page 38 of 57
K4101M
STOCKHOLDER DISCLOSURE CERTIFICATION
Name of Business:
[ I certify that the list below contains the names and home addresses of all stockholders
holding 10% or more of the issued and outstanding stock of the undersigned.
OR
01 certify that no one stockholder owns 1011/o or more of the issued and outstanding stock of
the undersigned.
Check the box that represents the type of business organization:
[ Partnership 0 Corporation [ Sole Proprietorship
[Limited Partnership Limited Liability Corporation [Limited Liability Partnership
[ Subchapter S Corporation
Sign and notarize the form below, and, if necessary, complete the stockholder list below.
Stockholders:
Name: Name:
Home Address: Home Address:
Name: Name:
Home Address: Home Address:
Name: Name:
Home Address: Home Address:
(Affiiant)
Daniel a o, Treasurer & Corporate Counsel
Subscribed and sworn before me
this y of 20A.
(Notary Public)
My Commi o expires: A901?4 01 f
7Pubhc
OGL
eal
Nate of IllinoisMy Cres Jun 19, 20Z1
DOC #6
Certification of Non -Involvement in Prohibited Activities in Iran
Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents,
subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 - 56(e) (3)), is listed on the Department
of the Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran
and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 - 56(f).
Offerors wishing to do business in New Jersey through this contract must fill out the Certification of Non -
Involvement in Prohibited Activities in Iran here:
ht ://www .state..n`.ii,�dl! friciaiservi es/dfd/arif(.�)/standar(]/f'dc/disel.osure investmentnct.nfff.
Offerors should submit the above form completed with their proposal.
Requirements for National Cooperative Contract
Page 40 of 57
I
STATE OF NEW JERSEY -� DIVISION OF PURCHASE AND PROPERTY
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
Quote Number: 202329
Bidder/Offeror:
PART 1; CERTIFICATION
BIDDERS MUST COMPLETE PART 9 BY CHECKING EITHER BOX.
7_i111T_U:11E i'o CHECK O !E OF EXOX S 1_'','7LL,. RZILEIZMDEr T iiri hIZF . r EV CH$1.'�v'E.
Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a
contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor any of its parents,
subsidiaries, or affiliates, is identified on the Department of Treasury's Chapter 25 list as a person or entity engaging in investment activities
in Iran_ The Chapter 25 list is found on the Division's website at SCR:/h+tinti w.state.nj.usltreaud/purchaselndf/Chaptter'25Ust.pdf. Bidders
must review this list prior to completing the below certification. Failure to complete the certification will render a bidder's proposal
non -responsive. If the Director finds a person or entity to be in violation of law, s/he shall take action as may be appropriate and provided
by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in
default and seeking debarment or suspension of the party
I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed above nor any of the bidder's parents,
subsidiaries, or affiliates is listed on the N.J. Department of the Treasury"s list of entities determined to be engaged in prohibited
activities in iran pursuant to P.L. 2012, c. 25 ('Chapter 25 List'). I further certify that I am the person listed above, or I am an officer
or representative of the entity listed above and am authorized to make this certification on its behalf. I will skip Part 2 and sign and
complete the Certification below.
t
I am unable to certify as above because the bidder andlor one or more of its parents, subsidiaries, or affiliates is listed on
the Department's Chapter 25 IlsL I will provide a detailed, accurate and precise description of the activities In Part 2 below
and sign and complete the Certification below. Failure to provide such will re u�tt the proposal being rendered as non-
responsive and appropriate penalties, fines and/or sanctions will be assessed as provided by law.
PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN
You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its parents,
subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing the boxes below.
EACH BOX WILL PROMPT YOU TO PROVIDE INFORMATION RELATIVE TO THE ABOVE QUESTIONS. PLEASE PROVIDE
THOROUGH ANSWERS TO EACH QUESTION. IF YOU NEED TO MAKE ADDITIONAL ENTRIES, CLICK THE "ADD AN ADDITIONAL
ACTIVITIES ENTRY" BUTTON.
Name
Description of Activities
Duration of Engagement
Relationship to Bidder/Offeror
Anticipated Cessation Date
Bidder/Offeror Contact Name Contact Phone Number
ADD AN ADDITIONAL ACTIVITIES ENTRY
Certification: 1, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachmeiKs thereto to the hest a
my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above -referenced person or entity.
acknowledge that the State of New Jersey is relying on the information contained herein and thereby acknowledge that I am under a continuing
obligation from the date of this certification through the completion of any contracts with the State to notify the State in writing of any changes to the
answers of information contained herein. I acknowledge that I am aware that tt is a criminal offense to make a false statement or misrepresentation it
this certification, and if I do so, I recognize that i am subject to criminal prosecution under the law and that it will also constitute a material breach of
my agreement(s) with the State of New Jersey and that the State at Its option may declare any contract(s) resulting from this certification void anc
unenforceable.
Full Name (Print): Daniel CekO Signature:
Je: Treasurer and Corporate Counsel
Date:
1
Cit of Tucson
Lici nse Certificate
Business Name and Tucson Mailing Address: License Number: 0110093
Type: Service Establishment Equipment and Supp
WAXIE SANITARY SUPPLY
PO BOX 23506
SAN DIEGO CA 92193-3506 Issue Date: December 21, 2018
Expiration Date: Decembcr 31, 2019
Owner.
WAXIE'S ENTERPRISES INC
CITY OF TUCSON, ARI&QNA
FINANCE DEPARTMENT
REVENUE DIVISION - LICENSE
Expiration Date: December 31, 2019
This license I permit is non -transferable and must be posted
in a conspicuous place at the business location.
THE ISSUANCE OF THIS LICENSE/ PERMIT SHALL
NOT BE CONSTRUED AS PERMISSION TO OPERATE
IN VIOLATION OF ANY LAW OR REGULATION.
Business License
Non -Transferrable
011(093
MUST BE DISPLAYED IN
A CONSPICUOUS PLACE
For the payment of the license fee, the person or firm below is hereby licensed to conduct business in the City of Tucson.
Tax accruing to the City oQTucson shall be paid under provisions of Ch. 19, Tucson City Code. This license is subject to
revocation for violation ofjCh. 7 or Ch. 19 of the Tucson City Code.
Located At: 355 S EUCLID AV STE 105, TUCSON, AZ
Issued To: WAXIE SANITARY SUPPLY 85719
Effective: January 01, 2019
Please refer to license number in all correspondence. i By
CFO/Assistant City Manager
WAXIEi`,39
SANITARY SUPPLY
CommitmentDili
WAXIE Sanitary Supply is committed to being a leader to promote responsible business practices that
support sustainable communities that are secure, economically prosperous, environmentally responsible and
healthy places in which to live and work.
Sustainability has emerged as a global theme of the 215t century — it is a concept that balances the
interconnectedness of the environment, the economy and our quality of life, and that recognizes the
importance of our stewardship over each. WAXIE shares the goal of establishing partnerships to advance
education, communication, business best practices, policies, research, technologies and programs to support
a more sustainable region for all generations.
WAXIE's commitment to sustainabiiity in general, and green cleaning (or effective cleaning that protects
human health without harming the environment) in particular is demonstrated by a number of actions,
including:
• WAXIE is a member of the US Green Building Council (USGBC) — with two (2) company
buildings earning LEED Silver certification
• A WAXIE employee sits on the Board of Directors for the San Diego chapter of USGBC, and
serves as the chapter's Immediate Past President and point of contact for LEED EBOM
• Twelve (12) WAXIE employees are LEED@ Accredited Professionals and two (2) are LEED GA
• Thirty-two (32) WAXIE employees are CIMS-GB ISSA Certification Experts
• WAXIE is a charter signatory of the San Diego Regional Sustainability Partnership
WAXIE has a broad selection of environmentally preferable products (including numerous
WAXIE private labeled cleaning products) that have received certifications from Green Seal,
Ecol.ogo and Scientific Certification Systems, or have been formulated in partnership with
EPA Design for the Environment (DfE).
• WAXIE has developed Green Partner Support^" (GPSS) to assist green -committed end -user
customers implement more effective green cleaning programs
• WAXIE was on Technical Committees for development of ISSA Cleaning Industry
Management Standard (CIMS and CIMS-GB), and a participating stakeholder in the
Standard Development Team for the Green Seal "Green Cleaning Services Standard" (GS-42)
and revision of Industrial and Institutional Cleaners (GS-37)
• WAXIE has conducted numerous "Green Cleaning Seminars" at WAXIE branches in San
Diego, Santa Ana, Ontario, Los Angeles, San Francisco, Tempe, Tucson, Las Vegas, Salt Lake
City, Portland, Seattle and Denver
• WAXIE representatives have been asked to speak at functions for organizations such as
USGBC, BOMA, IFMA, PABSCO, ISSA, SCSSA, SDEP, HPSI and CURB on the subjects of green
cleaning, LEED or sustainability
• WAXIE consultants have assisted with green cleaning needs of several LEED projects
• WAXIE Desk Calendars and Product Catalogs and product literature printed with post -
consumer recycled content using soy based inks; Green section of catalog and website
developed to provide customer education and promote green purchasing
• Sponsor and host for LEED for Existing Buildings Technical Review Workshops and other
LEED EBOM Educational Series in partnership with USGBC chapter
• Delivery routes planned with routing software that minimizes travel time, resulting in less
fuel consumption and vehicle emissions — also pilot in place for hybrid delivery trucks for
some routes to further decrease fuel consumption and vehicle emissions
• Recycling and waste diversion program for corrugated, shrink wrap and pallets, as well as
other ongoing consumables, durable goods and facility alterations
• Green Cleaning Policy, Recycling Policy, and water conserving devices installed in restrooms
• Video conferencing technology utilized to decrease need for face-to-face meetings
• WebOwork e-commerce platform and eInvoicing promoted to minimize paper usage
RFP technology utilized for inventory control to minimize paper usage
0 * Soon RFP technology will be used with deliveries to minimize paper
cs r4
d
6
wa
� C
Ln On
,L
Ll
Ln
Ln 0
w
X C
Q m
l7
Qd'
CL
E
m
Ln
m m z z z z m m m m m m m m m m m m m m m m m m m m z z z m m 0
(A V) 2 2 2 2 Ln Ln N Ln kn V) Ln Ln 0'A'n LA 0'n 0 0 Ln Ln Ln'n 2 2 2 0 LA 3
w w
m
� 2
J J J
V1 V1 > > >
p p O O O
w w 0. ao a
"'u J�00
LLJ
>> u u u u u u u a a a
> >w O O O O O O 2 2 w w-
> > > > > > w w
u u a a® a Q Q Q Q 2 2 R 2 R
Q Q m m m m u u u u cQJ u u u u u
�- f-
z z z z
w w w w
z z z z
O O O O
U U u U
coo Comm
w cc cc
CL0.CL aaQauL)uu
LL LL.W W
} } }
0 0 0 3 m m m m
a a a
w w ur a a a a
LnCA en m m m m m m U U U U
z z 2 z m a a a
U U U w w w W w w uw w w w
z z
w w
z z
co
0 O
w cc
uu
w w
w w U U U U U U U U 0 w w w w w w w w w w w w w U U U U U U
O
I.M Z
a'� O z z U. U
w z S-d Z Z
"a uu^� � w he
Q
A a ILL ""� a L a W U U
uo U J U" Ln m Q Q¢ " Q uw cc
w�,a� w w
Uj Q II,.,,, w w a 4. Q �, j J J
,,,,,
J J w J w 0 0
z wtA LAJ
Q V µw
w O aU
w a a O a J w w
U JrL 0o Oco
Q O U w O O O
5 w m U
.,,.
U U O Q w „, U U Lki
U
0„ w w w
J
a O, 2 u d w CC m z �'wu
� z' z u ¢
z n', z, z m O ' V" O Ln ILW'A Lnu u �w� c
ua w z z z
Oh
Q LLDWl q- w�'u z z z z z m
,,,, JI a �u V5 O CL
w w U,a w w w
00LU,,,,, O O O O
u �� O unm z z o '4 a
z O mom O
,. z ,,, z 3
Q Q Q Q a 0 O O Q Q a O O
�i
�
s
s.
�.
�
�
.
�:�
.a
is •
�
•
Sped6l'Susirfess C rtIfi ration
ww"
Philii s Supply Co.
X
RWBE16672
S-B
Pollock Paper Distributors
X
Quaker City Paper Company
X
S-B
R. D. Wilson -Sons & Company
X
S-B
Randik Paper Company
X
S-B
Regal Distdbutin Co., Inc.
X
S-B
S. Freedman & Sons, Inc.
X
SchillingSupply Company
X I
I
S-B
Southeastern Paper Group
X
Southwest Traders, Inc.
X
Strauss Paper Company
X
S-B
SWPIus
X
S-B
Wagner SuI
X
1751804802400
S-B
Waxie Sanitary Supply
X
WCP Solutions
X
Western Sanitary Supply
X
Wood W ant
M
I
m
MMMIMMEMEMS
Athens Pager Company
11
X
�
m
mml
Lindenme r Munroe
X
Mac Papers, Inc.
X
Millcraft Paper Company,The
X
J32
S icers Paper and Kelly Paper
79
174
7
5
2
2
Q
AW
i
W
4)
13
W
W
V
0
L.
CL
�q
T
i
CL
E
0
cu
c
4-0
cu
L
E
0
L
4
a
E
0
a)
{t3
A,
,
U
m
a-.+
C
C E
cc a)
i o
L
Q.
-C E
.cn
U O
U C
`cu c
C
m
cu
0 O
o a
L
� U
T O
_0-�--�
c U cu
a) w
�
N
a) o
a. E •Q
.E cn
c �
c co
c�
a) C -0
c )
'CV) ^^o
1..1.E
C
cn
.c
E
—
cn
U
cn
U
cu06
:��
cn
>
U
cn
O
O
C
O
N
O
cu
E
cu
to
E
CL
c
'�
c
E
cuL
E
_
a-0
Boa
�c.c
U
(p
"0
N
U
RS
N
.�
N
L
cu
cu
o
cu
a
cn
CY)
cu
0
L
CU
+�
E
C
�
c
N
Q
�w
>
w:2
cn0
T
III@ i
NOR
c
O
aD
.cn
c
N
E
O
EA
cn
0
cn
cn
au
U
O
c
U
O
T r
- r- - - -_ --
-
_P
— ———- — — -
— -——
—
d
.m
gig
wooa 91"ODU rrrwrnlvP313 rare
rO1MAl73
p
cu
CI3
O
c
O
U
4O
Q3
cu
E
a
cu
O
El
Im
c
N
E
0
f,.
C14
110
Date
State Zp Code
ISSA Member
BSCAI Member
Towel Vnssue w1pem Cleaning Chemicals Sidricare
Primary Secondary Other (please provide) Primary ordering method
1 - How does your company measure purchasing performance?
Cost Saving Vendor Quality Delivery Metrics
Price Effectiveness Inventory Flow
2 - Rank the following issues In order of importance for your company (1 being most important - 5 least Important)
Cost Saving Vendor Quality Delivery Metrics
Inventory Flow
3 - How does your company provide bids and estimates to potential customers?
4- Does your company perform standard quality assurance monitoring?
INTERVIEWS
Page I of 8
5 - How comfortable are you with the level of knowledge/control you have around your company's equipment ? (training, Inventory, repair expenses/process,
network
"MMU940M 6%, 0MCK
2 P'N""Al
100
Commercial Real Estate
Building Assessment
Overall clean appearance
1
0
Windows clean & streak free
1
0
Horizontal surfaces dust free
1
0
(including wall hangings, ledges, light fixtures, etc.,)
Doors, walls scuff -free
1
0
>-
Waste cans accessible
1
0
M
00
0
Waste cans less than 3/4 full
1
0
Waste can liner overhang less than 5"
1
0
Furniture free of debris & in good condition
1
0
Vents clean & dust free
1
0
Drinking fountains clean & free of debris or build up
1
0
No discernable odors
1
0
Flooring type
-
-
Floor is not sticky
1
0
Floor (and grout) free of soap scum and mildew
1
0
Z
Free of scratches and scuffs
1
0
Has proper coloring
1
0
00
D
-U. j
(no yellowing or other discoloration)
Floor is not slick/slippery
1
0
Mats are used as necessary
1
0
Mats are in visibly good condition
1
0
Overall clean appearance
1
0
�e
Z
Horizontal surfaces dust free
1
0
<
(including wall hangings, ledges, light fixtures, etc.
co
Doors, walls scuff free
1
0
0
I --
Hand sanitizer accessible
1
0
Dispenser not empty & functional
1
0
Uj
No discernable odors
1
0
Free of waste & debris
1
0
IX W
0
Operating panel free of smudges, streaks, & debris
0
> Uj
LU
Horizontal surfaces dust free
0
(including wall hangings, ledges, light fixtures, etc.j
Doors, walls scuff free
1
0
TOTAL
28
0
. . . ..........
networke
OfSTRUBUTION my
T
Commercial Real Estate
Building Assessment
Mirrors clean and streak -free
1 0
Sink tops clean & dry
1 0
'Ic
Ui
Light fixtures in proper working condition
1 0
W
<
(bulbs in place & functional)
Z
0
Horizontal surfaces dust free
1 0
Z
(including wall hangings, ledges, light fixtures, etc,)
Z
0
Waste cans less than 3/4 full
1 0
Waste can liner overhang less than 5"
1 0
No discernable odors
1 0
0
0
Toilet surfaces clean and free of debris
1 0
Ui
Bowl clean
1 0
W
0
;5
CO
Toilet tissue dispenser not empty
1 0
00
Wall urinals clean and free of debris
1 0
Flooring Type
- -
Floor is Not Sticky
1 0
Floor (and grout) free of soap scum and mildew
1 0
0
Free of scratches and scuffs
1 0
0
i
U.
Has proper coloring
1 0
(no yellowing or other discoloration)
Floor is not slick/slippery
1 0
Mats are used as necessary
1 0
OM
OOST.
Commercial Real Estate
Building Assessment
Overall clean appearance
1
0
Windows clean & streak free
1
0
Horizontal surfaces dust free
1
0
(including wall hangings, ledges, light fixtures, etc.,}
ca
Doors, walls scuff -free
1
0
0
Waste cans accessible
1
0
Z
Waste cans less than 3/4 full
1
0
oc
P
Waste can liner overhang less than 5"
1
0
Z
Furniture free of debris & in good condition
1
0
Vents clean & dust free
1
0
Drinking fountains clean & free of debris or build up
1
0
Flooring Type
-
-
Floor is Not Sticky
1
0
Z
Floor (and grout) free of soap scum and mildew
1
0
Ui
U
0 w
Free of scratches and scuffs
1
0
U-
U-
0
0
1
LL
Has proper coloring
1
0
(no yellowing or other discoloration)
Floor is not slick/slippery
1
0
Mats are used as necessary
1
0
. . . . . . .............. . . . . . ...... . . ....... . ..
Overall clean appearance
------ . .... . ........ .
1
...........
0
Windows clean & streak free
1
0
Horizontal surfaces dust free
1
0
(including wall hangings, ledges, light fixtures, etc.,}
Ui Doors, walls scuff -free
1
0
lu
!I: Waste cans accessible
U-
1
0
0
Waste cans less than 3/4 full
1
0
Waste can liner overhang less than 5"
1
0
Furniture free of debris & in good condition
1
0
Vents clean & dust free
1
0
TOTAL
25
0
Mi
%J05"T.
Commercial Real Estate
Building Assessment
Free of waste & debris
1
0
Light Mures in proper working condition
1
0
(bulbs in place & functional)
LU
Railings free of smudges & debris
1
0
Horizontal surfaces dust free
1
0
(including wall hangings, ledges, light fixtures, etc,,)
Doors, walls scuff free
1
0
No discernable odors
1
0
Ergonomic cart (minimal bending, lifting, twisting)
.............. . ..... . .
1
. ......... . ............................ .---
0
Gloves stored on cart
1
0
o
LU
0 W
Carts organized
1
0
Checklists/training cards onboard
1
0
<
Proper Chemical Labeling
1
0
>-
Hand Sanitizer Stored On Cart
1
0
CL
Cordless equipment in use to reduce slip/fall exposure
1
0
Decibel rating for vacuums < 60 dB
1
0
Vacuum filtration systems have particle capture of 1 p or less
1
0
TOTAL
15
0
Notes
201
llk�
All, OST.
BUILDING ASSESSMENT
SCORECARD
Facility: 0 Assessment Date: O-Jan-00
Participants:
Purchasing Contact 0 0
Operations Contact 0 0
Other 1 0 0
Other Z 0 0
POSSIBLE POINTS 28 17 25 15 as
. . ....... -.- . . .. ..... ........ . .. . . . . ...... . .. --..... ... ....... . . 0 0%
POINTS EARNED 0 0 0 0 0
.....................
RIM,,
- 85% Green
60% - 95% Yellow
� 60% ; Red
mi
mmm
if I - Days 0-45 days
* Creafion aind distributilor, of a c:ca-Ibramnde IG ress releasie 'to trade publicabons
* Announcement,, contract detads l cointact lviformaflon pubfished n,)n NETWORK's and OMNIA's �websltips
* Share contract detaft Mth NE I WORK dlisn'6utoir partners and suppliers
* SchedWe roH-otrt irroneefings to discuss cointract details and expectatlons
* Niem product anti pricing schipd,Wes shated witli ld�stdbufiioin
* I)eslgiri, publicabon and ld'strffiuboin (,:)f ir.,ro-brandied markefing materlials,,
* Add rnarketOig matei Ws, as they become avaflaWe, to 0IMMA Partneirs wipbpage
Phase 11 - Days 45-90 and beyond
* �Diesign and pubficabon, of nabona@ and regk)inal advivrtllsirin uraiJe pubkatioins thmUghOLA the tei,rn of thic!
Master Agreement.
* Add marketing matieirlals,, as fl-mr y beclume avaHaWe,, to MUM Plartineirs, webpage YvWhin thie NEIWORK and
WAXIE will
* Comrnitrneint to attierid and IparWriate wfth OMM IPartnner's at natloin'M (i le NlGP Anirv.41 Forun, NPm
Conflemice, l rergOinal (LcIncanal NlGf) Chapter Meetlings, IReglioinal CooperratlVje. Suirnmits, etc,.) and
suppRer .spccifiic trade stwws, coinferiences and rnivetlngs throughlolut tl,,e terrn of tkw Maste. r Agreement,
* Cornmltmeint to attend, exhiWt and pairti(jpant e at the MGI) Annual Fionimrn mire din area reserved by OMNIA
Pain u wrs for partner supphers, Boicat lh space wflH bie puyclhased aind s�taaffe Iby SL)ppker. nun addrflon, stuppfier
commits to, provide reasonable assiistancle to the overafi proniotion and markefirig ePorts for thie MU Anrn4
Forurn, in conjunction wftkONMINIA Partners
* Work Mth OTWI'l staff to estabhsh tar,gret ciustorneirs
* Set gulp w1oirk with days wlth MICA sMes organizadions for target agiencies tiosdhedWe j6int SzOes calls
* Estabfish oine yew marketing calenidar with SLAppiler, partners 'car'pria)rnos to target custorniers and sieasorW rieleds
* ReWlew new cloritract details wlth exlstling agencies and PIFIA CWtomers
* Orgoing cornmftnrent to aggressNiely miarket arid promote khic� Waster Agreement to curreint
Pardd�pating Public Agencies, existing NE'FVV1(.)RK and WAME Piublic Agency wstorniers, as meieU as
pirosplective Public Agencqes matiionMde throughout Master Agireemeril's term. I his to lmIudie case studies,
4 x)flaterM jAeces, priesentations, promotions, etc.
* Add markieding rnaterials, as thley biecomie avaflaWie, to Olil PartnierswebpagAsa verflflrw thie NEMORK and
WAXIF websltes,
WAXIE representatives have been asked to speak at functions for organizations
such as USGBC, BOMA, IFMA, PABSCO, ISSA, SCSSA, SDEP, HPSI, CHESC,
OPPA, and CURB on the subjects of green cleaning, LEED or sustainability
WAXIE consultants have assisted with green cleaning needs of several
LEED projects for customers (references available)
e,E —1
WAXIE Desk Calendars and Product Catalogs and product literature
...
0J,, " I printed with post -consumer recycled content using soy based inks; Green
section of catalog and website developed to provide customer education and
promote green purchasing
Sponsor and host for LEED for Existing Buildings Technical Review Workshops
LEED and other LEED EBOM Educational Series in partnership with USGBC chapter
WAXIE was on Technical Committees for development of ISSA Cleaning Industry
ISSA Management Standard (CIMS and CIMS-GB), and a participating stakeholder in the
Standard Development Team for the Green Seal "Green Cleaning Services Standard"
(GS-42) and revision of "Industrial and Institutional Cleaners Standard" (GS-37)
SDRSP WAXIE is a charter signatory of the San Diego Regional Sustainability Partnership
A WAXIE employee has sat on the Board of Directors for the San Diego
chapter of USGBC, and serves as the chapter's Immediate Past President, point
of contact for LEED EBOM and the Pacific Regional Council Representative
% 'WAXIE WAXIE has developed GPS® Green Partner SupportTm to assist green -commit -
I ted end -user customers implement more effective green cleaning programs
WAXIE has a broad selection of environmentally preferable products (including
r ) numerous WAXIE private labeled cleaning products) that have received certifications
from Green Seal, EcoLogo and Scientific Certification Systems, or have been
formulated in partnership with EPA Design for the Environment (DfE)
*10,04
f. 1. f. 1. 4. W. #V Off. V. Forty-four (44) WAXIE employees are CIMS-GB ISSA Certification Experts
WAXIE has conducted numerous "Green Cleaning Seminars" at WAXIE
branches in San Diego, Santa Ana, Ontario, Los Angeles, Palm Springs, San
Francisco, Mesa, Tucson, Las Vegas, Salt Lake City, Portland, Seattle,
Colorado Springs and Denver
072VAJ
WAXIE Sanitary Supply is committed to being a leader to promote responsible business practices that
support sustainable communities which are secure, economically prosperous, environmentally responsible
and healthy places in which to live and work.
WAXIE shares the goal of establishing partnerships to advance education, communication, business best
practices, policies, research, technologies and programs to support a more sustainable region for all
generations.
WAXIE is committed to adopting more sustainable business practices for the company, and to partnering
with its stakeholders to identify and implement the most effective facility maintenance solutions to protect and
enhance the triple bottom line of human health, environmental stewardship, and economic prosperity.
WAXIE is a member of these organizations:
I
Piping III opi
Corporate Headquarters
9353 Waxie Way
San Diego, CA 92123
(800) 995-4466 SANITARY SUPPLY
www.waxie.com
www.waxie.com/green 0 2013 WAXIE Sanitary Supply
WAXIE G Po Green Partner Support.
k
tilt 01 Your Guide, to Allore. Sustainable Cleaning Solutions
WAMW®RO
S.Op.v
Ue 'I % id" 7111F
WAXIE GP5 , Green Partner Support is an ideal plafforITI for custorners who would like to
Oplement a green cleaning program which combines low arvironmental impact cleain4ig
products with good sound cleaning procedures, along with the training and consultative expertise
needed ia order to create a more effective and safe cleaning program,
WAXIE GP5 " identifies third -party certifications and guldefines wl"wriever avaIable to
substantiate envirormientally preferable product claims - - such as EPA Cornpreherisive Procure-
ment Guidelines (CPGp® EPA Design for the Environment (M), LA EnAronrnenVEc(.)Logo, Green
CM Seal of Approval, Forest Stewardship Council (FS(" , Scientific Ce0fication Systems
(SC',S), Clean Ah' Choices Naner Cerfification (CACQ, USDA NoPreferred Prograrn and others —
and indudes the demonstrated knowledge of the LEER" Accredited Prolessionals and GIGS-0
ISSA Certification Experts errqAoyed by WA.XIE,
WAXIE GPS' ls a coilabloration and partnership between WAXIE and its respective cuslorner
and manufacturer partiners, --and it is a compi ehensive approach wl-'flch addresses everything you
wfl1i need to implement an effective green cleaning pvoqram,
Your WAAE Sw ftay MOO Want
001 GP5
partners wfth you to
path to yelp you fetich your green cleaning goals.
/ /®
21
,�"� r^ ,Wui �� Ilif I��i� WV Nlr IIW .. �V41N➢w14 � I�If W tt 111111;N ���� �wIf�J��������R� "'^"
/iii I VNwr I
�,��� �--'' ,� �`y� 1������I�f�101 �,Jp��! Ilt�� p 1ply �>9�11�J�JJJJJJJJ���J����1�%111�� J1Jl1JJ11111>Il�J1JJJ111JJ)lll)JJJ)JJJJJ �� J iuw;
✓i �" I.IP�I IVi IO�i ` w".4lM1°b; 9' 1 JV U'" r,U, �i' ii Mr;fi
,
Iler
pIW��
f% Dui.
RISEtirnuuul��i�himm K mtiim owlmuum� lm� r mluiam luiaa A
rr ,
%, W1\1
r
1� j / ', /
WAXIE SaWary Supply lhas the best value and most corripre.henslve
offering of green dean wing product SOWDns available in 11he industry, in
addition to offering this wide range of product choices, NXIE GPS", places
these products within a platforrn that recognizes that maximum positive
Impact can The adhieved by considering an approach which addresses the
best cleaning PROCESSES and PROCEDURES in asr=4.ition with these
pr(Alicts, as WeIL
Any product, it used incorrecft can be potentially harmful to people,
surfaces or the surrounding environn'Wilt, WAKIE GPS* identifies BEST
PRAMICES for the proper use and disposal of clearOng products In your
building, with the goals of irriproving worker safety, maximizing source
reduction opportunities, and increasing overall efficlency,
Our (33reen Cleaning Consultation addresses oppoduriffies to coilsoiidale
and standardize product selections to gave inventory space„ as well as
opportunities to consofidate and streamline deliveries to minimize lianspor-
tation; impacts, and opportunities to use online e-commerce ordwing,
invoicing and reporting solutions to rninignize paper usage and increase
overall efficiencies,
WAXIE GPS" Catalog
Looking for just the right cleaning product solution for your Green Cleaning Program? The WAXIE GPS11 Catalog offers
the most comprehensive assembly of green cleaning products in the cleaning industry In addition, the GPS Catalog
provides a tutorial on the most prevalent third -party certification standards and product attributes which highlight how
the featured products reduce impacts on human health and the environment. The WAXIE GPSI" Catalog has everything
you need to clean when you want to go greenl
WAXIE GPS' Suite of Tools
Looking to implement an effective green cleaning program but not sure where to start? The WAXIE GPSO Suite of
Tools offers a proven format to identify your "Green Cleaning Team," establish a baseline of your current cleaning
processes, identify recommendations for imptiovernent, deliver and track training for your cleaning staff, assess the
cleaning effectiveness of your custodial operations, and calculate your green spend percentage. The WAXIE GPS11
Suite of Tools has everyNng you need to devOop a custoini7ed green cleaning policy and irripImpent a high
performance cleaning program,
WAYJE is a nmdw of Mew o%Wabow
W=EO ISSArsli
SANITARY SUPPLY
Co rate Headquaners
9353 W"e Way
ISOV ILK
TO
San Diego, CA 92123
(NO) 995-4466
T w Faesl RowardShip Coor* O'SC ) Is Wi Inteff0ibW rer*Wbi &V WARV spteyp for papFandwood
www.waxie.com I.dWS heat CUM lirDffi re%xinothy nmar.J farmLq, vergied rix;Vcied wimes, aind (adroiled smumu UW&
P,
cedft, tion, Vests we cerfifiM agannW a W a4 strid efl*mmeiMi and qumistarray, and fW trorn cedified
tarest. is Yaciwd W1 Me way to ft, w.mmer. Mrouoi u Clhaio iol CAW.udy PA-0ftAxi syiem Who and vamgt 14 a
0 2012 WAME S"Bry Si" produd in the ffiadWoam, c4uiyWq giv, FRC'iher k litv'liogm Fty aime on wmNATnV"'L(1gQ. gmn
q
u
3-
z
0
Q
U
.I
U)
Z
Q
T
C)
J
a
IL
y
il
ME
PR
5, 9
40,
0
? -
Cc:)
CE'E - 0
L) IM
E A?•
t
0
.0 0 r> o
r.L
o o
=
cu 0
E
r� cc
;5 1—
tm--
2
r
0 t5L
CL 0 MD
p M
.48 E L)
I CLr
r 1
• .2
2 0 m
OL
p,
Ll
6_
ig (5
275 00
a ? - CL U
H
( ff
(D
:03
'(03)
o
co
ro-
m
=
A CE
(D 2 aD
-0 Mn
E >
-0
m co
E
•
m(CD
10 (D
0 M
.... ......
X
... . ............
0 Co CL r-L
. . . ............. .... — --
Jf 16 rcn 16 2� d
o E UO ID
CL Mti
Z r_
m 0
E
ar 0 m
u CO) ,n (D E a)
r■ fj 0 M
E E E
0. 0 m ID CL E E
LL 0 eL uj E w
2
LL 5
> 0 In ca') 0)
M =
U) Lo
0 0 0
E u.9 a E E
m CD m
w L
6. cu a U E 0m
•2
I-
0 m m 0 rz L
'o 1 EL
r- - - 2 cr
0 :3
U
D a- uj
L 4(D
0 w = U)
0
0 0 U) — 2 2
u 5, (u 0 .5: a 0-
WAXIEM
SANITARY SUPPLY
WAXIE's Virtual Managed Inventory (VIVII) program provides easy order-
ing for managed inventory. WAXIE VIVII uses a smart device app to col-
lect and transmit your inventory order, VMI is available for OS, Android
and Windows 8 taWet devices,
MEMBIRMINEEMM ITM11
the Par level. Users will have access to only the closets where they are
responsible for the inventory,
the order to WAXIE
Additional features available include offine inventory cWecboin for
number of monthly orders submitted.
The Most Trusted Name In Clean. Since 1945.
W=E-M Corporate Headquarters 19353 Waxie Way I San Diego, CA 92123
SANITARY SUPPLY (800) 995-4466 1 www.waxie.com 0 2015 WAXIE Sanitary Supply
il
IN
a
I
a
BOLD=HEADQUARTERS
CITY
STATE
ZIP
NO, OF
BRANCHES
SQ. FOOTAGE
NETWORK DISTRIBUTOR
Jessup
MD
20794
2
240,000
Richmond
VA
23224
Davie
FL
33314
NETWORK DISTRIBUTOR
Indianapolis
IN
46241
2
200,000
Columbus
OH
43228
NETWORK DISTRIBUTOR
Los Angeles
CA
90023
4
500,000
Galt
CA
95632
San Luis Obispo
CA
93401
American Canyon
CA
94503
Miami
FL
33166
NETWORK DISTRIBUTOR
Sao Paulo, SP
Brazil
05422-030
16
140,000
NETWORK DISTRIBUTOR
City of Industry
CA
91746
2
200,000
Hayward
CA
94545
NETWORK DISTRIBUTOR
Carlstadt
NJ
07072
1
75,000
NETWORK DISTRIBUTOR
Nashville
TN
37209
7
500,000
Mabelvale
AR
72103
Austell
GA
30168
Leighton
AL
35646
Chattanooga
TN
37406
Knoxville
TN
37921
Memphis
TN
38118
NETWORK DISTRIBUTOR
San Jose
CA
95112
2
138,000
San Jose
CA
95112
NETWORK DISTRIBUTOR
Nashville
TN
37210
14
Birmingham
AL
35214
Madison
AL
35759
Norcross
GA
30071
Hu ntingberg
IN
47542
Lexington
KY
40511
Louisville
KY
40214
Jackson
MS
39209
Charlotte
NC
28269
Chattanooga
TN
37406
Knoxville
TN
37921
Memphis
TN
38118
NETWORK DISTRIBUTOR
Lexington
KY
40511
1
80,000
NETWORK DISTRIBUTOR
Green Bay
WI
54303
1
61,000
NETWORK DISTRIBUTOR
Des Moines
IA
50321
6
140,000
Hiawatha
IA
52233
Carroll
IA
51401
Omaha
NE
68138
Dubuque
IA
52002
Cedar Falls
IA
50614
NETWORK DISTRIBUTOR
North Salt Lake City
UT
84054
1
60,000
NETWORK DISTRIBUTOR
Birmingham
AL
35209
3
138,000
Montgomery
AL
36110
Monroeville IAL
136460
NETWORK DISTRIBUTOR
San Jose
Costa Rica
11303
6
220,000
Guatamala
Panama
El Salvador
Nicaragua
Honduras
NETWORK DISTRIBUTOR
Richmond
CA
94804
31
225,000
Petaluma
CA
94952
Windsor
CA
95492
NETWORK DISTRIBUTOR
Fargo
ND
58102
4
240,000
Bemidji
MN
56601
Virginia
MN
55792
St. Cloud
MN
56301
Minneapolis
MN
55413
NETWORK DISTRIBUTOR
New Brighton
MN
55112
4
154,000
Marquette
MI
49855
Sault Ste. Marie
MI
49783
Duluth
MN
55811
Rochester
MN
55904
LaCrosse
W I
54601
Hibbing
MN
55746
Marshfield
WI
54449
NETWORK DISTRIBUTOR
Mobile
AL
36693
1
65,000
NETWORK DISTRIBUTOR
Milford
CT
06460
31
420,000
Tewksbury
MA
01876
Cranbury
NJ
08512
NETWORK DISTRIBUTOR
Harahan
LA
70123
2
147,000
Alexandria
LA
71301
NETWORK DISTRIBUTOR
Woodridge
IL
60517
6
1,052,500
Mira Loma
CA
91752
Miramar
FL
33025
Norcross
GA
30071
Westampton
NJ
8060
The Colony
TX
75056
Atlanta
GA
30341
Kent
WA
98032
Santa Rosa
CA
95401
NETWORK DISTRIBUTOR
Minneapolis
MN
55401
2
650,000
Duluth
MN
55802
NETWORK DISTRIBUTOR
Rutland
VT
OS702
1
90,000
NETWORK DISTRIBUTOR
Fort Smith
AR
72903
2
47,000
Ada
OK
74820
NETWORK DISTRIBUTOR
Twin Falls
ID
83301
4
76,000
Boise
ID
83704
Pocatello
ID
83201
Elko
NV
89801
NETWORK DISTRIBUTOR
Canton
MA
02021
1
110,000
NETWORK DISTRIBUTOR
Overland Park
KS
66211
19
807,057
Albertville
AL
35951
Springdale
AR
72762
Fresno
CA
93725
Calgary - Alberta
CAN
T2C1N9
Guelph - Ontario
CAN
N1H1G3
Fort Morgan
CO
80701
Oakwood
GA
30566
Ottumwa
IA
52501
Beardstown
IL
62618
Dodge City
KS
67801
Salisbury
MD
21804
Rocky Mount
NC
27804
North Bend
NE
68649
North Sioux City
SD
57049
Plainview
TX
79072
Harrisonburg
VA
22801
Green Bay
WI
54303
NETWORK DISTRIBUTOR
Sioux Falls
SD
57104
1 7
170,000
Grand Forks
ND
58203
Cedar Falls
IA
50613
Mason City
IA
50401
Sioux City
IA
51105
Rapid City
SD
57701
Billings
MT
59101
NETWORK DISTRIBUTOR
Amsterdam
NY
12010
1
100,000
NETWORK DISTRIBUTOR
Saint Joseph
MO
64S02
30
415,156
Union City
CA
94587
Sacramento
CA
95834
Los Angeles
CA
90040
Denver
CO
80239
Tucson
AZ
85705
Houston
TX
77041
San Antonio
TX
78247
Kansas City
MO
64153
Columbia
MO
65202
Daleville
IN
47334
Lexington
KY
40511
Madisonville
KY
42431
Lancaster
PA
17601
Warminster
PA
18974
Manchester
NH
3109
Columbus
OH
43223
Manchester
CT
6042
Urbandale
IA
50322
Mesa
AZ
85210
Flagstaff
AZ
86004
Springfield
MO
65803
Branson
MO
65616
Maryland Heights
MO
63043
Victor
NY
14S64
Lino Lakes
MN
55014
Eau Claire
WI
54701
Hutchinson
MN
55350
Staples
MN
56479
Owatonna
MN
55060
Sioux City
SD
57104
Rapid City
SD
57702
LaVista
NE
68128
NETWORK DISTRIBUTOR
Indianapolis
IN
46268
91
500,000
Belleville
MI
48111
Earth City
MO
63045
Cincinnati
OH
45249
Columbus
OH
43204
Alsip
IL
60803
Paducah
KY
42003
Kalamazoo
MI
49001
Tinley Park
IL
60477
NETWORK DISTRIBUTOR
Jersey City
NJ
07306
30
2,419,231
Franklin
MA
02038
High Point
NC
27263
Tampa
FL
33610
Manchester
NH
03108
Miami
FL
33178
Loxley
AL
36551
Jacksonville
FL
32219
Orlando
FL
32809
Austell
GA
30122
Jessup
MD
20794
Whitsett
NC
27377
Bordentown
NJ
08505
Catano
PR
00962
Bellingham
MA
02019
Racine
WI
53403
Elmhurst
IL
60126
Austell
GA
30168
Willow Grove
PA
19090
Victoria
TX
77903
San Antonio
TX
78219
Hutton
TX
78634
Temple
TX
76503
Clute
TX
77531
Brownsville
TX
78521
Corpus Christi
TX
78416
Kansas City
Birmingham
AL
35233
Tuscaloosa
AL
35401
Montgomery
AL
36110
Woodside
NY
11377
Boyleston
MA
101505
St. Louis
MO
63146
Independence
MO
64056
Irvine
CA
92606
NETWORK DISTRIBUTOR
Bell
CA
90201
4
600,000
Commerce
CA
90022
Bell
CA
90201
Hayward
CA
94945
Los Angeles
CA
90001
NETWORK DISTRIBUTOR
St. Louis
MO
63134
11
135,000
NETWORK DISTRIBUTOR
12529 Schonefeld
Germany
3S0
8,000,000
NETWORK DISTRIBUTOR
Meridian
MS
39301
S
390,000
Flowood
MS
39232
Demopolis
AL
36732
Columbus
MS
39703
Hattiesburg
MS
39403
NETWORK DISTRIBUTOR
Chattanooga
TN
37402
1
35,000
NETWORK DISTRIBUTOR
Auburn
NY
13021
1
120,000
NETWORK DISTRIBUTOR
Knoxville
TN
37914
4
130,000
Charlotte
NC
28206
Chattanooga
TN
37406
Nashville
TN
37214
NETWORK DISTRIBUTOR
Monterrey, NL
Mexico
64500
1 1
75,000
Apodaca, NL
Mexico
66600
Monterrey
NL
C.P. 64500
Nuevo Laredo
TAMPS
C.P. 88209
Matamoros
TAMPS
C.P.87300
Tampico
TAMPS
C.P.89318
Saltillo
COAH
C.P.25294
Torreon
COAH
C.P.27000
Monclova
COAH
C.P.2S760
Piedras Negras
COAH
C.P. 26025
Cd. Acuna
COAH
C.P. 26230
Durango
DGO
C.P. 34290
Zacatecas
ZAC
C.P.98600
Cd
Juarez
C.P.32370
Chihuahua
CHIH
C.P. 31110
Delicias
CHIH
C.P. 3300
Hermosillo
SON
C.P. 83137
Tijuana
BCN
C.P. 22410
Los Mochis
SIN
C.P. 81215
Culiacan
SIN
C.P. 80150
Mazatlan
SIN
C.P. 82000
Cabo San Lucas
BCS
C.P. 23473
Guadalajara
JAL
C.P. 44470
Tepatitlan de Morelos
JAL
C.P. 45602
Aguascalientes
AGS
C.P. 20110
San Luis Potosi
SLP
C.P. 78384
Lean
GTO IC.P.
37227
Queretaro
QRO I
C.P. 76089
Puerto Vallarta
JAL
C.P. 48290
Colima
COL
C.P. 28000
Morelia
MICH
C.P. 58146
Lazaro Cardenas
MICH
C.P. 60950
Mexico
DF
C.P. 02300
Mexico
DF
C.P. 02300
Puebla
PUE
C.P. 72180
Tehuacan
PUE
C.P. 75740
Lerma
EDOMEX
C.P.52000
Cuernavaca
MDR
C.P. 62250
Cuautla
MDR
C.P. 62744
Acapulco
GRO
C.P. 39355
Veracruz
VER
C.P. 91700
Coatzacoalcos
VER
C.P. 96400
Villahermosa
TAB
C.P. 02300
Tlalixtac de Cabrera
OAX
C.P. 68270
Tuxtla Gutierrez
CHIS
C.P.29110
Tapachula
CHIS
C.P. 30700
San Cristobal
CHIS
C.P. 29264
Merida
YUC
C.P. 97210
Cancun
Q.ROD
C.P.77530
Playa del Carmen
Q. ROO
C.P. 77712
Monterrey
NL
C.P.64820
Monterrey
NL
C.P.64650
Monterrey
NL
C.P.64000
Saltillo
COAH
C.P.25240
Torreon
COAH
C.P.27085
Cd. Juarez
Chih.
C.P. 32580
Mexico
DF
C.P.08400
Mexico
DF
C.P.06400
Tlanepantla
EDOMEX
C.P.54073
Guadalajara
JAL
C.P.44530
Guadalajara
JAL
C.P.44260
Tlaquepaque
JAL
C.P.45602
Puebla
PUE
C.P.72810
Leon
GTO
C.P.37220
San Pedro Garza Garcia
NL
C.P. 66250
Monterrey
NL
C.P. 64770
San Nicolas de los Garza
N.L.
C.P. 66460
Monterrey
NL
C.P. 64989
Monterrey
NL
C.P. 64620
Saltillo
COAH
C.P.25260
NETWORK DISTRIBUTOR
Purchase
NY
10577
28
Wallingford
CT
06492
Carol Stream
IL
60188
Belingham
MA
02019
Columbia
MD
21045
Hanover
MD
21076
Portland
IME
104103
Dexter
MI
48130
Grand Rapids
MI
49544
St. Paul
MN
55108
Durham
NC
27713
Londonderry
NH
03053
Manchester
NH
03109
Teterboro
NJ
07609
Farmingdale
NY
11735
Latham
NY
12110
Melville
NY
11747
Rochester
NY
14623
Hanover Township
PA
18706
King of Prussia
PA
19406
Mount Joy
PA
17552
Pittsburgh
PA
15233
Colonial Heights
VA
23834
Richmond
VA
23230
Springfield
VA
22151
Virginia Beach
VA
23462
Williston
VT
05495
Pewaukee
WI
53188
Trenton
NJ
08609
Allentown
PA
18109
NETWORK DISTRIBUTOR
Canton
OH
44707
2
479,000
Lincolnton
NC
28092
NETWORK DISTRIBUTOR
Jacksonville
FL
32207
23
Birmingham
AL
35204
Mobile
AL
36619
Montgomery
AL
36117
Little Rock
AR
72210
Midway
FL
32343
Orlando
FL
32819
Riviera Beach
FL
33404
Tampa
FL
33610
Lithia Springs
GA
30122
New Orleans
LA
70123
Pearl
MS
39208
Arden
NC
28704
Charlotte
NC
28266
Greensboro
NC
27409
Morrisville
NC
27560
Greenville
SC
29607
West Columbia
SC
29170
Antioch
TN
37013
Chattanooga
TN
37416
Memphis
TN
38141
Nashville
TN
Pembroke Park
FL
Orlando
FL
Hialeah
FL
33015
Lewisburg
TN
NETWORK DISTRIBUTOR
Hamilton
OH
45011
1
70,000
NETWORK DISTRIBUTOR
West Springfield
MA
10190
1
100,000
NETWORK DISTRIBUTOR
San Antonio
TX
78220
3
197,000
Houston
TX
77043
Grand Prairie
TX
75050
NETWORK DISTRIBUTOR
Wailuku
HI
96793
2
31,000
Lihue
HI
96766
NETWORK DISTRIBUTOR
Wheeling
IL
60090
20
1,200,000
Wausau
WI
54401
Normal
IL
61761
Springfield
IL
62703
DesPlaines
IL
60016
Quincy
IL
62305
Rockford
IL
61102
Minneapolis
MN
55414
Appleton
WI
54913
Madison
WI
53716
Milwaukee
WI
53224
Houston
TX
77036
St. Louis
MO
63146
Springfield
MO
65802
Evansville
IN
47711
Plainfield
IN
46168
Lenexa
KS
66215
Louisville
KY
40213
Tulsa
OK
74107
West Des Moines
IA
50265
NETWORK DISTRIBUTOR
Cleveland
OH
44105
9
Fort Wayne
IN
46808
Indianapolis
IN
46241
Louisville
KY
40228
Ann Arbor
MI
48104
Detroit
MI
48216
Livonia
MI
48150
Southfield
MI
48033
Sterling Heights
MI
48312
Akron
OH
44301
Cincinnati
OH
45246
Cincinnati
OH
45204
Cincinnati
OH
45203
Cleveland
OH
44109
Columbus
OH
43228
Columbus
OH
43228
Dayton
OH
45404
Greenwich
CT
06830
NETWORK DISTRIBUTOR
New Braunfels
TX
78130
1 10
450,000
San Antonio
TX
78210
Houston
TX
77041
Grand Prairie
TX
76011
Ponchatoula
LA
70454
Baton Rouge
LA
70809
Rancho Cucamonga
CA
91730
Minden
LA
71055
Tyler
TX
75702
Lake Charles
LA
70601
La Grange
IL
60526
NETWORK DISTRIBUTOR
New Berlin
WI
53151
2
113,000
Madison
WI
53703
Wausau
WI
54401
NETWORK DISTRIBUTOR
Omaha
NE
68130
2
45,000
Urbandale
IA
50322
NETWORK DISTRIBUTOR
Rancho Dominguez
CA
90220
6
200,000
Henderson
NV
89011
West Valley City
UT
84119
Phoenix
AZ
85043
Commerce City
CO
80022
Kent
WA
98031
NETWORK DISTRIBUTOR
Norton Shores
MI
49456
7
275,000
Grand Rapids
MI
49512
Holland
MI
49423
Rochester Hills
MI
48309
Traverse City
MI
49684
Bowling Green
OH
43402
Northfield Center
OH
44067
Indianapolis
IN
46241
Decatur
IL
62526
Willowick
OH
44095
NETWORK DISTRIBUTOR
Glenview
IL
60025
2
400,000
Sturtevant
WI
53177
NETWORK DISTRIBUTOR
Dallas
TX
75234
6
530,000
Longview
TX
75604
Texarkana
TX
75501
Austin
TX
78754
Beaumont
TX
77705
Lubbock
TX
79404
ElPaso
TX
79906
Houston
TX
77041
Waco
TX
76701
NETWORK DISTRIBUTOR
Redlands
CA
92374
5
272,000
Union City
CA
94587
San Diego
CA
92154
Las Vegas
NV
89115
Kent
WA
98032
NETWORK DISTRIBUTOR
Bronx
NY
10454
1
240,000
NETWORK DISTRIBUTOR
Warrendale
PA
15086
1
125,000
NETWORK DISTRIBUTOR
Clarksville
IN 147129
1 1
30,000
NETWORK DISTRIBUTOR
Philadelphia
PA
19114
3
300,000
Annapolis
MD
21401
Rosedale
MD
21237
NETWORK DISTRIBUTOR
Scranton
PA
18411
1
225,000
NETWORK DISTRIBUTOR
Cincinnati
OH
45214
31
200,000
Portsmouth
OH
45662
Charleston
WV
25302
NETWORK DISTRIBUTOR
Grand Prairie
TX
75050
7
800,000
Austel
GA
30168
Austin
TX
78758
Houston
TX
77040
San Antonio
TX
78219
Wichita Falls
TX
76310
Middlesex
NJ
08831
NETWORK DISTRIBUTOR
Harrisburg
PA
17110
2
89,000
New Brighton
PA
1S066
York
PA
17403
Allentown
PA
18109
NETWORK DISTRIBUTOR
Clarksburg
WV
26302
11
33,000
NETWORK DISTRIBUTOR
Modesto
CA
953S8
1
22,400
NETWORK DISTRIBUTOR
Lenexa
KS
66219
5
220,000
Tolleson
AZ
85353
Chesterfield
MO
63005
Pendergrass
GA
Midlothian
TX
76065
NETWORK DISTRIBUTOR
Landover
MD
20785
1
125,000
NETWORK DISTRIBUTOR
La Crosse
WI
54603
1
70,000
NETWORK DISTRIBUTOR
Spartanburg
5C
29301
9
1,035,000
Jacksonville
FL
32226
College Park
GA
30337
Vidalia
GA
30474
Browns Summit
NC
27214
Conway
Sc
29526
Lakeland
FL
33805
Pigeon Forge
TN
37863
Albany
GA
31701
NETWORK DISTRIBUTOR
Wichita
KS
67219
2
120,000
Oklahoma City
OK
73107
NETWORK DISTRIBUTOR
Temecula
CA
92S62
61
360,000
Denver
CO
80239
Dallas
TX
75227
Fresno
CA
93706
Stockton
CA
85202
NETWORK DISTRIBUTOR
Vaughan
Ontario
1.41. 089
1
NETWORK DISTRIBUTOR
Santa Fe Springs
CA
90670
12
Phoenix
AZ
85009
Union City
CA
94587
Aurora
CO
80011
Honolulu
HI
196817
Las Vegas
NV
89118
Gresham
OR
97230
West Valley City
UT
84199
Kent
WA
98032
Concord
CA
94518
Sacramento
CA
95814
Hayward
CA
94544
Oakland
CA
94512
Santa Clara
CA
95054
San Jose
CA
95122
Palo Alto
CA
94303
San Carlos
CA
94070
San Francisco
CA
94103
Fresno
CA
93726
Ventura
CA
93003
Westlake Village
CA
91361
Chatsworth
CA
91311
North Hollywood
CA
91605
Seattle
WA
98134
Salt Lake City
UT
84115
Portland
OR
97230
North Phoenix
AZ
85029
Phoenix
AZ
85013
Tempe
AZ
85281
Tuscon
AZ
85705
Anaheim
CA
92806
Burbank
CA
91502
Cerritos
CA
90703
Chula Vista
CA
91910
Covina
CA
91724
El Monte
CA
91731
Escondido
CA
92029
Gardena
CA
90248
Hollywood
CA
90038
San Diego
CA
92111
Laguna Hills
CA
92653
Los Angeles
CA
90021
Palm Desert
CA
92211
Pasadena
CA
91105
Riverside
CA
92507
San Bernadino
CA
92408
San Diego
CA
92110
Santa Ana
CA
92704
Santa Fe Springs
CA
90670
Santa Monica
CA
90404
Signal Hill
CA
90755
Tustin
CA
92780
Upland
CA
91786
City of Industry
CA
91789
NETWORK DISTRIBUTOR
Fremont
CA
94538
1
200,000
NETWORK DISTRIBUTOR
Port Chester
NY
10573
1
NETWORK DISTRIBUTOR
Odessa
TX
79764
3
75,000
Lubbock
TX
79404
Wichita Falls
TX
76306
NETWORK DISTRIBUTOR
San Diego
CA
92123
21
972,000
Anchorage
AK
99517
Fairbanks
AK
99701
Mesa
AZ
85215
Tucson
AZ
85719
El Centro
CA
92243
Livermore
CA
94550
Ontario
CA
91764
Santa Ana
CA
92704
Thousand Palms
CA
92276
Aurora
CO
80011
Colorado Springs
CO
80915
Boise
ID
83709
Idaho Falls
ID
83401
Las Vegas
NV
89119
Gresham
OR
97230
Salt Lake City
UT
84104
St. George
UT
84790
Kent
WA
98032
Spokane
WA
99216
West Sacramento
CA
95691
Santa Rosa
CA
95403
San Jose
CA
95112
NETWORK DISTRIBUTOR
Kent
WA
98032
13
900,000
Anchorage
AK
99501
Redding
CA
96003
Sacramento
CA
95811
Boise
ID
83705
Idaho Falls
ID
83402
Missoula
MT
59801
Eugene
OR
97402
Medford
OR
97504
Portland
OR
97230
Redmond
OR
97756
Kennewick
WA
99336
Spokane Valley
WA
99216
Burlington
WA
98233
NETWORK DISTRIBUTOR
Denver
CO
80239
4
225,000
Phoenix
AZ
85043
Albuquerque
NM
87121
Grand Junction
CO
81501
NETWORK DISTRIBUTOR
Victoriaville
Quebec
G6P 7E3
17
350,000
Brossard
Quebec
J4Y 2P3
Gatineau
lQuebec
J8Z 1S9
Quebec
Quebec
GIN 3YI
Sault Ste -Marie
Ontario
P6A 1M7
Sudbury
Ontario
P3B 2E5
Winnipeg
Manitoba
R2X 2Z7
Calgary
Alberta
T2E 7A3
Edmonton
Alberta
T5S 2W7
Castlegar
British Columbia
V1N 2A8
Coquitlam
British Columbia
V3K 6TI
Vancouver
British Columbia
V51- 2G1
Mississauga
Ontario
L5T 2V5
Dartmouth
Nova Scotia
B3B IC9
Mt. Pearl
Newfoundland
AIN 4SP
Paradise
Newfoundland
A1L IN3
Regina
Saskatchewan
S4T OX7
Etobicoke
Ontario
M9W 5A5
WAXIEe7
S A N I TARY SUPPLY
The Most Trusted Name In Clean. Since 1945.
WAXIE Office /Distribution/Will Call/Service Center Locations
WAXIE Corporate
9353 Waxie Way
San Diego, CA 92123
Ph: (858) 292-8111
WAXIE Anchorage, Alaska
Sales/Will Call/Distribution
4005 Spenard Road
Anchorage, AK 99517
Ph: (907) 248-0404
WAXIE Fairbanks, Alaska
Sales/Will Call/Distribution
975 Van Horn Road, Suite 3
Fairbanks, AK 99701-7656
Ph: (907) 452-8538
WAXIE Mesa, Arizona
Sales/Service/Will Call/Distribution
4136 E. McDowell Road
Mesa, AZ 85215
Ph: (480) 333-1000
WAXIE Tucson, Arizona
Sales/Will Call/Service
355 5. Euclid, Suite 105
Tucson, AZ 85719-6654
Ph: (520) 629-9699
WAXIE Bay Area, California
Sales/Service/Will Call/Distribution
901 North Canyons Parkway
Livermore, CA 94550
Ph: (925) 454-2900
WAXIE El Centro, California
Sales/Will Call
198 E. Ross Road
EI Centro, CA 92243-9448
Ph: (760) 352-4691
WAXIE Ontario, California
Sales/Service/Will Call/Distribution
905 N. Wineville
Ontario,CA 91764-5S95
Ph: (909) 942-3100
WAXIE Palm Springs, California
Sales/Will Call
72-080 Woburn Court
Thousand Palms, CA 92276
Ph: (760) 343-4410
WAXIE Sacramento, California
Sales/Service/Will Call/Distribution
2421 Del Monte Street
West Sacramento, CA 95691
Ph: (916) 231-0584
WAXIE San Diego, California
Sales/Service/Will Call/Distribution
9353 Waxie Way
San Diego, CA 92123
Ph: (858) 292-8111
WAXIE San Jose, California
Sales/Will Call/Distribution
890 Service Street
San Jose, CA 95112
Ph: (408) 855-6600
WAXIE Santa Ana, California
Sales/Service/Will Call/Distribution
3220 S. Fairview Street
Santa Ana, CA 92704-6509
Ph: (714) 545-8441
WAXIE Santa Rosa, California
Sales/Will Call/Distribution
981 Airway Court, Suite D
Santa Rosa, CA 95403
Ph: (707) 522-6840
Corporate Headquarters 19353 Waxie Way, San Diego, CA 92123 1 (800) 544-8054 1 www.waxie.com
WAXIE Colorado Springs, Colorado
Sales/Will Call/Distribution
2180 Victor Place, Suite B
Colorado Springs, CO 80915
Ph: (719)418-8100
WAXIE Denver, Colorado
Sales/Service/Will Call/Distribution
2255 N. Pagosa Street, Suite 100
Aurora, CO 80011
Ph: (720) 216-6600
WAXIE Boise, Idaho
Sales/Will Call/Distribution
6663 S. Eisenman Road, Suite 120
Boise, Idaho 83716
Ph: (208) 376-8700
WAXIE Idaho Falls, Idaho
Sales/Will Call/Distribution
1359 E. Commerce Way
Idaho Falls, Idaho 83401
Ph: (208) 552-1300
WAXIE Las Vegas, Nevada
Sales/Service/Will Call/Distribution
277 Pilot Road
Las Vegas, NV 89119-3533
Ph: (702) 263-0663
WAXIE Portland, Oregon
Sales/Will Call/Distribution
Building D of The Commons at South Shore
4772 NE 190th Lane
Gresham,Oregon 97230
Ph: (503) 674-0002
WAXIE St. George, Utah
Sales/Will Call
525 North 3050 East, Suite 102
St. George, UT 84790
Ph: (435) 652-9990
WAXIE Salt Lake City, Utah
Sales/Service/Will Call/Distribution
5107 West 1730 South
Salt Lake City, UT 84104
Ph: (801) 886-3700
WAXIE Seattle, Washington
Sales/Service/Will Call/Distribution
18314 80th Place South
Kent, WA 98032-2504
Ph: (425) 291-1700
WAXIE Spokane, Washington
Sales/Will Call
3808 N. Sullivan Road, Building 25C
Spokane Valley, WA 99216
Ph: (507) 344-3900
Note: Weekly Customer Progress Calls are a part of each Implementation Phase
Phase I - Implementation
Launch
• Customer Review
o
Review Contract Details
o
Establish Customer Expectations for:
■ Account Implementation
■ Total Length of Contract
o
Discuss Next Steps
■ Customer to Send Letter of Endorsement to their Locations
■ Customer to Complete Key Contacts Worksheet
• Customer Location Launch Kit
o
Copy of Letter of Endorsement
o
Key Contract Details
o
Key Measurable/Compliance
o
NETWORK profile with Key Contacts
■ Implementation Contact Information
■ Local Representative Contact Information
■ Corporate Account Director Contact Information
o
Next Steps/Expectations
• NETWORK
Local Representative Launch Kit
o
Copy of Letter of Endorsement
o
Key Contract Details
o
Key Measurable/Compliance
o
Customer Profile/Background
o
Local Engagement - Local Customer Contact Information
Phase II - Account Setup
• Various Tasks to get the Customer Setup in our SAP System
Phase II - E-Business Systems Setup
• Integrate with your procurement, invoicing and reporting processes
• Award -winning back end system, powered by SAP
Phase IV - PROGRAM LAUNCH!!
• Start Accepting Orders
Phase V - Post Program Launch Audit
• Monthly/Quarterly Reports to Demonstrate:
o Product Compliance
o Local Engagement/Penetration
q�_NETWORX SERVICES COMPANY 7100 E. WOODFIELD ROAD, SUITE 200 SCHAUMBURG, It 60173
800.68 3.03 34 847,803.0482 WW W,N91'WORKDISTRIBUTION.COM
IFIIT�*
Facilh Supply Solutions
The Most Trusted Name in Glean® Since 1945. W= E o7
SANITARY SUPPLY
0 2016 WAXJE Sanfixy Supply
V11 4 1 A [oil irD] 01 I'DN
For Government Facility Maintenance and Procurement Professionals, WAXIE understands that you
need to provide a clean and efficient workplace for your budding occupants at the total lowest cost
while meeting governmental executive orders WAXIE delivers innovative facility maintenance
supply and hand hygiene solutions along with industry -specific expeilise and consultation that
contribute to lower operating costs, increased occupant wellness and enhanced public image,
WAXIE has Inventory Centers strategically located throughout the Western United States to serve
you. WAXIE is also a member. -owner of Network Services Company, which is a streamlined and
collaborative collection of the best independent distributors in the world, which provides an efficient
and integrated approach to servicing large account portfolios.
% "D 'C "M'
NCAA P�i I KY'IMAEPA
WAXE is a member of these orgy altims:
CCorporate Headquarters
WAXI-09 a
SANITARY SUPPLY 9353WaxieWay I San Diego® CA92123 1 (800)995-4466 1 www.waxie.com
�ya�'
.. � � §
WAXIE e provides youwith access to
Online fin
Important right -to -know information right Real-time access to the most up-to-date
at your fingertips. product information.
Real -Time r, illfty
Focus in on the statics girders on Put our` inve at your fingertips.
r account
i,
AN e Information
, ' f r, fragrance) R`; find the' p You are loa [tin fao.
� 1 elCact rCAuct
AM
iuc
t usage.
Shopping 1
customizingMake online ordering even quicker by
1ur list of product.
I
m
v
01,
Oa
p
cl
W
0
WAXIE GPS-Green Partner Support
Your Guide to M61-e. Sustainable Cleanirg Solutions
Id
00,
�y
xUBERTY
WAME-0610
SANITARY SUPPLY
WAXIE GPV Green Partner Support Is an ideal platform for customers who would like to
irnplernent a green cleaning program which combines lour errvironmenW impact cleaning
products wi MI good sound cleaning procedures, along with the training and con%Atative expeMse
needed 'in order to create a more effective and safe dfmning proigram.
WAXIE GPV identifies third party cerfifications and quidehnes whenever available to
substantiate environmentAly preferable product claims — such as EPA Gornpreher6ve Procure-
ment Guidelines (CPG), EPA Design for the Environment (M), UL EnOonmenVEcoLogo, Green
Seall, CRI Seal of Approval, Forest Stewardship Council (F-SQ, Swifific Ceffificafion Systems
(SCS), Clean Mir Choices Cleaner Ceifification (GACQ, USDA BioPreferred Program and other's
and includes the dernonstrated knowledge of the LEVAccredited Protessionais and ClMS-G13
ISSA Certification Experts employed lby WAXIE.
WAXIE CPPS' is a collaboration and partnership between WAME and its respective customer
wd mankslactirier partners — and it is a ccinprehensve approach which addresses everytNng YOU
wRI need to implement an effective green cleaning program.
Your WAXIE San" MO I Ir"I"I'Awltant
partners with you to " , ,22=a" a G P
path to help you reach your green cleaning goals,
'/a/d/Ij
kD
� \ �
ME
Process
'DAME Sanitary Supply has the best value and most comprehensive
offering of green cleaning product solutions avaflaWe in the industry, In
addition to I this vAde I at Iproduur t choVes, WAXIE GNIP place.,,
these products within a platform that recognizes that rnaximum poskhre
hinpact can he achieved by considering an approach which addresses the
best cleaning PROCESSES and PROCEDURES in association wfth these
products as mIl
Any praduct, if used Incorrecily, rain be potenfialIly thafmM to pGx)p1e,
surfaces or the surrounding environment., WAXJE GPS0 idenfifies BEST
PRACTICES for the proper use and disposal of cleaning prodwAss 'urn your
building, Mfli the goals or irnproving wort(er safety., nmxim0ng sourck.
reduction (Vporlunifies, and increasing overall efficiency.
Our Green Gleaning Consuftation addresses oppoftw*ies to consolidate
and standardize product selerftions to save inventory space, as well as
opporlunrues to consolidate and Wearn5ne deliveries to rninIlrnize transpa
tabon impacts, and opportunities to use oiI e commerce ordering,
iiIwoIicing and reporting soltiflions to minknize paper usage and increase
overall eftencies,
WAXIE GPS'Catalog
Looking for just the right cleaning product solubon for your Green Gleaning Program? fll,ue WPXIE GIRS"'Gatalog offers
the most comprehensive assembly of green cleankig products In the cleaning industry. In addition, the GPS Catalog
provides a tutorial on the most prevalent third -party certification standards and product attributes Which highlight how
the featured products reduce impacts on hurnan health and the erwironnientThe WAXIE GPS`Catalog has everything
you need to clean when you want to go green!
Looking to impNement an effective green cleank g program but not sure whe" to starv. The WAXIE GNS111 Suite of
"I'As offers a proven format to identify your 'Green Meaning Team," establish a baseline of your current cleaning
processes, Identify recommendations for improvement, deliver and track traiift for your cleaning staff, assess the
cleaning effectivent-nz of your custodbl operations, and calculate your green spend percentage The WAXIE GIII, D,
Suite of TWs has ever.AIiiag you need to develop a customized green cteanOig poficy and implement a high
pedormance cleaning program..
iqii��Iiq I
i EW= �� 0 WAXE is a mwftr of Ihme orWn&kw _M
Jig W] Mm�
SANITARY SUPPLY lie
Corporate Headquarters PNINTEDWff"
9353 Waxie Way 0Y INK
San Diego, CA 92123
(800) 9954466
wwwwaxie.com rxActs IMat imm from nWn&'My wwgQed f('WM'Kr MOW W rxielroWd umm ftef Fsr,
tv'Mcafi0fl, fuests are ceflew atonsl a YA of sWd envkwiI and =W stauxWdh, =J ftwr lo'Arn ce,05W.A.
foesm i�, lyadvw IiIIN be ffiqto Me consuw ftaiII "Te Chaln VIIIel(wd w'W!� 1
0 2412 WAME S"" puodud W the m,01I =rflq Me I 'dMook 4ee' bgQ. F% Mge 0.�d WWW1 ft=Wad1JM
4/1
NETWORK°
E B U S I N E S S S 0 L U T 1 0 N S
Table of Contentl
2
NetSupply@ 2,0 ECOMmerce 5
Reporting 6
Billing 6
EBusiness Partnerships -7
I
Data Synchronization 7
MITI "M
NETWORK"' EBUSINESS SOLUTIONS
E C 0 M M E R C E
Informed business decisions and effective supply chain management rely on timely and
accurate data and transactions. NetSupply'111 2.0 is the flexible ECornmerce solution cle,signed
for your supply management needs,
BETTER INFORMATION
• Product images and detailed specifications
• Keyword and item number search and filtering capabilities
• ustainability product and contracted item flags
• Searchable order history
MORE CON'rROIL
• Cuistomer-specific catalogs
• Buih,-in business rules to help manage contract compliance
• Order scheduling, budgeting and approval capabilities
• Flexibility to accommodate single -site or multi -site buyers
GREATER PRODUCTIVITY
• Automated processes help reduce paperwork and keying errors
• User -defined favorites lists and recently viewed items feature
for faster re -orders
• Side -by -side item comparison for easy decision -making
• An intuitive, easy -to -use interface
INCREASED MOBILATY
* 24/7 access to your information, where you need it
* Place orders at the point of use with your mobile device
* Review and approve orders on the go from your mobile device
0 2013 Network Services Cornpany. AH dghts reserved.
gm=
MWOME 10 Nwas EnVM'
NETWORIKO� EBUSINESS SOLUTIONS
rr 8 U S I N IE S S P A R 'r r,4 IE R S H 11 P S
The security and integrity of our custorner%' data is a top priority for NETWORK. To streamline the
flow of data, reduce the chance for humon errors, and transact in a cosl-eff&ctive manner,
NETWORK sup1ports integration with most EBusiness systems.
EDI, XML, cXML, FTP
Electronic data interchanges provide computer -to -computer
exchange of business documents between a customer's system and
NETWORK, including;
* Invoice, credit/delbit adjustments, remittance advice
0 Purchase orders, order oicknowledgements, order changes
GHX and DSSI
NETWORK has partnered with leading data exchange services to
provide efficient trading relationships for our healthcare customers
PUNCHOUIF
NETWORK has the flexibility to securely connect with a customer's
existing procurement system, Through this imethod, NETWORK
receives purchase orders that the custorrier's procurement system
converts from a shopping cart requisition, This process ensures the
buyer has the most current contracted products and pricing,
integrated into their existing system.
NETWORK subscribes to I WORLDSYNC, the wadd's leading data
pool. With daily synchronization to this rich data pool, NETWORK
customer catalogs are populated with the most current product
details, inchjding
• Product descriptions, specific-ations, and images
• Sustainability properties
• MSDS
V E R I S I G N w
NETWORK utilizes Vevisign to monoge the secure collection of credit
card payments within its EComcoerce Sy!$ferrI.
@ 2013 Network Services Company, A0 nights reserved.
WORI ............ D
C,.,,,.,Yr
NC
BOLD=HEADQUARTERS
CITY
STATE
ZIP
NO. OF
BRANCHES
SQ. FOOTAGE
NETWORK DISTRIBUTOR
Jessup
MD
20794
2
240,000
Richmond
VA
23224
Davie
FL
33314
NETWORK DISTRIBUTOR
Indianapolis
IN
46241
2
200,000
Columbus
OH
43228
NETWORK DISTRIBUTOR
Los Angeles
CA
90023
4
500,000
Galt
CA
95632
San Luis Obispo
CA
93401
American Canyon
CA
94503
Miami
FL
33166
NETWORK DISTRIBUTOR
Sao Paulo, SP
Brazil
05422-030
16
140,000
NETWORK DISTRIBUTOR
City of Industry
CA
91746
2
200,000
Hayward
CA
94545
NETWORK DISTRIBUTOR
Carlstadt
NJ
07072
1
75,000
NETWORK DISTRIBUTOR
Nashville
TN
37209
7
500,000
Mabelvale
AR
72103
Austell
GA
30168
Leighton
AL
35646
Chattanooga
TN
37406
Knoxville
TN
37921
Memphis
TN
38118
NETWORK DISTRIBUTOR
San Jose
CA
95112
2
138,000
San Jose
CA
95112
NETWORK DISTRIBUTOR
Nashville
TN
37210
14
Birmingham
AL
35214
Madison
AL
35758
Norcross
GA
30071
Huntingberg
IN
47542
Lexington
KY
40511
Louisville
KY
40214
Jackson
MS
39209
Charlotte
NC
28269
Chattanooga
TN
37406
Knoxville
TN
37921
Memphis
TN
38118
NETWORK DISTRIBUTOR
Lexington
KY
40511
1
80,000
NETWORK DISTRIBUTOR
Green Bay
WI
54303
1
61,000
NETWORK DISTRIBUTOR
Des Moines
IA
50321
6
140,000
Hiawatha
IA
52233
Carroll
IA
51401
Omaha
NE
68138
Dubuque
IA
52002
Cedar Falls
IA
50614
NETWORK DISTRIBUTOR
North Salt Lake City
UT
84054
1
60,000
NETWORK DISTRIBUTOR
Birmingham
AL
35209
3
138,000
Montgomery
AL
36110
Monroeville
AL
36460
NETWORK DISTRIBUTOR
San Jose
Costa Rica
11303
6
220,000
Guatamala
Panama
El Salvador
Nicaragua
Honduras
NETWORK DISTRIBUTOR
Richmond
CA
94804
3
225,000
Petaluma
CA
94952
Windsor
CA
95492
NETWORK DISTRIBUTOR
Fargo
ND
58102
4
240,000
Bemidji
MN
56601
Virginia
MN
55792
St. Cloud
MN
56301
Minneapolis
MN
55413
NETWORK DISTRIBUTOR
New Brighton
MN
55112
4
254,000
Marquette
MI
49855
Sault Ste. Marie
MI
49783
Duluth
MN
55811
Rochester
MN
55904
LaCrosse
W I
54601
Hibbing
MN
55746
Marshfield
WI
54449
NETWORK DISTRIBUTOR
Mobile
AL
36693
1
65,000
NETWORK DISTRIBUTOR
Milford
CT
06460
3
420,000
Tewksbury
MA
01876
Cranbury
NJ
08512
NETWORK DISTRIBUTOR
Harahan
LA
70123
2
147,000
Alexandria
LA
71301
NETWORK DISTRIBUTOR
Woodridge
IL
60517
6
1,052,500
Mira Loma
CA
91752
Miramar
FL
33025
Norcross
GA
30071
Westampton
NJ
8060
The Colony
TX
75056
Atlanta
GA
30341
Kent
WA
98032
Santa Rosa
CA
95401
NETWORK DISTRIBUTOR
Minneapolis
MN
55401
2
650,000
Duluth
MN
55802
NETWORK DISTRIBUTOR
Rutland
VT
05702
1
90,000
NETWORK DISTRIBUTOR
Fort Smith
AR
72903
2
47,000
Ada
OK
74820
NETWORK DISTRIBUTOR
Twin Falls
ID
83301
4
76,000
Boise
ID
83704
Pocatello
ID
83201
Elko
NV
89801
NETWORK DISTRIBUTOR
Canton
MA
02021
1
110,000
NETWORK DISTRIBUTOR
Overland Park
KS
66211
19
807,057
Albertville
AL
35951
Springdale
AR
72762
Fresno
CA
93725
Calgary -Alberta
CAN
T2C1N9
Guelph - Ontario
CAN
N11-11G3
Fort Morgan
CO
80701
Oakwood
GA
30566
Ottumwa
IA
52501
Beardstown
IL
62618
Dodge City
KS
67801
Salisbury
MD
21804
Rocky Mount
NC
27804
North Bend
NE
68649
North Sioux City
SD
57049
Plainview
TX
79072
Harrisonburg
VA
22801
Green Bay
WI
54303
NETWORK DISTRIBUTOR
Sioux Falls
SD
57104
7
170,000
Grand Forks
ND
58203
Cedar Fails
IA
50613
Mason City
IA
50401
Sioux City
IA
51105
Rapid City
SD
57701
Billings
MT
59101
NETWORK DISTRIBUTOR
Amsterdam
NY
12010
1
200,000
NETWORK DISTRIBUTOR
Saint Joseph
MO
64502
30
415,156
Union City
CA
94587
Sacramento
CA
95834
Los Angeles
CA
90040
Denver
CO
80239
Tucson
AZ
85705
Houston
TX
77041
San Antonio
TX
78247
Kansas City
MO
64153
Columbia
MO
65202
Daleville
1N
47334
Lexington
KY
40511
Madisonville
KY
42431
Lancaster
PA
17601
Warminster
PA
18974
Manchester
NH
3109
Columbus
OH
43223
Manchester
CT
6042
Urbandale
IA
50322
Mesa
AZ
85210
Flagstaff
AZ
86004
Springfield
MO
65803
Branson
MO
65616
Maryland Heights
MO
63043
victor
NY
14564
Lino Lakes
MN
55014
Eau Claire
WI
54701
Hutchinson
MN
55350
Staples
MN
56479
Owatonna
MN
55060
Sioux City
SD
57104
Rapid City
SD
57702
LaVista
NE
68128
NETWORK DISTRIBUTOR
Indianapolis
IN
46268
9
500,000
Belleville
MI
48111
Earth City
MO 163045
Cincinnati
OH
45249
Columbus
OH
43204
Alsip
IL
60803
Paducah
KY
42003
Kalamazoo
MI
49001
Tinley Park
IL
60477
NETWORK DISTRIBUTOR
Jersey City
NJ
07306
30
2,419,231
Franklin
MA
02038
High Point
NC
27263
Tampa
FL
33610
Manchester
NH
03108
Miami
FL
33178
Loxley
AL
36551
Jacksonville
FL
32219
Orlando
FL
32809
Austell
GA
30122
Jessup
MD
20794
Whitsett
NC
27377
Bordentown
NJ
08505
Catano
PR
00962
Bellingham
MA
02019
Racine
WI
53403
Elmhurst
IL
60126
Austell
GA
30168
Willow Grove
PA
19090
Victoria
TX
77903
San Antonio
TX
78219
Hutton
TX
78634
Temple
TX
76503
CI ute
TX
77531
Brownsville
TX
78521
Corpus Christi
TX
78416
Kansas City
Birmingham
AL
35233
Tuscaloosa
AL
35401
Montgomery
AL
36110
Woodside
NY
11377
Boyleston
MA
01505
St. Louis
MO
63146
Independence
MO
64056
Irvine
CA
92606
NETWORK DISTRIBUTOR
Bell
CA
90201
4
600,000
Commerce
CA
90022
Bell
CA
90201
Hayward
CA
94945
Los Angeles
CA
90001
NETWORK DISTRIBUTOR
St. Louis
MO
63134
1
135,000
NETWORK DISTRIBUTOR
12529 Schonefeld
Germany
350
8,000,000
NETWORK DISTRIBUTOR
Meridian
MS
39301
5
390,000
Flowood
MS
39232
Demopolis
AL
36732
Columbus
M5
139703
Hattiesburg
MS
139403
NETWORK DISTRIBUTOR
Chattanooga
TN
37402
1
35,000
NETWORK DISTRIBUTOR
Auburn
NY
13021
1
120,000
NETWORK DISTRIBUTOR
Knoxville
TN
37914
4
130,000
Charlotte
NC
28206
Chattanooga
TN
37406
Nashville
TN
37214
NETWORK DISTRIBUTOR
Monterrey, NL
Mexico
64500
1
75,000
Apodaca, NIL
Mexico
66600
Monterrey
NIL
C.P. 64500
Nuevo Laredo
TAMPS
C.P. 88209
Matamoros
TAMPS
C.P.87300
Tampico
TAMPS
C.P.89318
Saltillo
COAH
C.P.25294
Torre6n
COAH
C.P.27000
Monclova
COAH
C.P.25760
Piedras Negras
COAH
C.P. 26025
Cd. Acuna
COAH
C.P. 26230
Durango
DGO
C.P.34290
Zacatecas
ZAC
C.P. 98600
Cd
Juarez
C.P.32370
Chihuahua
CHIH
C.P. 31110
Delicias
CHIN
C.P.3300
Hermosillo
SON
C.P.83137
Tijuana
BCN
C.P. 22410
Los Mochis
SIN
C.P. 81215
Culiacan
SIN
C.P. 801s0
Mazatlan
SIN
C.P. 82000
Cabo San Lucas
BCS
C.P. 23473
Guadalajara
JAL
C.P. 44470
Tepatitlan de Morelos
JAL
C.P. 45602
Aguascalientes
AGS
C.P.20110
San Luis Potosi
SLP
C.P. 78384
Leon
GTO
C.P.37227
Queretaro
QRO
C.P.76089
Puerto Vallarta
JAL
C.P. 48290
Colima
COL
C.P. 28000
Morelia
MICH
C.P.58146
Lazaro Cardenas
MICH
C.P. 60950
Mexico
DF
C.P. 02300
Mexico
DF
C.P. 02300
Puebla
PUE
C.P. 72180
Tehuacan
PUE
C.P. 75740
Lerma
EDOMEX
C.P.52000
Cuernavaca
MOR
C.P.62250
Cuautla
MOR
C.P.62744
Acapulco
GRO
C.P.39355
Veracruz
VER
C.P. 91700
Coatzacoalcos
VER
C.P.96400
Villahermosa
TAB
C.P. 02300
Tlalixtac de Cabrera
OAX
C.P. 68270
Tuxtla Gutierrez
CHIS 1C.P.29110
Tapachula
CHIS
C.P.30700
San Cristobal
CHIS 1C.P.
29264
Merida
YUC
C.P. 97210
Cancun
Q.ROO
C,P.77530
Playa del Carmen
Q. ROO
C.P. 77712
Monterrey
NL
C,P.64820
Monterrey
NL
C.P.64650
Monterrey
NL
C.P.64000
Saltillo
COAH
C.P.25240
Torreon
COAH
C.P.27085
Cd.Juarez
Chih.
C.P.32580
Mexico
DF
C.P.08400
Mexico
DF
C.P.06400
Tlanepantla
EDOMEX
C.P.54073
Guadalajara
JAL
C.P.44530
Guadalajara
JAL
C.P.44260
Tlaquepaque
JAL
C.P.45602
Puebla
PUE
C.P.72810
Le6n
GTO
C.P.37220
San Pedro Garza Garcia
NL
C.P. 66250
Monterrey
NL
C.P. 64770
San Nicolas de los Garza
N.L.
C.P. 66460
Monterrey
NL
C.P. 64989
Monterrey
NL
C.P. 64620
Saltillo
COAH
C.P.25260
NETWORK DISTRIBUTOR
Purchase
NY
10577
28
Wallingford
CT
06492
Carol Stream
IL
60188
Belingham
MA
02019
Columbia
MD
21045
Hanover
MD
21076
Portland
ME
04103
Dexter
MI
48130
Grand Rapids
MI
49544
St. Paul
MN
55108
Durham
NC
27713
Londonderry
NH
03053
Manchester
NH
03109
Teterboro
NJ
07608
Farmingdale
NY
11735
Latham
NY
12110
Melville
NY
11747
Rochester
NY
14623
Hanover Township
PA
18706
King of Prussia
PA
19406
Mount Joy
PA
17552
Pittsburgh
PA
15233
Colonial Heights
VA
23834
Richmond
VA
23230
Springfield
VA
22151
Virginia Beach
VA
23462
Williston
VT
05495
Pewaukee
WI
53188
Trenton
NJ
08609
Allentown
PA
18109
NETWORK DISTRIBUTOR
Canton
OH
44707
2
479,000
Lincolnton
NC
28092
NETWORK DISTRIBUTOR
Jacksonville
FL
32207
23
Birmingham
AL
35204
Mobile
AL
36619
Montgomery
AL
36117
Little Rock
AR
72210
Midway
FL
32343
Orlando
FL
32819
Riviera Beach
FL
33404
Tampa
FL
33610
Lithia Springs
GA
30122
New Orleans
LA
70123
Pearl
MS
39208
Arden
NC
28704
Charlotte
NC
28266
Greensboro
NC
27409
Morrisville
NC
27560
Greenville
SC
29607
West Columbia
SC
29170
Antioch
TN
37013
Chattanooga
TN
37416
Memphis
TN
38141
Nashville
TN
Pembroke Park
FL
Orlando
FL
Hialeah
FL
33015
Lewisburg
TN
NETWORK DISTRIBUTOR
Hamilton
OH
45011
1
70,000
NETWORK DISTRIBUTOR
West Springfield
MA
10190
1
100,000
NETWORK DISTRIBUTOR
San Antonio
TX
78220
3
197,000
Houston
TX
77043
Grand Prairie
TX
75050
NETWORK DISTRIBUTOR
Wailuku
HI
96793
2
31,000
Uhue
HI
96766
NETWORK DISTRIBUTOR
Wheeling
IL
60090
20
1,200,000
Wausau
WI
54401
Normal
IL
61761
Springfield
IL
62703
DesPlaines
IL
60016
Quincy
IL
62305
Rockford
IL
61102
Minneapolis
MN
55414
Appleton
WI
54913
Madison
WI
53716
Milwaukee
WI
53224
Houston
TX
77036
St. Louis
MO
63146
Springfield
MO
65802
Evansville
IN
47711
Plainfield
IN
46168
Lenexa
KS
66215
Louisville
KY 140213
Tulsa
OK
74107
West Des Moines
IA
50265
NETWORK DISTRIBUTOR
Cleveland
OH
44105
9
Fort Wayne
IN
46808
Indianapolis
IN
46241
Louisville
KY
40228
Ann Arbor
MI
48104
Detroit
MI
48216
Livonia
MI
48150
Southfield
MI
48033
Sterling Heights
MI
48312
Akron
OH
44301
Cincinnati
OH
45246
Cincinnati
OH
45204
Cincinnati
OH
45203
Cleveland
OH
44109
Columbus
OH
43228
Columbus
OH
43228
Dayton
OH
45404
Greenwich
CT
06830
NETWORK DISTRIBUTOR
New Braunfels
TX
78130
10
450,000
San Antonio
TX
78210
Houston
TX
77041
Grand Prairie
TX
76011
Ponchatoula
LA
70454
Baton Rouge
LA
70809
Rancho Cucamonga
CA
91730
Minden
LA
71055
Tyler
TX
75702
Lake Charles
LA
70601
La Grange
IL
60526
NETWORK DISTRIBUTOR
New Berlin
WI
53151
2
113,000
Madison
WI
53703
Wausau
WI
54401
NETWORK DISTRIBUTOR
Omaha
NE
68130
2
45,000
Urbandale
IA
50322
NETWORK DISTRIBUTOR
Rancho Dominguez
CA
90220
6
200,000
Henderson
NV
89011
West Valley City
UT
84119
Phoenix
AZ
85043
Commerce City
CO
80022
Kent
WA
98031
NETWORK DISTRIBUTOR
Norton Shares
MI
49456
7
275,000
Grand Rapids
MI
49512
Holland
MI
49423
Rochester Hills
MI
48309
Traverse City
MI
49684
Bowling Green
OH
43402
Northfield Center
OH
44067
Indianapolis
IN
46241
Decatur
IL
62526
Wiliowick
OH
44095
NETWORK DISTRIBUTOR
lGlenview
JIL
60025
21
400,000
Sturtevant
WI
53177
NETWORK DISTRIBUTOR
Dallas
TX
75234
6
530,000
Longview
TX
75604
Texarkana
TX
75501
Austin
TX
78754
Beaumont
TX
77705
Lubbock
TX
79404
ElPaso
TX
79906
Houston
TX
77041
Waco
TX
76701
NETWORK DISTRIBUTOR
Redlands
CA
92374
5
272,000
Union City
CA
94587
San Diego
CA
92154
Las Vegas
NV
89115
Kent
WA
98032
NETWORK DISTRIBUTOR
Bronx
NY
10454
1
240,000
NETWORK DISTRIBUTOR
Warrendale
PA
15086
1
125,000
NETWORK DISTRIBUTOR
Clarksville
IN
47129
1
30,000
NETWORK DISTRIBUTOR
Philadelphia
PA
19114
3
300,000
Annapolis
MD
21401
Rosedale
MD
21237
NETWORK DISTRIBUTOR
Scranton
PA
18411
1
225,000
NETWORK DISTRIBUTOR
Cincinnati
OH
45214
3
200,000
Portsmouth
OH
45662
Charleston
WV
25302
NETWORK DISTRIBUTOR
Grand Prairie
TX
75050
7
800,000
Austel
GA
30168
Austin
TX
78758
Houston
TX
77040
San Antonio
TX
78219
Wichita Falls
TX
76310
Middlesex
NJ
08831
NETWORK DISTRIBUTOR
Harrisburg
PA
17110
2
89,000
New Brighton
PA
15066
York
PA
17403
Allentown
PA
18109
NETWORK DISTRIBUTOR
Clarksburg
WV
26302
1
33,000
NETWORK DISTRIBUTOR
Modesto
CA
95358
1
22,400
NETWORK DISTRIBUTOR
Lenexa
KS
66219
5
220,000
Tolleson
AZ
85353
Chesterfield
MO
63005
Pendergrass
GA
Midlothian
TX
76065
NETWORK DISTRIBUTOR
Landover
MD
20785
1
125,000
NETWORK DISTRIBUTOR
La Crosse
WI
54603
1
70,000
NETWORK DISTRIBUTOR
Spartanburg
Sc
29301
9
1,035,000
Jacksonville
FL
32226
College Park
GA
30337
Vidalia
GA
30474
Browns Summit
NC
27214
Conway
5C
29526
Lakeland IFL
33805
Pigeon Forge JTN
37863
Albany
GA
31701
NETWORK DISTRIBUTOR
Wichita
KS
67219
2
120,000
Oklahoma City
OK
73107
NETWORK DISTRIBUTOR
Temecula
CA
92562
6
360,000
Denver
CO
80239
Dallas
TX
75227
Fresno
CA
93706
Stockton
CA
85202
NETWORK DISTRIBUTOR
Vaughan
Ontario
1-41- 069
1
NETWORK DISTRIBUTOR
Santa Fe Springs
CA
90670
12
Phoenix
AZ
85009
Union City
CA
94587
Aurora
CO i80011
Honolulu
Hl
96817
Las Vegas
NV
89118
Gresham
OR
97230
West Valley City
UT
84199
Kent
WA
98032
Concord
CA
94518
Sacramento
CA
95814
Hayward
CA
94544
Oakland
CA
94512
Santa Clara
CA
95054
San Jose
CA
95122
Palo Alto
CA
94303
San Carlos
CA
94070
San Francisco
CA
94103
Fresno
CA
93726
Ventura
CA
93003
Westlake Village
CA
91361
Chatsworth
CA
91311
North Hollywood
CA
91605
Seattle
WA
98134
Salt Lake City
UT
84115
Portland
OR
97230
North Phoenix
AZ
85029
Phoenix
AZ
85013
Tempe
AZ
85281
Tuscon
AZ
85705
Anaheim
CA
92806
Burbank
CA
91502
Cerritos
CA
90703
Chula Vista
CA
91910
Covina
CA
91724
El Monte
CA
91731
Escondido
CA
92029
Gardena
CA
90248
Hollywood
CA
90038
San Diego
CA
92111
Laguna Hills
CA
92653
Los Angeles
CA
90021
Palm Desert
CA
92211
Pasadena
CA
191IL05
Riverside
CA
92507
San Bernadino
CA
92408
San Diego
CA
92110
Santa Ana
CA
92704
Santa Fe Springs
CA
90670
Santa Monica
CA
90404
Signal Hill
CA
90755
Tustin
CA
92780
Upland
CA
91786
City of Industry
CA
91789
NETWORK DISTRIBUTOR
Fremont
CA
94538
1
200,000
NETWORK DISTRIBUTOR
Part Chester
NY
20573
1
NETWORK DISTRIBUTOR
Odessa
TX
79764
3
75,000
Lubbock
TX
79404
Wichita Falls
TX
76306
NETWORK DISTRIBUTOR
San Diego
CA
92223
21
872,000
Anchorage
AK
99517
Fairbanks
AK
99701
Mesa
AZ
85215
Tucson
AZ
85719
El Centro
CA
92243
Livermore
CA
94550
Ontario
CA
91764
Santa Ana
CA
92704
Thousand Palms
CA
92276
Aurora
CO
80011
Colorado Springs
CO
80915
Boise
ID
83709
Idaho Falls
ID
83401
Las Vegas
NV
89119
Gresham
OR
97230
Salt Lake City
UT
84104
St. George
UT
84790
Kent
WA
98032
Spokane
WA
99216
West Sacramento
CA
95691
Santa Rosa
CA
95403
San Jose
CA
95112
NETWORK DISTRIBUTOR
Kent
WA
98032
13
900,000
Anchorage
AK
99501
Redding
CA
96003
Sacramento
CA
95811
Boise
ID
83705
Idaho Falls
ID
83402
Missoula
MT
59801
Eugene
OR
97402
Medford
OR
97504
Portland
OR
97230
Redmond
OR
97756
Kennewick
WA
99336
Spokane Valley
WA
99216
Burlington
WA
98233
NETWORK DISTRIBUTOR
Denver
CO
80239 i
41
225,000
Phoenix
AZ
85043
Albuquerque
NM
87121
Grand Junction
CO
81501
NETWORK DISTRIBUTOR
Victoriaville
Quebec
G6P 7E3
17
350,000
Brossard
Quebec
J4Y 2P3
Gatineau
Quebec
J8Z 1S9
Quebec
Quebec
GIN 3Y1
Sault Ste -Marie
Ontario
P6A 1M7
Sudbury
Ontario
P3B 2ES
Winnipeg
Manitoba
R2X 2Z7
Calgary
Alberta
TH 7A3
Edmonton
Alberta
TSS 2W7
Castlegar
British Columbia
VIN 2A8
Coquitlam
British Columbia
V3K 6T1
Vancouver
British Columbia
V5L2G1
Mississauga
Ontario
L5T 2VS
Dartmouth
Nova Scotia
83B 1C9
Mt. Pearl
Newfoundland
A1N 4SP
Paradise
Newfoundland
AIL IN3
Regina
Saskatchewan
S4T OX7
Etobicoke
Ontario
M9W 5A5
• U.S. Green Buildinq Councilmember
• i' Accredited Professional
Close• •supplier • t 'r iinitiatives
ACTIONS
• Local fleets with dynamic routing to reduce carbon emissions
• Local sourcing
• Local recycling and energy conservation programs
• E-business transactions
• Use of Energytor appliances
ADVOCACY
• Promote workplace wellness
• Promote source and labor reduction
• Promote environmentally preferred products
Promote•
sustainable , processes
networke
CHOOSE THE OPTIONS ETR;. M
*ffers a proactive approach• sustainable «• management «
tailored to your unique needs.
PROGRAMS
Under the NetGreen program, NETWORK collaborates with you to build a
comprehensive assessment of your current sustainability activities and goals.
ii'�� From there, NETWORK aligns your team with the processes, products, suppliers
NetC3reen and monitoring tools you need to achieve your goals.
PROCESSES
--------------------------------------------------------------------
Based on more than 40 years of experience, NETWORK provides coaching and best practices that deliver
superior results. We engage your staff with training and process improvements that emphasize:
• Green cleaning
• labor effectiveness
• Workplace wellness
• Source reduction
• Worker safety
Developing• Water and paper conservation
• « recycling efforts
Indoor• air quality enhancements
• Carbon emissions reduction
• Stewardship .improvement
PRODUCTS
------------------------------------------------------
Not only does NETWORK match the best products from the world°s leading suppliers to your specific
sustainability needs, but we also provide the product training necessary to ensure your long term success.
iustainability organizations:
• Green Seal • Ecologolm
• EPA Design for the Environment (DfE) • EPA comprehensive procurement guidelines
for post -consumer recycled content
• Carpet & Rug Institute (CRI) Forest Stewardship Council (FSC)
artvrV00Ico
e4 V el ev cv rw
ift
N1
c+ c
um.
im a
E
" a
1
aO
rW.
00
ey G
1° E
'
I
w
M
c
Pq
P
c 0
Sr-
E = V
E
V.6
yI
MID
I,-d 0
E v 0
8 E a>
E
0 0 U)
•U
>, CD 0
.0
-a
CD CD >
co
0
E
•
o
ao8ETE
E
0-0 0
>
�v
® III a III ® III
HIM
U)
10
0)
ICU
6w
0 =
0•
�- .2 2
CCU
tm E o
(D
Ca
•
ME
-D A2
cu
M
2 r—ce
(D
.... . . ..... . ................ . ...
L) M
. ..... .... .. . .. . ....
WAXIEe7
S A N I T A R Y S U P P L Y
The Most Trusted Name In Clean. Since 1945.
WAXIE Environmentally Preferable Purchasing Policy
Sustainability has emerged as a global theme of the 21 st century — it is a concept that
balances the interconnectedness of the environment, the economy and our quality of life, and
that recognizes the importance of our stewardship over each.
Commitment to Sustainability
WAXIE Sanitary Supply is committed to being a leader to promote responsible business
practices that support sustainable communities which are secure, economically prosperous,
environmentally responsible and healthy places in which to live and work.
WAXIE shares the goal of establishing partnerships to advance education, communication,
business best practices, policies, research, technologies and programs to support a more
sustainable region for all generations.
WAXIE is committed to adopting more sustainable business practices for the company, and
to partnering with its stakeholders to identify and implement the most effective facility
maintenance solutions to protect and enhance the triple bottom line of human health,
environmental stewardship, and economic prosperity.
The goal of WAXIE's Environmentally Preferable Purchasing Policy is to ensure that products
and services purchased or contracted for by the company will conform with the goals of
WAXIE's Commitment to Sustainability and Corporate Mission and Vision Statements. We
will strive, where possible, to purchase environmentally preferable products and services that
will help the company meet its needs of the present without compromising its needs of the
future.
Where possible, purchasing decisions shall favor:
• Products that reduce waste
• Reusable products
• Products that are recyclable or compostable
• Products that contain the highest possible percentage of postconsumer recycled content
• Products that reduce the use of chemicals that are hazardous to the environment and employee and
public health
• Products that reduce air and water pollution
• Products that reduce greenhouse gas emissions or are made with renewable energy
• Products that serve several functions and reduce the overall number of products purchased
• Suppliers who strive to improve their environmental performance and provide environmentally
preferable products, and who can document the supply -chain impacts of their efforts
Environmentally preferable products and services which are determined to be comparable to
their "traditional" counterparts in quality and price shall receive purchasing preference. In
Corporate Headquarters at One Waxie way • 9353 Waxie Way • P.O. Box 23506 • San Diego, CA 92193-3506
(800) 544-8054 • (858) 292-8111 • FAX (858) 279-6311 • www.waxle.com
situations where a more environmentally preferable product or service is unavailable or
impractical, secondary considerations shall include the environmental management practices
of suppliers and producers, as well as the relative proximity of the manufacturing facility to
WAXIE's Inventory Centers.
The purchase of environmentally preferable products is part of our long-term commitment to
sustainability. By communicating this commitment to our vendor and customer partners, we
hope to support wider adoption of environmentally preferable products and practices.
WAXIE's Environmentally Preferable Purchasing Policy is rooted in the company's overall
mission and vision statement.
Corporate Mission Statement
It is the mission of WAXIE Sanitary Supply to be the industry leader in the distribution of
quality sanitary and related supplies and equipment to the commercial, industrial, contractor
and institutional markets in the areas we serve. We will strive to provide quality and
innovative products, value-added services, and systems that contribute toward a better
community through effective communication, education and training for our valued customers
and employees.
Corporate Vision Statement
We have a sound set of values on which we base all of our policies and actions. The most
important factors in our success are faith in and obedience to these values. In order to meet
the challenge of our changing world, we must be prepared to change everything about
ourselves — except these values — as we move forward.
The basic vision, spirit and drive of our organization has far more to do with our achievements
than do such factors as economic trends, organizational structure and timing. These are
obviously important, but they will be transcended by how strongly we believe in our basic
values and how faithfully we live by them.
Our Values
* Respect — To respect the dignity and rights of every customer, employee and vendor.
* Customer Service — To provide extraordinary service to our customers at all times.
* Excellence — The conviction that WAXIE as an organization should pursue all tasks with the
objective of accomplishing them in a timely and superior way.
* Growth and Possibilities — A willingness to create the future.
" Customers — Serving the customer is the focus of everything we do. Our commitment is to
develop and maintain mutually beneficial partnerships with our customers. We will treat our
customers with respect and integrity and can be counted on to keep our word. We listen to
our customers. We create solutions through communication, training and education, and by
providing innovative systems, quality products and value-added services.
* People -- The people at WAXIE are our most valuable resource. Our commitment is to
support their personal growth and development, recognize and reward their contributions,
promote their role in serving the customer, and provide a safe work environment in a culture
that supports one hundred percent participation and teamwork. Our success is measured by
the success of our people.
Corporate Headquarters at One Waxie Way • 9353 Waxie Way • P.O. Box 23506 • San Diego, CA 92193-3506
(800) 544-8054 • (858) 292-8111 • FAX (858) 279-6311 • www.waxie.com
1 1 6 1! I" 'I
#, MMII
TOWN ITUORROM111
WAXIE operates fully staffed service centers with factory trained technicians that realize keeping equipment in peak
condition is necessary for efficient operations. WAXIE Service Centers perform in-house and on -site equipment repair
via mobile service vehicles available for both on -site repair and scheduled maintenance.
To prevent productivity loss, which can lead to higher overall cost and lower building appearance, WAXIE Service
Centers offer Scheduled Maintenance Programs. These programs are aimed at keeping the contract user's equipment
operating without interruption.
WAXIE employs Equipment Specialists that are available for on -site consultations for any customer. In addition to field
diagnosis and trouble -shooting, Equipment Specialists provide initial training for new equipment purchases, as well as
equipment maintenance seminars.
MMINVAN111111111011M
WSPECT&TES IE.
Gauges, Hour Meter,
DrWeTrafin, Pad DrWews
FiRES1WHEELS
XURIPAIM
Wwwaximorn (800) 995-4466 0 2016 WAXIE Sanitary Supply
For repair or a Scheduled Maintenance Program call WAXIE at (800) 995-4466
Scheduled Maintenance Programs are available to customers who rely on labor savings generated by having cleaning
equipment in proper working condition.
Scope of Work:
The goal of Scheduled Maintenance Programs is to eliminate down time and prevent costly repairs from occurring.
During each scheduled service, WAXIE conducts a thorough inspection on each piece of equipment, detailed on a form
to be provided to the end -user.
All
W
WAXIE's Equipment Rental Program offers immediate replamment of quality brand ruachines
111MORMIN M11 11161 11191111'41'�119,1]
!i A, i M, " , L, UNUMM
LUBRICATION
• Trans -axle
• Caster Wheels
• Drive Chain
• Pivot Joints
• Squeegee Mountings
• Check Motor Oil
INSPECT/TEST
• Dash GaugesAndicators
• Hour Meter
• Drive System
• Solution Valve
• Brush
• Squeegee Assembly
• Pad Pressure
• Pad Drivers
• Pad Holders
FILTER CHECK
• Vacuum Screen
• Vacuum Filter
• Solution Screen
• Air Filter
• Oil Filter
GASKET/HOSE CHECK
• Vacuum Hose
• Recovery Drain Hose
• Solution Drain Hose
• Recovery Tank Gasket Lid
• Drain Hose Gasket
ELECTRICAL TEST
• Brush Motor
• Drive Motor
• Brush Actuator
• Vacuum Motor
BATTERIES
• Voltage Readings
• Battery Condition
• Post(Gable Condition
• Caps
EXTERIOR
• Solution Tank
• Recovery Tank
• Front Cover
• Brush Cover
• Overall Condition
shojp.waxie.com (800) 995-4466 0 2016 WAXIE Sanitary Supply
For repair or a Scheduled Maintenance Program call WAXIE at (800) 995-4466
FLEXIBILITY & OPTIONS
Need Parts? We Have the Parts You Need.
* Hundreds of parts in stock
* is access to the parts you need
* 3-5 day turnaround for non -stocked parts
* Next day shipping available for emergencies
Equipment Rental
* Immediate replacement
• Broad range selection
• Quality brand machines
W=Ei_ZN9("
SANITARY SUPPLY
WAXIIE AT YOUR SERVICE
Service & Repair Options
• Custom fit Scheduled Maintenance Programs
• Authorized warranty service centers
• Factory trained service technicians
WAXIE Repair Services
• Next day service for unscheduled requests
• Authorized Service Center & on -site repairs
Having an Emergency?
• Technicians available to get you up and running
• WAXIE Maintenance Services
FAIRBANKS
AWOPAGE
SEAME SPOKANE
PORTLAND
WAVE has 20 Inventory
Centers strategically
located in nine Western
states with 9 Service
Centers offering Scheduled NORTHERN
Maintenance Prograffis CALIFORNIA
BOISE IDAW FALLS
SALT LAIE CITY Daim
COLORADO
ST. GEORGE SPRINGS
LAS MESAS
ONIARIG MESA
SANTAANA PALMSPRINGS
SAN DIEGO EL CEWMO TUCSON
The Most Trusted Name In Clean. Since 1945.
Corporate Headquarters 19353 Waxie Way 1 San Diego, CA 92123
(800) 995-4466 1 www.waxle.com 0 2016 WAXIE Sanitary Supply
0
AIS
WAX,1E k
SANITARY SUPPI—V
WAMEjappSTM
Corisultative Software Tools
WAMEapps are consuRative soft.ware tools designed to help
WAM's Sanitary Maintenance Consuftants iderwfify the most
efficieni and cost-effective cleaning soiiofions for thleir cuslofners'
facilities, By using WAXIEapps tio, analyze a cleaning operation,
loor WAXIE Consultants can make Freemornmendaflons that MR savie.
labor, materiNs and money,,
FOCUS ON EFFICIENCY
* C onsullative software tooNs deksigined to idpM4 the mos!
efficient and cost-effm.-five cleaning solutions
* Wedgy with your WAXIE Sanitary Maintenance Consultant
to analyze your cleaning operation to save iabor,
maleri& and rnoney
* Determine cuslodiM staffing levels, idenfify laborsaying
aftenaafi ves, anMyze payback pefiod and ROI, and
pea -foam 'what if scenarlos
mom
[ism
(800) 995-4466 Corporate Headquarters
www.waxie.com W=EO'l 9353 Waxie Way
SANITARY SUPPLY San Diego, CA 92123
..m:. _a.. .
..� .. . .
� (
\:
I.
IA
§ 4 4 . 8 a A 8 R � R g
C; 46 ci a a 0
O
0. 0- 0. 0- a- 0- a-
0- 10 , .
4
w...r,— �+,00r�vm��Mu�m�w„��muwun��mouuou�m��ma,�aa�u�;��mmm��nmmi�m�r�wi���arr�e�ea�auwiw�w��w+,.w�a,��iawv,�uw.�w.���r,ur�m
I
I
i
I
4. RFP#202329
CITY OF TUCSON
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL NUMBER:
PROPOSAL DUE DATE:
PROPOSAL SUBMITTAL LOCATION:
MATERIAL OR SERVICE:
PRE -PROPOSAL CONFERENCE DATE:
11111l,M
202329
DECEMBER 6, 2019, AT 2:00 P.M. LOCAL
AZ TIME
Department of Procurement
255 W. Alameda, 6th Floor, Tucson, AZ
85701
JANITORIAL AND SANITATION
SUPPLIES, EQUIPMENT, AND RELATED
SERVICES
NOVEMBER 13, 2019
10:00 AM Local Arizona Time
LOCATION: Room 113B, Building 1, Thomas O. Price
Service Center, 4004 S Park Ave,
Tucson, AZ 85726
Conference Bridge #: (832) 856-4663
Conference ID: 375588985
CONTRACT OFFICER:
TELEPHONE NUMBER:
ANDREW KLOS, MBA
(520) 837-6685
Andrew. Klos@tucsonaz.gov
A copy of this solicitation and possible future amendments may be obtained from our Internet site at:
http://www.tucsonprocurement.com/ by selecting the Bid Opportunities link and the associated solicitation
number. The City does not mail out Notices of available solicitations via the U.S. Postal Service. Email
notifications are sent to those interested offerors who are registered with us and who have selected email as
their preferred delivery method. To register, please visit www.tucson�arocurement.com, click on Vendors,
then click on Vendor Registration. To update an existing record, click on Vendors, click on What's New?,
and read the section titled "Notice of Solicitations." You may also call (520) 791-4217 if you have questions.
Competitive sealed proposals for the specified material or service shall be received by the Department of
Procurement, 255 W. Alameda, 6th Floor, Tucson, Arizona 85701, until the date and time cited.
Proposals must be in the actual possession of the Department of Procurement at the location indicated, on or
prior to the exact date and time indicated above. Late proposals shall not be considered. The prevailing clock
shall be the City Department of Procurement clock.
Proposals must be submitted in a sealed envelope. The Request for Proposal number and the offeror's name
and address should be clearly indicated on the outside of the envelope. All proposals must be completed in
ink or typewritten. Questions must be addressed to the Contract Officer listed above.
****ALERT****
All visitors to City Hall are now required to show picture identification when going through the security
checkpoint in the main lobby. Visitors should plan accordingly.
ak
PUBLISH DATE: OCTOBER 28, 2019
Revised 1/2018
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 2 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
The City of Tucson (the "City") is requesting proposals from qualified and experienced firms to
provide JANITORIAL AND SANITATION SUPPLIES. The City of Tucson requires a Contractor
who provides a diverse and extensive supply of janitorial and sanitation supplies for delivery to
various City locations in the Tucson metropolitan area and Participating Public Agencies, as well
as a representative(s) to provide onsite product and service consultations, demonstrations, job/task
cleaning direction and training.
The City seeks a Contractor that can provide a broad supply of products and services to ensure
the support of daily maintenance operations. The Contractor will have a sophisticated infrastructure
including strategically located, nationwide distribution centers and employ professional sales
representatives to provide effective, timely service to the City of Tucson and to Participating Public
Agencies.
Requirements and qualifications are defined in detail in the Scope of Services Section of this
Request for Proposal (RFP).
NATIONAL CONTRACT
The City of Tucson as the Principal Procurement Agency, defined in Attachment A, has partnered
with OMNIA Partners, Public Sector ("OMNIA Partners") to make the resultant contract (also known
as the "Master Agreement" in materials distributed by OMNIA Partners) from this solicitation
available to other public agencies nationally, including state and local governmental entities, public
and private primary, secondary and higher education entities, non-profit entities, and agencies for
the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program.
The City of Tucson is acting as the contracting agency for any other Public Agency that elects to
utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is
preceded by their registration with OMNIA Partners (a "Participating Public Agency") and by using
the Master Agreement, any such Participating Public Agency agrees that it is registered with
OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Purchasing
Cooperative Agreement, a form of which is attached hereto on Attachment C, or as otherwise
agreed to. Attachment A contains additional information about OMNIA Partners and the
cooperative purchasing program.
OMNIA Partners is the largest and most experienced purchasing organization for public and
private sector procurement. Through the economies of scale created by OMNIA Partners public
sector subsidiaries and affiliates, National IPA and U.S. Communities, our participants now have
access to more competitively solicited and publicly awarded cooperative agreements. The lead
agency contracting process continues to be the foundation on which we are founded. OMNIA
Partners is proud to offer more value and resources to state and local government, higher
education, K-12 education and non -profits.
OMNIA Partners provides shared services and supply chain optimization to government, education
and the private sector. With corporate, pricing and sales commitments from the Offerors OMNIA
Partners provides marketing and administrative support for the Contractor that directly promotes
the Contractor's products and services to Participating Public Agencies though multiple channels,
each designed to promote specific products and services to Public Agencies on a national
basis. Participating Public Agencies benefit from pricing based on aggregate spend and the
convenience of a contract that has already been advertised and publicly competed. The
Contractor benefits from a contract that generally allows Participating Public Agencies to directly
purchase goods and services without the Contractor's need to respond to additional competitive
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 3 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
solicitations. As such, the Contractor must be able to accommodate a nationwide demand for
services and to fulfill obligations as a nationwide Contractor and respond to the OMNIA Partners
documents (Attachment A).
The City of Tucson anticipates spending approximately $2 million over the full potential Master
Agreement term for Janitorial and Sanitation Supplies, Equipment and Related Services. While no
minimum volume is guaranteed to the Contractor, the estimated annual volume of Janitorial and
Sanitation Supplies, Equipment and Related Services purchased under the Master Agreement
through OMNIA Partners is approximately $110 million annual aggregate volume. This projection
is based on the current annual volumes among the City of Tucson, other Participating Public
Agencies anticipated to utilize the resulting Master Agreement to be made available to them
through OMNIA Partners, and volume growth into other Public Agencies through a coordinated
marketing approach between the Supplier and OMNIA Partners.
SCOPE OF WORK
A. GENERAL REQUIREMENTS
1. QUALIFIED FIRMS: Offerors should meet the following minimum qualifications:
a. Have a strong national presence in the janitorial and sanitation supply industry.
b. Have a distribution model capable of delivering products nationwide.
c. Have a demonstrated sales presence.
d. Have the ability to meet the minimum requirements of the cooperative purchasing
program detailed herein.
e. Have a full range of products, supplies, and services to meet the demands of the
City and Participating Public Agencies.
2. DEFECTIVE PRODUCT: All defective products shall be replaced and exchanged by the
Contractor. The cost of transportation, unpacking, inspection, re -packing, re -shipping or
other like expenses shall be paid by the Contractor. All replacement products must be
received by the City within seven (7) days of initial notification.
3. EQUIPMENT AND PRODUCT RECALL NOTICES: In the event of any recall notice,
technical service bulletin, or other important notification affecting equipment or product
purchased from this Contract, a notice shall be sent to the Contract Representative. It shall be
the responsibility of the Contractors to assure that all recall notices are sent directly to the
agencies Contract Representative.
4. WAREHOUSING, DISTRIBUTION AND SALES FACILITIES: The product specified in this
solicitation is dependent upon an extensive manufacturer -to -customer supply chain
distribution system. In order to be considered for award, each potential contractor is
required to provide proof of an extensive distribution system.
5. DELIVERY: For City of Tucson purchases, janitorial and sanitation supplies shall be
delivered to various City of Tucson locations. All deliveries shall be made Monday through
Friday from 8:00 a.m. to 3:00 p.m., Arizona Standard Time, for warehouse locations and as
agreed to for other non -warehouse locations.
6. CATALOGS: Within 10 days after Contract award and after request from City staff,
Contractor must submit complete price lists and catalogs of their product line in hard copy
and on CD. Upon request from a Participating Public Agency, Contractor shall provide, at
no cost, these catalogs and price lists. Contractor shall also provide two accessible public
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 4 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
websites, one for the City of Tucson and one for OMNIA Partners, which contain an
interactive web catalog, price list and ordering system.
B. PRODUCT REQUIREMENTS:
1. PRODUCTS: A complete and comprehensive line of quality made janitorial and sanitation
supplies to support the daily maintenance and operation functions of the agency. The
categories include but are not limited to the following;
a. Dilution Control - Dilution control chemicals and delivery systems ranging from hand-
held to wall- mounted systems.
b. Green Products — Products and supplies that meet industry recognized certified green
standards from independent third -party certifications like ecovadis, EcoLogo and Green
Seal.
c. Industrial Paper and Dispensers— Includes sanitary paper towels, toilet tissue, wipers,
and proprietary and universal product dispensers.
d. Private Label — Private branded products, supplies and equipment.
e. Hard Floor Care — Products and supplies to care for flooring including wood, stone,
concrete and resilient flooring. Products include cleaners, strippers, finishes, sealers,
restorers, sweeps, absorbents, mats, pads, doodlebugs, bonnets, brooms, brushes,
handles, buckets, wringers, dust pans, mops and squeegees.
f. Carpet Care — Products and supplies such as pre -sprays, shampoo, spotters, cleaners,
post treatments for carpet and upholstery.
g. Restroom Care — Products and supplies including cleaners, brushes, deodorants,
proprietary and universal dispensers, sanitizers, disinfectants, skin care and feminine
products.
h. Waste Receptacles, Compactors and Liners — Products and supplies for the
collection and disposal of waste.
Machines and Accessories — Janitorial equipment such as auto scrubbers, floor
machines, burnishers, extractors, vacuums, dryers, sweepers, steam cleaners and
associated supplies and accessories.
j. Institutional and Industrial Laundry and Kitchen — Products and supplies specific to
laundry and kitchen care, including disposable food service items.
k. Industrial Tools & Supplies — Tools, supplies and accessories to support cleaning
activities including janitor carts, dusters, window cleaners, brushes, spray bottles,
squeegees and gloves.
I. Packaging and Shipping — Products and supplies specific to packing and shipping
requirements including boxes, bubble wrap, tape, labels, etc.
m. Break Room and Food Disposable Supplies — Including cups, plates, eating utensils,
coffee supplies, etc.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 5 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
n. Balance of line/Other Categories — Each offeror awarded an item under this
solicitation may offer their complete product and service offering/a balance of line for
janitorial and sanitation supplies and related material. Pricing for complete product
offering/balance of line items will be determined by a percentage discount off the
offeror's retail price list. The pricing percentage discount offered must be entered on the
Price Page in the Complete Product Offering/Balance of Line section/in the offeror's
response to the Price Proposal section of the Proposal Evaluation Requirements. The
City reserves the right to accept or reject any or all balance of line items offered. A
successful offeror will not be awarded complete product offering/balance of line items
that are awarded as an item to another vendor as part of this solicitation.
2. CURRENT PRODUCTS: All products being offered in response to this solicitation shall be
in current and ongoing production; shall be formally announced for general marketing
purposes; shall be a model or type currently functioning in a user (paying customer)
environment and capable of meeting or exceeding all specifications and requirements set
forth in this solicitation.
3. PRICING: Offerors are to provide a discount from a verifiable price index, provide a
reduced net pricing schedule, a wholesale plus negotiated fixed margin, a hybrid or other
supplier specific pricing. Contractor must fully describe and disclose details of proposed
pricing method including audit verification method. Prices/discounts shall remain firm and
will include all charges that may be incurred in fulfilling requirement(s) for the twelve-month
period following contract award. Where applicable, pricing shall be determined by applying
Offerors discounts to the prices listed on their manufacturer's price lists, retail price sheets,
catalogs or by utilizing the reduced net pricing schedule.
Special Offers/Promotions:
In addition to decreasing prices for the balance of the Contract term due to a change in
market conditions, Contractor may conduct sales promotions involving price reductions for
a specified lesser period. Contractor may offer Participating Public Agencies competitive
pricing which is lower than the not -to -exceed price set forth herein at any time during
the Contract term and such lower pricing shall not be applied as a global price reduction
under the Contract.
Provide details of and propose additional discounts for volume orders, special
manufacturer's offers, minimum order quantity, free goods program, total annual spend, etc.
C. SERVICE REQUIREMENTS:
1. SERVICES: The City is interested in evaluating the following categories of value -add
services for inclusion in this Contract. The categories include but are not limited to the
following.
a. Small Business Program: The ability to incorporate small business enterprises into
your distribution, sales, services and product offerings. The program should focus on
increasing opportunities for small local businesses for the City of Tucson as well as for
any other agency using this contract. At a minimum, it should establish how business
will be directed to small local businesses, establish any unique product or service
offerings and develop small businesses as second -tier suppliers.
b. Consulting Services: Examples include inventory solutions, emergency preparedness
programs, sustainability program, eCommerce and safety services.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 6 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
c. Training & Education: The ability to provide on -site and/or online training and
educational programs/seminars as well as providing technical product knowledge and
support.
d. Software Punch Out: The capability of your electronic ordering system to interface with
an agency's inventory software system.
e. Green/Sustainability Program:
i. Policies: Efforts and policies pertaining to green and sustainability.
ii. Products: Impact on product offerings.
iii. Distribution: Impact on distribution process.
iv. Certifications: The industry recognized certifications and standards
obtained and those represented through its catalog of products.
f. Repair Services: The ability to provide repair services of janitorial equipment through
authorized manufacturer's facilities or other avenues.
g. Customer Support Services: The policies on replacements, returns, restocking
charges, after hours service, after sales support, out of stock, order tracing, technical
feedback, quality assurance for orders and drop shipments.
h. Sourcing: Capability of sourcing products
i. from non -catalog suppliers and
ii. from line card extensions of catalog suppliers.
i. Other Services/Programs: Other value -add services not included in above categories,
such as installation of chemical and paper product dispensing units.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 7 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
INSTRUCTIONS TO OFFERORS
DEFINITION OF KEYWORDS USED IN THE SOLICITATION:
For purposes of this solicitation and subsequent contract, the following definitions shall apply:
City: The City of Tucson, Arizona
Contract: The legal agreement executed between the City and the Contractor/Consultant. The Contract shall
include this RFP document incorporated herein by reference, all terms, conditions, specifications, scope of
work, Amendments, the Contractor's offer and negotiated items as accepted by the City.
Contractor/Consultant: The individual, partnership, or corporation who, as a result of the competitive
solicitation process, is awarded a contract by the City.
Contract Representative: The City employee or employees who have specifically been designated to act as
a contact person or persons to the Contractor, and is responsible for monitoring and overseeing the
Contractor's performance under this Contract.
Director of Procurement: The contracting authority for the City, authorized to sign contracts and
amendments thereto on behalf of the City.
May: Indicates something that is not mandatory but permissible.
Offeror: The individual, partnership, or corporation who submits a proposal in response to a solicitation.
Shall, Will, Must: Indicates a mandatory requirement. Failure to meet these mandatory requirements, if they
constitute a substantive requirement, may, at the City's sole discretion, result in the rejection of a proposal as
non -responsive.
Should: Indicates something that is recommended but not mandatory. If the Offeror fails to provide
recommended information, the City may, at its sole option, ask the Offeror to provide the information or
evaluate the proposal without the information.
2. PRE -PROPOSAL CONFERENCE: If scheduled, the date and time of a Pre -Proposal conference is indicated
on the cover page of this document. Attendance at this conference is not mandatory. Written minutes and/or
notes will not be available, therefore attendance is encouraged. If an Offeror is unable to attend the Pre -
Proposal Conference questions may be submitted in writing. Offerors are encouraged to submit written
questions, via electronic mail at least nine days prior to the Request for Proposal due date to the Contract
Officer listed above. The purpose of this conference will be to clarify the contents of this Request for Proposal
in order to prevent any misunderstanding of the City's position. Any doubt as to the requirements of this
Request for Proposal or any apparent omission or discrepancy should be presented to the City at this
conference. The City will then determine the appropriate action necessary, if any, and may issue a written
amendment to the Request for Proposal. Oral statements or instructions will not constitute an amendment to
this Request for Proposal.
3. INQUIRIES: Any question related to the Request for Proposal shall be directed to the Contract Officer whose
name appears above. An offeror shall not contact or ask questions of the department for whom the
requirement is being procured. The Contract Officer may require any and all questions be submitted in writing.
Offerors are encouraged to submit written questions via electronic mail at least nine days prior to the proposal
due date. Any correspondence related to a solicitation should refer to the appropriate Request for Proposal
number, page and paragraph number. An envelope containing questions should be identified as such,
otherwise it may not be opened until after the official proposal due date and time. Oral interpretations or
clarifications will be without legal effect. Only questions answered by a formal written amendment to the
Request for Proposal will be binding.
4. AMENDMENT OF REQUEST FOR PROPOSAL: The Offeror shall acknowledge receipt of a Request for
Proposal Amendment by signing and returning the document by the specified due date and time.
5. FAMILIARIZATION OF SCOPE OF WORK: Before submitting a proposal, each offeror shall familiarize itself
with the Scope of Work, laws, regulations and other factors affecting contract performance. The Offeror shall
be responsible for fully understanding the requirements of the subsequent Contract and otherwise satisfy itself
as to the expense and difficulties accompanying the fulfillment of contract requirements. The submission of a
proposal will constitute a representation of compliance by the Offeror. There will be no subsequent financial
adjustment, other than that provided by the subsequent Contract, for lack of such familiarization.
6. PREPARATION OF PROPOSAL:
A. All proposals shall be on the forms provided in this Request for Proposal package. It is permissible to copy
these forms as required. Facsimiles or electronic mail proposals shall not be considered.
B. At a minimum, your proposal should include the signed Offer and Acceptance form, signed copies of any
solicitation amendments, completed Price Page and your response to all evaluation criteria.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 8 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
C. The Offer and Acceptance page shall be signed by a person authorized to submit an offer. An authorized
signature on the Offer and Acceptance page, Proposal Amendment(s), or cover letter accompanying the
proposal documents shall constitute an irrevocable offer to sell the good and/or service specified herein.
Offeror shall submit any additional requested documentation, signifying intent to be bound by the terms of
the agreement.
D. The authorized person signing the proposal shall initial erasure, interlineations or other modifications on
the proposal.
E. In case of error in the extension of prices in the proposal, unit price shall govern when applicable.
F. Periods of time, stated as a number of days, shall be in calendar days.
G. It is the responsibility of all offerors to examine the entire Request for Proposal package and seek
clarification of any requirement that may not be clear and to check all responses for accuracy before
submitting a proposal. Negligence in preparing a proposal confers no right of withdrawal after due date
and time.
H. The City shall not reimburse the cost of developing, presenting, submitting or providing any response to
this solicitation.
I. Offeror must list any subcontractors to be utilized in the performance of the services specified herein. For
each subcontractor, details on respective qualifications must be included.
PAYMENT DISCOUNTS: Payment discount periods shall be computed from the date of receipt of the
material/service or correct invoice, whichever is later, to the date City's payment warrant is mailed. Unless
freight and other charges are itemized, any discount provided shall be taken on full amount of invoice.
Payment discounts of twenty-one calendar days or more shall be deducted from the proposed price in
determining the price points. However, the City shall be entitled to take advantage of any payment discount
offered by a vendor provided payment is made within the discount period. The payment discount shall apply to
all purchases and to all payment methods.
8. TAXES: The City of Tucson is exempt from federal excise tax, including the federal transportation tax.
9. PROPOSAL/SUBMITTAL FORMAT: An original and 4 copies (5 total) of each proposal should be
submitted on the forms and in the format specified in the RFP. Offerors shall also submit two (2) electronic
copy of the proposal on jump drive in MS Office 2010 or .pdf format. Any confidential information shall be
submitted on a separate jump drive. The original copy of the proposal should be clearly labeled "Original" and
shall be single -sided, three hole punched and in a binder. The material should be in sequence and related to
the RFP. The sections of the submittal should be tabbed, clearly identifiable and should include a
minimum of the following sections: the completed Offer and Acceptance Form, all signed
Amendments, a copy of this RFP document and the Offeror's response to the Evaluation Criteria
including the completed Price Page. Failure to include the requested information may have a negative
impact on the evaluation of the offeror's proposal.
10. EXCEPTIONS TO CONTRACT PROVISIONS: A response to any Request for Proposal is an offer to contract
with the City based upon the contract provisions contained in the City's Request for Proposal, including but not
limited to, the specifications, scope of work and any terms and conditions. Offerors who wish to propose
modifications to the contract provisions must clearly identify the proposed deviations and any proposed
substitute language. The provisions of the Request for Proposal cannot be modified without the express
written approval of the Director or his designee. If a proposal or offer is returned with modifications to the
contract provisions that are not expressly approved in writing by the Director or his designee, the contract
provisions contained in the City's Request for Proposal shall prevail.
11. PUBLIC RECORD: All proposals submitted in response to this Request for Proposal shall become the
property of the City and shall become a matter of public record available for review subsequent to the award
notification.
12. CONFIDENTIAL INFORMATION: The City of Tucson is obligated to abide by all public information laws. If an
Offeror believes that any portion of a proposal, offer, specification, protest or correspondence contains
information that should be withheld, a statement advising the Contract Officer of this fact should accompany
the submission and the information shall be so identified wherever it appears. The City shall review all
requests for confidentiality and may provide a written determination to designate specified documents
confidential or the request may be denied. Price is not confidential and will not be withheld. If the confidential
request is denied, such information shall be disclosed as public information, unless the offeror submits a
formal written objection.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 9 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
13. CERTIFICATION: By signature on the Offer and Acceptance page, solicitation Amendment(s), or cover letter
accompanying the submittal documents, Offeror certifies:
A. The submission of the offer did not involve collusion or other anti -competitive practices.
B. The Offeror shall not discriminate against any employee or applicant for employment in violation of
Federal or State law.
C. The Offeror has not given, offered to give, nor intends to give at any time hereafter, any economic
opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, meal or service to a
public servant in connection with the submitted offer.
D. The Offeror hereby certifies that the individual signing the submittal is an authorized agent for the
Offeror and has the authority to bind the Offeror to the Contract.
14. WHERE TO SUBMIT PROPOSALS: In order to be considered, the Offeror must complete and submit its
proposal to the City of Tucson Department of Procurement at the location indicated, prior to or at the exact
date and time indicated on the Notice of Request for Proposal page. The Offeror's proposal shall be submitted
in a sealed envelope. The words "SEALED PROPOSAL" with the REQUEST FOR PROPOSAL TITLE,
REQUEST FOR PROPOSAL NUMBER, PROPOSAL DUE DATE AND TIME and OFFEROR'S NAME AND
ADDRESS shall be written on the envelope. Faxing proposals is not permitted.
15. LATE PROPOSALS: Late proposals will be rejected.
16. OFFER AND ACCEPTANCE PERIOD: In order to allow for an adequate evaluation, the City requires an offer
in response to this solicitation to be valid and irrevocable for ninety (90) days after the proposal due date and
time.
17. WITHDRAWAL OF PROPOSAL: At any time prior to the specified solicitation due date and time, an offeror
may formally withdraw the proposal by a written letter or electronic mail from the Offeror or a designated
representative. Telephonic or oral withdrawals shall not be considered.
18. DISCUSSIONS: The City reserves the right to conduct discussions with offerors for the purpose of eliminating
minor irregularities, informalities, or apparent clerical mistakes in the proposal in order to clarify an offer and
assure full understanding of, and responsiveness to, solicitation requirements.
19. TAX OFFSET POLICY: If applicable, in evaluating price proposals, the City shall include the amount of
applicable business privilege tax, except that the amount of the City of Tucson business privilege tax shall not
be included in the evaluation.
20. CONTRACT NEGOTIATIONS: Exclusive or concurrent negotiations may be conducted with responsible
offeror(s) for the purpose of altering or otherwise changing the conditions, terms and price of the proposed
contract unless prohibited. Offerors shall be accorded fair and equal treatment in conducting negotiations and
there shall be no disclosure of any information derived from proposals submitted by competing offerors.
Exclusive or concurrent negotiations shall not constitute a contract award nor shall it confer any property rights
to the successful offeror. In the event the City deems that negotiations are not progressing, the City may
formally terminate these negotiations and may enter into subsequent concurrent or exclusive negotiations with
the next most qualified firm(s).
21. VENDOR APPLICATION: Prior to the award of a Contract, the successful offeror shall register with the City's
Department of Procurement. Registration can be completed at http://www.tucsonprocurement.com/ by clicking
on Vendor Services. Please note that email notifications of newly published solicitations and amendments will
be provided to those vendors that select email as their preferred delivery method in their vendor record.
22. CITY OF TUCSON BUSINESS LICENSE: It is the responsibility of the Contractor to have a City of Tucson
Business License throughout the life of this contract or a written determination from the City's Business
License Section that a license is not required. At any time during the contract, the City may request the
Contractor to provide a valid copy of the business license or a written determination that a business license is
not required. Application for a City Business License can be completed at http://www.tucsanaz.pov/etax. For
questions contact the City's Business License Section at (520) 791-4566 or email at tax-
license&tucsonaz.gov.
23. UPON NOTICE OF INTENT TO AWARD: The apparent successful offeror shall sign and file with the City,
within five (5) days after Notice of Intent to Award, all documents necessary to the successful execution of the
Contract.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 10 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
24. AWARD OF CONTRACT: Notwithstanding any other provision of the Request for Proposal, the City reserves
the right to:
(1) waive any immaterial defect or informality; or
(2) reject any or all proposals, or portions thereof; or
(3) reissue the Request for Proposal.
A response to this Request for Proposal is an offer to contract with the City based upon the terms, conditions
and Scope of Work contained in the City's Request for Proposal. Proposals do not become contracts unless
and until they are executed by the City's Director of Procurement and the City Attorney. A contract has its
inception in the award, eliminating a formal signing of a separate contract. All of the terms and conditions of
the contract are contained in the Request for Proposal, unless any of the terms and conditions are modified by
a Request for Proposal amendment, a Contract Amendment, or by mutually agreed terms and conditions in
the Contract documents.
25. PROPOSAL RESULTS: The name(s) of the successful offeror(s) will be posted on the Procurement
Department's Internet site at http://www.tucsonprocurement.com/ upon issuance of a Notice of Intent to Award
or upon final contract execution.
26. PROTESTS: A protest shall be in writing and shall be filed with the Director of Procurement. A protest of a
Request for Proposal shall be received at the Department of Procurement not less than five (5) working days
before the Request for Proposal due date. A protest of a proposed award or of an award shall be filed within
ten (10) days after issuance of notification of award or issuance of a notice of intent to award, as applicable. A
protest shall include:
A. The name, address, and telephone number of the protestant;
B. The signature of the protestant or its representative;
C. Identification of the Request for Proposal or Contract number;
D. A detailed statement of the legal and factual grounds of protest including copies of relevant documents;
and
E. The form of relief requested.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 11 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
PROPOSAL EVALUATION CRITERIA — (listed in relative order of importance)
A. Method of Approach
B. Qualifications & Experience
C. Price Proposal
REQUIREMENTS SPECIFIC TO EVALUATION CRITERIA: The narrative portion and the materials
presented in response to this Request for Proposal should be submitted in the same order as requested and
must contain, at a minimum, the following:
A. Method of Approach
1. Provide a response to the national program.
Include a detailed response to Attachment A, Exhibit A, OMNIA Partners response for
National Cooperative contract. Responses should highlight experience, demonstrate a
strong national presence, describe how Offeror will educate its national sales force
about the contract, describe how products and services will be distributed nationwide,
include a plan for marketing the products and services nationwide, and describe how
volume will be tracked and reported to National IPA.
The successful Offeror will be required to sign Attachment A, Exhibit B, OMNIA Partners
Administration Agreement. The Agreement shall be signed no later than issuance of the
City of Tucson's Notice of Intent to Award letter. Offerors should complete all reviews of
the document prior to submitting a response. Offeror's response should include any
proposed exceptions to the OMNIA Partners Administration Agreement.
2. General Requirements
Provide a detailed written response illustrating how your offer will meet the General
Requirements of this solicitation for the City of Tucson and the national program.
Submit any and all information that will aid the City in evaluating your proposal.
I Product Requirements
a. Provide a detailed written response illustrating how the products offered will meet the
Product Requirements of this solicitation for the City of Tucson and the national
program. Offerors shall provide the proposed product lines. Offerors shall identify and
describe their categories. For each proposed category, describe in detail and provide at
a minimum the following types of information:
i. Identification and description of product categories offered
ii. Identification and description of sub categories
iii. Identification and description of manufacturers within each sub category
b. What is the total number of products offered in your catalog? Are all catalog products
available to participating public agencies nationwide?
c. How are "green" products identified in your catalog? How are they identified when
ordering online? How many "green" products are in your catalog?
d. How are "certified small business and other business classifications" products identified
in your catalog? How are they identified when ordering online? How many "certified
small business and other business classifications" products are in your catalog?
e. Do you offer "Private Line" products? Provide details and describe. How does pricing
compare to traditional and comparable brand name products? Provide examples.
f. Submit any information that will aid the City in evaluating your proposal.
4. Service Requirements
a. Provide a detailed written response illustrating how the services offered will meet the
Service Requirements of this solicitation for the City of Tucson and the national program.
Offerors shall provide the proposed services that meet requirements. For each
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 12 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
proposed category, describe and/or provide details explaining your capabilities. In your
response include information such as:
i. Policies and programs detailing your efforts in these areas.
ii. Literature explaining your capabilities.
b. Submit any information that will aid the City in evaluating your proposal.
5. Ordering and Invoices
a. Describe your ordering capacity (telephone, fax, internet, etc). Provide details of the
capabilities of your website including ability to display contract pricing, on-line ordering,
order tracking, search options, order history, technical assistance, lists, technical data
and documentation, identification of alternate green products, etc.
b. Describe your invoicing process. Is electronic invoicing available? Is summary invoicing
available? Are there other options on how an agency receives an invoice? Submit
sample invoices.
c. Describe how Offeror measures performance including identification, calculation,
tracking and reporting of measurements. What is your stock fill percentage rate, by line
item, of the orders filled without backorders?
d. Describe how agencies choosing to pick up products will receive the correct Contract
pricing. Indicate how volume will be tracked and reported to OMNIA Partners.
6. Other
a. Describe any government rebate programs that are offered.
b. Describe how Offeror will meet the monthly usage reporting criteria. Submit a sample
report.
c. Contractor shall provide and supply customized usage reports upon request from the
City of Tucson or any Participating Public Agency. At a minimum, the reports shall
include the item number, item description, manufacturer number, total quantity ordered,
number of orders and total spend for the requested time period. At a minimum, the City
of Tucson requires an annual report within 30 calendar days of each contract years end
date.
B. Qualifications & Experience
1. Complete OMNIA Partners Exhibit A, Section 3.0
2. Summarize your experience in providing product and services similar to that outlined in the
Scope of Work. Provide a minimum of three references for which you have provided similar
products and services. References from other public agencies, particularly municipal
governments, are preferred. Please include company name, address, phone, email, and
contact person.
3. Please submit any additional information that you feel is applicable to your qualifications and
experience.
4. Describe the current distribution model capable of delivering products nationwide, including
the number, size and location of your company's distribution facilities, warehouses and retail
network, where applicable. Describe your coverage of the United States.
C. Price Proposal
1. Provide price proposal as requested on the Price Page (See Attachment B).
2. Provide available payment terms.
3. As stated in the Instructions to Offerors, 7. Discounts, the price(s) herein can be discounted
by %, if payment is made within days. These payment terms shall apply to
all purchases and to all payment methods.
4. Will payment be accepted via commercial credit card? Yes No
a. If yes, can commercial payment(s) be made online? Yes No
b. Will a third party be processing the commercial credit card payment(s)? _Yes No
c. If yes, indicate the flat fee per transaction $ (as allowable, per Section 4.9
of the MasterCard Transaction Processing Rules).
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 13 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
d. If "no" to above, will consideration be given to accept the card? Yes No
5. Does your firm have a City of Tucson Business License? Yes No
If yes, please provide a copy of your City of Tucson Business license.
III. GENERAL
A. Shortlist:
The City reserves the right to shortlist the offerors on Method of Approach of the stated
criteria. However, the City may determine that shortlisting is not necessary.
B. Interviews:
The City reserves the right to conduct interviews with some or all of the offerors at any point
during the evaluation process. However, the City may determine that interviews are not
necessary. In the event interviews are conducted, information provided during the interview
process shall be taken into consideration when evaluating the stated criteria. The City shall
not reimburse the offeror for the costs associated with the interview process.
C. Additional Investigations:
The City reserves the right to make such additional investigations as it deems necessary to
establish the competence and financial stability of any offeror submitting a proposal.
D. Prior Experience:
Experiences with the City and entities that evaluation committee members represent and that
are not specifically mentioned in the solicitation response may be taken into consideration when
evaluating offers.
E. Multiple Awards:
To provide adequate contract coverage, at the City's sole discretion, multiple awards may be
made.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 14 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
SPECIAL TERMS AND CONDITIONS
1. COOPERATIVE PURCHASING: Any Contract resulting from this solicitation shall be for
the use of the City of Tucson. In addition, public and nonprofit agencies that have entered
into a Cooperative Purchasing Agreement with the City of Tucson's Department of
Procurement or registered with OMNIA Partners are eligible to participate in any
subsequent Contract. See_http://www.tucsonprocurement.com/cook partners.asQx and
click on Cooperatives for a list of the public and nonprofit agencies that have currently
entered into Cooperative Purchasing Agreements with the City of Tucson. Additionally, this
contract is eligible for use by the Strategic Alliance for Volume Expenditures (SAVE)
cooperative. See httr)://www.mesaaz.gov/home/showdocument?id=23633 for a listing of
participating agencies. The parties agree that these lists are subject to change.
Any orders placed to, or services required from, the successful Contractor(s) will be requested
by each participating agency. Payment for purchases made under this Contract will be the
sole responsibility of each Participating Public Agency. The Contractor may negotiate
additional expenses incurred as a result of Participating Public Agencies' usage of this
Contract (i.e., freight charges, travel related expenses, etc.). The City shall not be responsible
for any disputes arising out of transactions made by others.
The Contractor(s) will provide an electronic copy of the complete Contract to the City of
Tucson Department of Procurement upon receipt of the Notice of Intent to Award. At the City's
request, the successful Contractor(s) may also be requested to provide an electronic copy of
the complete Contract to a participating agency.
2. INSURANCE: The Contractor agrees to:
A. Obtain insurance coverage of the types and amount required in this section and keep
such insurance coverage in force throughout the life of this contract. All policies will
contain an endorsement providing that written notice be given to the City at least 30
days prior to termination or cancellation in coverage in any policy, and 10 days notice
for cancellation due to non-payment in premium.
B. The Commercial General Liability Insurance and Commercial Automobile Liability
Insurance policies will include the City as an additional insured with respect to liability
arising out of the performance of this contract. Such additional insured shall be covered
to the full limits of liability purchased by the Contractor, even if those limits of liability are
in excess of those required by this Contract. The insurance hereunder will be primary
and that any insurance carried by the City will be excess and not contributing.
C. Provide and maintain minimum insurance limits as applicable:
COVERAGE
LIMITS OF LIABILITY
I. Commercial General Liability:
Policy shall include Bodily Injury, Property Damage, Personal Injury and
Broad Form Contractual Liability
Each Occurrence
$1,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$2,000,000
Personal and Advertising Injury
$1,000,000
Blanket Contractual Liability
$1,000,000
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 15 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
II. Commercial Automobile Liability
Policy shall include Bodily Injury and Property Damage, for any owned, Hired,
and/or Non -owned vehicles used in the operation, installation and maintenance
of facilities under this agreement.
Combined Single Limit
$1,000,000
111. Workers' Compensation (applicable to the State of Arizona
Per Occurrence
Statutory
Employer's Liability
$1,000,000
Disease Each Employee
$1,000,000
Disease Policy Limit
$1,000,000
*`1 Sole Proprietor/Independent Contractor designation is given to those who desire to waive their rights for workers'
compensation coverage and benefits as outlined in ARS§ 23-901 and specifically ARS § 23-961 (0). If applicable,
please request the Sole Proprietor/Independent Contractor form from the Contract Officer listed in the solicitation.
D. ADDITIONAL INSURANCE REQUIREMENTS: Policies shall be endorsed to include
the following provisions:
1. A waiver of subrogation endorsement in favor of the City of Tucson, for losses
arising from work performed by or on behalf of the Contractor (including
Worker's Compensation).
2. The insurance afforded the contractor shall be primary insurance and that any
insurance carried by the City of Tucson and its agents, officials or employees
shall be excess and not contributory.
3. Coverage provided by the Contractor shall not be limited to the liability assumed
under the indemnification provisions of this Contract.
E. NOTICE OF COVERAGE MODIFICATIONS: Any changes material to compliance with
this contract in the insurance policies above shall require 10 days written notice from
the Contractor to the City of Tucson. Such notice shall be sent directly to the
Department of Procurement.
F. ACCEPTABILITY OF INSURERS: Contractors insurance shall have an "A.M. Best"
rating of not less than A:VII. The City of Tucson in no way warrants that the required
minimum insurer rating is sufficient to protect the Contractor from potential insurer
insolvency.
G. VERIFICATION OF COVERAGE: Contractor shall furnish the City of Tucson with
certificates of insurance (ACORD form or equivalent approved by the City of Tucson) as
required by this Contract. The certificates for each insurance policy are to be signed by
an authorized representative.
All certificates and endorsements are to be received and approved by the City of
Tucson before work commences. Each insurance policy required by this Contract must
be in effect at or prior to commencement of work and remain in effect for the duration of
the contract and two (2) years after completion. Failure to maintain the insurance
policies as required by this Contract, or to provide evidence of renewal upon the City's
request, is a material breach of contract.
All certificates required by this Contract shall be sent directly to the Department of
Procurement.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 16 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
The City of Tucson project/contract number and project description shall be noted on
the certificate of insurance. The City of Tucson reserves the right to require complete
copies of all insurance policies required by this Contract at any time.
H. SUBCONTRACTORS: Contractors' certificate(s) shall include all subcontractors as
insureds under its policies or Contractor shall furnish to the City of Tucson separate
certificates and endorsements for each subcontractor. All coverages for subcontractors
shall be subject to the minimum requirements identified above.
EXCEPTIONS: In the event the Contractor or sub-contractor(s) is/are a public entity,
then the Insurance Requirements shall not apply. Such public entity shall provide a
Certificate of Self- Insurance.
3. TERM AND RENEWAL: The term of the Contract shall commence upon award and shall
remain in effect for a period of two (2) years, unless terminated, canceled or extended as
otherwise provided herein. The Contractor agrees that the City of Tucson shall have the right,
at its sole option, to renew the Contract for two (2) additional two-year periods or portions
thereof. In the event that the City exercises such rights, all terms, conditions and provisions of
the original Contract shall remain the same and apply during the renewal period with the
possible exception of price and minor scope additions and/or deletions.
4. PRICE ADJUSTMENT: The City will review fully documented requests for price adjustment
after any Contract has been in effect for one (1) year and for each additional one (1) year
period thereafter, which will be a factor in the renewal review process. The City will determine
whether the requested price adjustment, or an alternate option, is in the best interest of the
City. Any price adjustment will be effective upon the effective date of the Contract renewal or,
in the case of a mid-term adjustment, upon execution of the amendment.
5. FOB DESTINATION FREIGHT PREPAID: Prices shall be FOB Destination Freight Prepaid to
the delivery location designated. Contractor shall retain title and control of all goods until they
are delivered and the Contract of coverage has been completed. All risk of transportation and
all related charges shall be the responsibility of the Contractor. All claims for visible or
concealed damage shall be filed by the Contractor. The City will assist the Contractor in
arranging for inspection.
6. SUBSTITUTE ITEMS: In the event that a product or model provided under the contract is
discontinued by the manufacturer, the City at its sole discretion may allow the Contractor to
provide a substitute for the discontinued item. The Contractor shall request permission to
substitute a new product or model and provide the following:
A. A formal announcement from the manufacturer that the product or model has been
discontinued.
B. Documentation from the manufacturer that names the replacement product or model.
C. Documentation that provides clear and convincing evidence that the replacement meets or
exceeds all specifications required by the original solicitation.
D. Documentation that provides clear and convincing evidence that the replacement will be
compatible with all the functions or uses of the discontinued product or model.
E. Documentation confirming that the price for the replacement is the same as or less than
the discontinued model.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 17 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
STANDARD TERMS AND CONDITIONS
1. ADVERTISING: Contractor shall not advertise or publish information concerning this Contract without
prior written consent of the City's Director of Procurement.
2. AFFIRMATIVE ACTION: Contractor shall abide by the provisions of the Tucson Procurement Code
Chapter 28, Article XII.
3. AMERICANS WITH DISABILITIES ACT: The Contractor shall comply with all applicable provisions of
the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. 12101, et seq.) and applicable
Federal regulations under the Act.
4. APPLICABLE LAW: This Contract shall be governed, and the City and Contractor shall have all
remedies afforded to each, by the Tucson Procurement Code and the law of the State of Arizona. State
law claims shall be brought only in Pima County Superior Court.
5. ASSIGNMENT -DELEGATION: No right or interest in this Contract shall be assigned by the Contractor
without prior written permission of the City, and no delegation of any duty of the Contractor shall be
made without prior written permission of the City's Director of Procurement. The City shall not
unreasonably withhold approval and shall notify the Contractor of the City's position by written notice.
6. CHILD/SWEAT-FREE LABOR POLICY: The Contractor shall comply with all applicable provisions of
the United States Federal and State Child Labor and Worker's Right laws and agrees if called upon to
affirm in writing, that they, and any subcontractor involved in the provision of goods to the City, are in
compliance.
7. CLEAN UP: The Contractor shall at all times keep the contract area, including storage areas used by the
Contractor, free from accumulation of waste material or rubbish and, prior to completion of the work,
remove any rubbish from the premises and all tools, scaffolding, equipment and materials not property of
the City. Upon completion of the repair, the Contractor shall leave the work and premises in clean, neat
and workmanlike condition.
8. COMMENCEMENT OF WORK: The Contractor is cautioned not to commence any billable work or
provide any material or service under this Contract until Contractor receives purchase order or is
otherwise directed to do so, in writing, by the City.
9. CONFIDENTIALITY OF RECORDS: The Contractor shall establish and maintain procedures and
controls that are acceptable to the City for the purpose of assuring that no information contained in its
records or obtained from the City or from others in carrying out its functions under the Contract shall be
used by or disclosed by it, its agents, officers, or employees, except as required to efficiently perform
duties under the Contract. Persons requesting such information should be referred to the City.
Information pertaining to individual persons shall not be divulged other than to employees or officers of
Contractor as needed for the performance of duties under the Contract, unless otherwise agreed to in
writing by the City.
10. CONTRACT AMENDMENTS: The Procurement Department has the sole authority to:
A. Amend the contract or enter into supplemental verbal or written agreements;
B. Grant time extensions or contract renewals;
C. Otherwise modify the scope or terms and provisions of the contract.
This Contract shall only be modified with the approval of the Department of Procurement. Except in the
case of a documented emergency, approval must be granted prior to performance. Any contract
modification not explicitly approved by the Procurement Department through a written contract
amendment or change order is performed at the sole risk of the Contractor and may not be eligible for
payment by the City.
11. CONTRACT: The Contract shall be based upon the Request for Proposal issued by the City and the
Offer submitted by the Contractor in response to the Request for Proposal. The offer shall substantially
conform to the terms, conditions, specifications and other requirements set forth within the text of the
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 18 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
Request for Proposal. The City reserves the right to clarify any contractual terms with the concurrence of
the Contractor; however, any substantial non -conformity in the offer, as determined by the City's Director
of Procurement, shall be deemed non -responsive and the offer rejected. The Contract shall contain the
entire agreement between the City of Tucson and the Contractor relating to this requirement and shall
prevail over any and all previous agreements, contracts, proposals, negotiations, purchase orders, or
master agreements in any form.
12. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE TOTAL BREACH: Contractor shall deliver
conforming materials in each installment or lot of this Contract and may not substitute nonconforming
materials. Delivery of nonconforming materials, or default of any nature, may constitute breach of the
Contract. Noncompliance may be deemed a cause for possible Contract termination.
13. DUPLEXED/RECYCLED PAPER: In accordance with efficient resource procurement and utilization
policies adopted by the City of Tucson, the Contractor shall ensure that, whenever practicable, all printed
materials produced by the Contractor in the performance of this Contract are duplexed (two-sided
copies), printed on recycled paper and labeled as such.
14. EQUAL PAY: The Contractor shall comply with the applicable provisions of the Equal Pay Act of 1963
(Pub.L. 88-38, 29 U.S.C. section 206(d)); Title VII of the Civil Rights Act of 1964 (Pub.L. 88-352, 42
U.S.C. 2000e et.seq.; and, the Lily Ledbetter Fair Pay Act of 2009 (Pub.L. 111-2).
15. EXCLUSIVE POSSESSION: All services, information, computer program elements, reports and other
deliverables created under this Contract are the sole property of the City of Tucson and shall not be used
or released by the Contractor or any other person except with prior written permission by the City.
16. FEDERAL IMMIGRATION LAWS AND REGULATIONS: Contractor warrants that it complies with all
Federal Immigration laws and regulations that relate to its employees and complies with A.R.S. § 23-
214(A) and that it requires the same compliance of all subcontractors under this Contract. Contractor
acknowledges that pursuant to A.R.S. § 41-4401 and effective September 30, 2008, a breach of this
warranty is a material breach of this Contract subject to penalties up to and including termination of this
Contract. The City retains the legal right to audit the records of the Contractor and inspect the papers of
any employee who works for the Contractor to ensure compliance with this warranty and the Contractor
shall assist in any such audit. The Contractor shall include the requirements of this paragraph in each
contract with subcontractors under this Contract.
If the Contractor or subcontractor warrants that it has complied with the employment verification
provisions prescribed by sections 274(a) and 274(b) of the Federal Immigration and Nationality Act and
the E-verify requirements prescribed by A.R.S. § 23-214(A), the Contractor or subcontractor shall be
deemed to be in compliance with this provision. The City may request proof of such compliance at any
time during the term of this Contract by the Contractor and any subcontractor.
17. FORCE MAJEURE: Except for payment of sums due, neither party shall be liable to the other nor
deemed in default under this Contract if and to the extent that such party's performance of this Contract
is prevented by reason of Force Majeure. The term "Force Majeure" means an occurrence that is beyond
the control of the party affected and occurs without its fault or negligence. Force Majeure shall not
include late performance by a subcontractor unless the delay arises out of a Force Majeure occurrence
in accordance with this Force Majeure term and condition.
If either party is delayed at any time in the progress of the work by Force Majeure, the delayed party
shall notify the other party in writing of such delay, as soon as is practical, of the commencement thereof
and shall specify the causes of such delay in such notice. Such notice shall be hand -delivered or mailed
certified -return receipt and shall make a specific reference to this article, thereby invoking its provisions.
The delayed party shall cause such delay to cease as soon as practicable and shall notify the other party
in writing when it has done so. The time of completion shall be extended by contract modification for a
period of time equal to the time that results or effects of such delay prevent the delayed party from
performing in accordance with this Contract.
18. GRATUITIES: The City may, by written notice to the Contractor, terminate this Contract if it is found that
gratuities, in the form of entertainment, gifts, meals or otherwise, were offered or given by the Contractor
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 19 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
or any agent or representative of the Contractor, to any officer or employee of the City amending, or the
making of any determinations with respect to the performing of such Contract. In the event this Contract
is terminated by the City pursuant to this provision, the City shall be entitled, in addition to any other
rights and remedies, to recover or withhold from the Contractor the amount of the gratuity.
19. HUMAN RELATIONS: Contractor shall abide by the provisions of the Tucson City Code Chapter 28,
Article XII.
20. INDEMNIFICATION: To the fullest extent permitted by law, Contractor, its successors, assigns and
guarantors, shall pay, defend, indemnify and hold harmless City of Tucson, its agents, representatives,
officers, directors, officials and employees from and against all allegations, demands, proceedings, suits,
actions, claims, including claims of patent or copyright infringement, damages, losses, expenses,
including but not limited to, attorney fees, court costs, and the cost of appellate proceedings, and all
claim adjusting and handling expense, related to, arising from or out of or resulting from any actions,
acts, errors, mistakes or omissions caused in whole or part by Contractor relating to work, services
and/or products provided in the performance of this Contract, including but not limited to, any
Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable and any injury or damages claimed by any of Contractor's and Subcontractor's
employees. It is agreed that Contractor will be responsible for primary loss investigation, defense and
judgment costs where this indemnification is applicable. The Contractors agrees to waive all rights of
subrogation against the City of Tucson, it's agents, representatives, officers, directors, officials,
employees and volunteers for losses arising from the work performed by the Contractor for the City of
Tucson.
Contractor is responsible for compliance with the Patient Protection and Affordable Care Act (ACA), for
its employees in accordance with 26 CFR §54. 4980H. Additionally, Contractor is responsible for all
applicable IRS reporting requirements related to ACA. If Contractor or any of Contractor's employees is
certified to the City as having received a premium tax credit or cost sharing reduction which contributes
to or triggers an assessed penalty against the City, or Contractor fails to meet reporting requirements
pursuant to section 6056 resulting in a penalty to City, Contractor indemnifies City from and shall pay any
assessed tax penalty.
21. INDEPENDENT CONTRACTOR: It is understood that each party shall act in its individual capacity and
not as an agent, employee, partner, joint venturer, or associate of the other. An employee or agent of
one party shall not be deemed or construed to be the employee or agent of the other party for any
purpose.
The Contractor shall not be entitled to compensation in the form of salaries, holidays, paid vacation, sick
days, or pension contributions by the City. The City of Tucson will not provide any insurance coverage to
the Contractor, including Worker's Compensation coverage. The Contractor is advised that taxes, social
security payments, and other withholdings shall not be withheld from a City payment issued under this
Contract and that Contractor should make arrangements to directly pay such expenses. Contractor is
responsible for compliance with the Affordable Care Act for Contractor and any of Contractor's
employees.
22. INSPECTION AND ACCEPTANCE: All material or service is subject to final inspection and acceptance
by the City. Material or service failing to conform to the specifications of this Contract shall be held at the
Contractor's risk and may be returned to the Contractor. If returned, all costs are the responsibility of the
Contractor. Noncompliance may be deemed a cause for possible Contract termination.
23. INTERPRETATION-PAROL EVIDENCE: This Contract is intended by the parties to be a final
expression of their agreement and is intended also as a complete and exclusive statement of the terms
of this agreement. No course of prior dealings between the parties and no usage of the trade shall be
relevant to supplement or explain any term used in the Contract. Acceptance or consent in the course of
performance under this Contract shall not be relevant to determine the meaning of this Contract even
though the accepting or consenting party has knowledge of the nature of the performance and the
opportunity to object.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 20 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
24. ISRAEL BOYCOTT DIVESTMENTS: Acceptance of the contract warrants that the vendor is in
compliance with A.R.S. § 35-393 and does not participate in a boycott of Israel as that term is defined
within A.R.S. § 35-393.
25. LICENSES: Contractor shall maintain in current status all Federal, State, and local licenses and permits
required for the operation of the business conducted by the Contractor as applicable to this Contract.
26. LIENS: All materials, services, and other deliverables supplied to the City under this Contract shall be
free of all liens other than the security interest. Security interest shall extinguish upon full payment made
by the City. Upon the City's request, the Contractor shall provide a formal release of all liens.
27. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender of materials must fully comply with all
provisions of this Contract. If a tender is made which does not fully comply, this shall conform to the
termination clause set forth within this document.
28. NON-EXCLUSIVE CONTRACT: Any contract resulting from this solicitation shall be awarded with the
understanding and agreement that it is for the sole convenience of the City of Tucson. The City reserves
the right to obtain like goods or services from another source when necessary.
29. OVERCHARGES BY ANTITRUST VIOLATIONS: The City maintains that, in actual practice,
overcharges resulting from antitrust violations are borne by the purchaser. Therefore, to the extent
permitted by law, the Contractor hereby assigns to the City any and all claims for such overcharges as to
the materials or services used to fulfill the Contract.
30. PAYMENT: The City's preferred method of payment is via credit card. The City will issue a Purchase
Order and, in some cases, either provide a credit card for payment at the time of ordering or pay
subsequent invoices by credit card upon receipt of goods or services in good order. However, not all
City employees will possess a credit card and, therefore, the City reserves the right to make payment by
check as it deems necessary.
Unless payment is made by credit card at time of order or point of sale, a separate invoice shall be
issued for each shipment of material or service performed, and no payment shall be issued prior to
receipt of material or service and correct invoice. The invoice shall not be dated prior to the receipt of
goods or completion of services.
The City shall make every effort to process payment for the purchase of materials or services within
twenty-one (21) calendar days after receipt of materials or services and a correct invoice.
The Contractor's payment terms shall apply to all purchases and to all payment methods.
31. PROTECTION OF GOVERNMENT PROPERTY: The Contractor shall use reasonable care to avoid
damaging existing buildings, equipment, and vegetation (such as trees, shrubs, and grass) on City
property. If the Contractor fails to do so and damages such property, the Contractor shall replace or
repair the damage at no expense to the City, as determined and approved by the City's Director of
Procurement. If the Contractor fails or refuses to make such repair or replacement, the City will
determine a cost and the Contractor shall be liable for the cost thereof, which may be deducted from the
Contract price.
32. PROVISIONS REQUIRED BY LAW: Each and every provision of law and any clause required by law to
be in the Contract shall be read and enforced as though it were included herein, and if through mistake
or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of
either party the Contract shall be amended to make such insertion or correction.
33. RECORDS: Internal control over all financial transactions related to this Contract shall be in accordance
with sound fiscal policies. The City may, at reasonable times and places, audit the books and records of
the Contractor and/or any subcontractors. Said audit shall be limited to this Contract.
34. RIGHT TO ASSURANCE: Whenever one party to this Contract has reason to question, in good faith, the
other party's intent to perform, the former party may demand that the other party give a written assurance
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 21 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
of this intent to perform. In the event that a demand is made and no written assurance is given within five
(5) days, the demanding party may treat this failure as the other party's intent not to perform and as a
cause for possible Contract termination.
35. RIGHT TO INSPECT: The City may, at reasonable times, and at the City's expense, inspect the place of
business of a Contractor or subcontractor which is related to the performance of any Contract as
awarded or to be awarded.
36. RIGHTS AND REMEDIES: No provision in this document or in the Contractor's proposal shall be
construed, expressly or by implication, as a waiver by either party of any existing or future right and/or
remedy available by law in the event of any claim, default or breach of contract. The failure of either party
to insist upon the strict performance of any term or condition of the Contract, to exercise or delay the
exercise of any right or remedy provided in the Contract or by law, or to accept materials or services
required by this Contract or by law shall not be deemed a waiver of any right of either party to insist upon
the strict performance of the Contract.
37. SEVERABILITY: The provisions of this Contract are severable to the extent that any provision or
application held to be invalid shall not affect any other provision or application of the Contract which may
remain in effect without the valid provision or application.
38. SHIPMENT UNDER RESERVATION PROHIBITED: No tender of a bill of lading shall operate as a
tender of the materials. Non-compliance shall conform to the termination clause set forth within this
document.
39. SUBCONTRACTS: No subcontract shall be entered into by the Contractor with any other party to furnish
any of the material/service specified herein without the advance written approval of the City's Director of
Procurement. All subcontracts shall comply with Federal and State laws and regulations which are
applicable to the services covered by the subcontract and shall include all the terms and conditions set
forth herein which shall apply with equal force to the subcontract, as if the subcontractor were the
Contractor referred to herein. The Contractor is responsible for contract performance whether or not
subcontractors are used.
40. SUBSEQUENT EMPLOYMENT: The City may terminate this Contract without penalty or further
obligation pursuant to A.R.S. Section 38-511 if any person significantly involved in initiating, negotiating,
securing, drafting, or creating the Contract, on behalf of the City, is or becomes, at any time while the
Contract or any extension of the Contract is in effect, an employee of, or a contractor to, any other party
to this Contract with respect to the subject matter of the Contract. Termination shall be effective when
written notice from the City's Director of Procurement is received by the parties to this Contract, unless
the notice specifies a later time.
41. TERMINATION OF CONTRACT: This Contract may be terminated at any time by mutual written
consent, or by the City, with or without cause, upon giving thirty (30) days written notice. The City, at its
convenience, by written notice, may terminate this Contract, in whole or in part. If this Contract is
terminated, the City shall be liable only for payment under the payment provisions of this Contract for
services rendered and accepted material received by the City before the effective date of termination.
The City reserves the right to terminate the whole or any part of this Contract due to the failure of the
Contractor to carry out any term or condition of the Contract. The City will issue a written ten (10) day
notice of default to the Contractor for acting or failing to act as specified in any of the following:
In the opinion of the City, the Contractor provides personnel that do not meet the requirements of the
Contract;
In the opinion of the City, the Contractor fails to perform adequately the stipulations, conditions or
services/specifications required in this Contract;
In the opinion of the City, the Contractor attempts to impose personnel, materials, products or
workmanship of an unacceptable quality;
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 22 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
The Contractor fails to furnish the required service and/or product within the time stipulated in the
Contract;
In the opinion of the City, the Contractor fails to make progress in the performance of the requirements of
the Contract;
The Contractor gives the City a positive indication that the Contractor will not or cannot perform to the
requirements of the Contract.
Each payment obligation of the City created by this Contract is conditioned upon the availability of City,
State and Federal funds that are appropriated or allocated for the payment of such an obligation. If funds
are not allocated by the City and available for the continued purchase of the services and/or materials
provided under this Contract, this Contract may be terminated by the City at the end of the period for
which funds are available. The City will endeavor to notify the Contractor in the event that continued
service will or may be affected by non -appropriation. No penalty shall accrue to the City in the event this
provision is exercised, and the City shall not be obligated or liable for any future payments due or for any
damages as a result of termination under this paragraph.
42. TITLE AND RISK OF LOSS: The title and risk of loss of material or service shall not pass to the City
until the City actually receives the material or service at the point of delivery, unless otherwise provided
within this Contract.
43. WARRANTIES: Contractor warrants that all material or service delivered under this Contract shall
conform to the specifications of this Contract. Mere receipt of shipment of the material or service
specified and any inspection incidental thereto by the City shall not alter or affect the obligations of the
Contractor or the rights of the City under the foregoing warranties. Additional warranty requirements may
be set forth in this document.
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
REQUEST FOR PROPOSAL NO. 202329
PAGE 23 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
See Attachment B — Excel Price Page
Tab 1 — National Core List
Tab 2 — Additional Suppliers
CITY OF TUCSON DEPARTMENT OF PROCUREMENT REQUEST FOR PROPOSAL NO. 202329
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 PAGE 24 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
OFFER AND ACCEPTANCE
OFFER
TO THE CITY OF TUCSON:
The Undersigned hereby offers and shall furnish the material or service in compliance with all terms, scope of work,
conditions, specifications, and amendments in the Request for Proposal which is incorporated by reference as if fully
set forth herein.
Company Name
Address
City State Zip
Signature of Person Authorized to Sign
Printed Name
Title
For clarification of this offer, contact:
Name:
Title:
Phone:
Fax:
E-mail:
ACCEPTANCE OF OFFER
The Offer is hereby accepted. The Contractor is now bound to sell the materials or services
specified in the Contract. This Contract shall be referred to as Contract No.
CITY OF TUCSON, a municipal corporation
Approved as to form:
This day of
Awarded:
2019 This
day of
2019
As Tucson City Attorney and not personally As Director of Business Services and not
personally
CITY OF TUCSON DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
/_1 A r_ ll01IT,1 L1 k
REQUEST FOR PROPOSAL NO. 202329
PAGE 25 OF 25
CONTRACT OFFICER: ANDREW KLOS, MBA
PH: (520) 837-6685 / FAX: (520) 791-4735
Attachment A - OMNIA Partners — Requirements for National Cooperative Contract
Attachment B — Excel Price Page
Attachment C — HUD Documents
5. Attachment A: OMNIA Agreement
ATTACHMENT A
sm
REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT
TO BE ADMINISTERED BY
OMNIA PARTNERS, PUBLIC SECTOR
The following documents are used in evaluating and administering national cooperative contracts
and are included for Supplier's review and response.
Exhibit A — RESPONSE FOR NATIONAL COOPERATIVE CONTRACT
Exhibit B — ADMINISTRATION AGREEMENT, EXAMPLE
Exhibit C — MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING
AGREEMENT, EXAMPLE
Exhibit D — PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE
Exhibit E — CONTRACT SALES REPORTING TEMPLATE
Exhibit F — FEDERAL FUNDS CERTIFICATIONS
Exhibit G — NEW JERSEY BUSINESS COMPLIANCE
Exhibit H — ADVERTISING COMPLIANCE REQUIREMENT
EXHIBIT A
RESPONSE FOR NATIONAL COOPERATIVE CONTRACT
1.0 Scope of National Cooperative Contract
Capitalized terms not otherwise defined herein shall have the meanings given to them in the
Master Agreement or in the Administration Agreement between Supplier and OMNIA
Partners, Public Sector.
1.1 Requirement
The City of Tucson (hereinafter defined and referred to as "Principal Procurement
Agency"), on behalf of itself and the National Intergovernmental Purchasing
Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector
("OMNIA Partners, Public Sector"), is requesting proposals for Janitorial and
Sanitation Supplies, Equipment, and Related Services. The intent of this Request for
Proposal is any contract between Principal Procurement Agency and Supplier
resulting from this Request for Proposal ("Master Agreement") be made available to
other public agencies nationally, including state and local governmental entities,
public and private primary, secondary and higher education entities, non-profit
entities, and agencies for the public benefit ("Public Agencies"), through OMNIA
Partners, Public Sector's cooperative purchasing program. The Principal
Procurement Agency has executed a Principal Procurement Agency Certificate with
OMNIA Partners, Public Sector, an example of which is included as Exhibit D, and
has agreed to pursue the Master Agreement. Use of the Master Agreement by any
Public Agency is preceded by their registration with OMNIA Partners, Public Sector
as a Participating Public Agency in OMNIA Partners, Public Sector's cooperative
purchasing program. Registration with OMNIA Partners, Public Sector as a
Participating Public Agency is accomplished by Public Agencies entering into a
Master Intergovernmental Cooperative Purchasing Agreement, an example of which
is attached as Exhibit C, and by using the Master Agreement, any such Participating
Public Agency agrees that it is registered with OMNIA Partners, Public Sector,
whether pursuant to the terms of the Master Intergovernmental Purchasing
Cooperative Agreement or as otherwise agreed to. The terms and pricing established
in the resulting Master Agreement between the Supplier and the Principal
Procurement Agency will be the same as that available to Participating Public
Agencies through OMNIA Partners, Public Sector.
All transactions, purchase orders, invoices, payments etc., will occur directly
between the Supplier and each Participating Public Agency individually, and neither
OMNIA Partners, Public Sector, any Principal Procurement Agency nor any
Participating Public Agency, including their respective agents, directors, employees
or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc.,
incurred by any other Participating Public Agency. Supplier is responsible for
knowing the tax laws in each state.
Requirements for National Cooperative Contract
Page 2 of 57
This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA
Partners, Public Sector's requirements to market the resulting Master Agreement
nationally to Public Agencies. Each section in this Exhibit A refers to the
capabilities, requirements, obligations, and prohibitions of competing Suppliers on a
national level in order to serve Participating Public Agencies through OMNIA
Partners, Public Sector.
These requirements are incorporated into and are considered an integral part of this
RFP. OMNIA Partners, Public Sector reserves the right to determine whether or not
to make the Master Agreement awarded by the Principal Procurement Agency
available to Participating Public Agencies, in its sole and absolute discretion, and
any party submitting a response to this RFP acknowledges that any award by the
Principal Procurement Agency does not obligate OMNIA Partners, Public Sector to
make the Master Agreement available to Participating Procurement Agencies.
1.2 Marketing, Sales and Administrative Support
During the term of the Master Agreement OMNIA Partners, Public Sector intends to
provide marketing, sales, partnership development and administrative support for
Supplier pursuant to this section that directly promotes the Supplier's products and
services to Participating Public Agencies through multiple channels, each designed
to promote specific products and services to Public Agencies on a national basis.
OMNIA Partners will assign the Supplier a Director of Partner Development who
will serve as the main point of contact for the Supplier and will be responsible for
managing the overall relationship between the Supplier and OMNIA Partners. The
Director of Partner Development will work with the Supplier to develop a
comprehensive strategy to promote the Master Agreement and will connect the
Supplier with appropriate stakeholders within OMNIA Partners including, Sales,
Marketing, Contracting, Training, and Operations & Support.
The OMNIA Partners, Public Sector marketing team will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through channels that may include:
A. Marketing collateral (print, electronic, email, presentations)
B. Website
C. Trade shows/conferences/meetings
D. Advertising
E. Social Media
The OMNIA Partners, Public Sector sales teams will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through initiatives that may include:
A. Individual sales calls
Requirements for National Cooperative Contract
Page 3 of 57
B. Joint sales calls
C. Communications/customer service
D. Training sessions for Public Agency teams
E. Training sessions for Supplier teams
The OMNIA Partners, Public Sector contracting teams will work in conjunction with
Supplier to promote the Master Agreement to both existing Participating Public
Agencies and prospective Public Agencies through:
A. Serving as the subject matter expert for questions regarding joint powers
authority and state statutes and regulations for cooperative purchasing
B. Training sessions for Public Agency teams
C. Training sessions for Supplier teams
D. Regular business reviews to monitor program success
E. General contract administration
Suppliers are required to pay an administrative fee of 3% of the greater of the
Contract Sales under the Master Agreement and Guaranteed Contract Sales under
this Request for Proposal. Supplier will be required to execute the OMNIA Partners,
Public Sector Administration Agreement (Exhibit B).
1.3 Estimated Volume
The dollar volume purchased under the Master Agreement is estimated to be
approximately $110 million annually. While no minimum volume is guaranteed to
Supplier, the estimated annual volume is projected based on the current annual
volumes among the Principal Procurement Agency, other Participating Public
Agencies that are anticipated to utilize the resulting Master Agreement to be made
available to them through OMNIA Partners, Public Sector, and volume growth into
other Public Agencies through a coordinated marketing approach between Supplier
and OMNIA Partners, Public Sector.
1.4 Award Basis
The basis of any contract award resulting from this RFP made by Principal
Procurement Agency will, at OMNIA Partners, Public Sector's option, be the basis
of award on a national level through OMNIA Partners, Public Sector. If multiple
Suppliers are awarded by Principal Procurement Agency under the Master
Agreement, those same Suppliers will be required to extend the Master Agreement to
Participating Public Agencies through OMNIA Partners, Public Sector. Utilization
of the Master Agreement by Participating Public Agencies will be at the discretion of
the individual Participating Public Agency. Certain terms of the Master Agreement
specifically applicable to the Principal Procurement Agency (e.g. governing law) are
subject to modification for each Participating Public Agency as Supplier, such
Participating Public Agency and OMNIA Partners, Public Sector shall agree without
Requirements for National Cooperative Contract
Page 4 of 57
being in conflict with the Master Agreement. Participating Agencies may request to
enter into a separate supplemental agreement to further define the level of service
requirements over and above the minimum defined in the Master Agreement (i.e.
invoice requirements, order requirements, specialized delivery, diversity
requirements such as minority and woman owned businesses, historically
underutilized business, governing law, etc.). It shall be the responsibility of the
Supplier to comply, when applicable, with the prevailing wage legislation in effect in
the jurisdiction of the Participating Agency. It shall further be the responsibility of
the Supplier to monitor the prevailing wage rates as established by the appropriate
department of labor for any increase in rates during the term of the Master
Agreement and adjust wage rates accordingly. Any supplemental agreement
developed as a result of the Master Agreement is exclusively between the
Participating Agency and the Supplier (Contract Sales are reported to OMNIA
Partners, Public Sector).
All purchase orders issued and accepted by the Supplier may survive expiration or
termination of the Master Agreement. Participating Agencies' purchase orders may
exceed the term of the Master Agreement if the purchase order is issued prior to the
expiration of the Master Agreement. Supplier is responsible for reporting all sales
and paying the applicable administrative fee for sales that use the Master Agreement
as the basis for the purchase order, even though Master Agreement may have
expired.
1.5 Objectives of Cooperative Program
This RFP is intended to achieve the following objectives regarding availability
through OMNIA Partners, Public Sector's cooperative program:
A. Provide a comprehensive competitively solicited and awarded national
agreement offering the Products covered by this solicitation to Participating
Public Agencies;
B. Establish the Master Agreement as the Supplier's primary go to market strategy
to Public Agencies nationwide;
C. Achieve cost savings for Supplier and Public Agencies through a single
solicitation process that will reduce the Supplier's need to respond to multiple
solicitations and Public Agencies need to conduct their own solicitation process;
D. Combine the aggregate purchasing volumes of Participating Public Agencies to
achieve cost effective pricing.
2.0 REPRESENTATIONS AND COVENANTS
As a condition to Supplier entering into the Master Agreement, which would be available to
all Public Agencies, Supplier must make certain representations, warranties and covenants to
both the Principal Procurement Agency and OMNIA Partners, Public Sector designed to
ensure the success of the Master Agreement for all Participating Public Agencies as well as
the Supplier.
Requirements for National Cooperative Contract
Page 5 of 57
2.1 Corporate Commitment
Supplier commits that (1) the Master Agreement has received all necessary corporate
authorizations and support of the Supplier's executive management, (2) the Master
Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the
Master Agreement will be promoted to all Public Agencies, including any existing
customers, and Supplier will transition existing customers, upon their request, to the
Master Agreement, and (4) that the Supplier has read and agrees to the terms and
conditions of the Administration Agreement with OMNIA Partners, Public Sector
and will execute such agreement concurrent with and as a condition of its execution
of the Master Agreement with the Principal Procurement Agency. Supplier will
identify an executive corporate sponsor and a separate national account manager
within the RFP response that will be responsible for the overall management of the
Master Agreement.
2.2 Pricing Commitment
Supplier commits the not -to -exceed pricing provided under the Master Agreement
pricing is its lowest available (net to buyer) to Public Agencies nationwide and
further commits that if a Participating Public Agency is eligible for lower pricing
through a national, state, regional or local or cooperative contract, the Supplier will
match such lower pricing to that Participating Public Agency under the Master
Agreement.
2.3 Sales Commitment
Supplier commits to aggressively market the Master Agreement as its go to market
strategy in this defined sector and that its sales force will be trained, engaged and
committed to offering the Master Agreement to Public Agencies through OMNIA
Partners, Public Sector nationwide. Supplier commits that all Master Agreement
sales will be accurately and timely reported to OMNIA Partners, Public Sector in
accordance with the OMNIA Partners, Public Sector Administration Agreement.
Supplier also commits its sales force will be compensated, including sales incentives,
for sales to Public Agencies under the Master Agreement in a consistent or better
manner compared to sales to Public Agencies if the Supplier were not awarded the
Master Agreement.
3.0 SUPPLIER RESPONSE
Supplier must supply the following information in order for the Principal Procurement
Agency to determine Supplier's qualifications to extend the resulting Master Agreement to
Participating Public Agencies through OMNIA Partners, Public Sector.
Requirements for National Cooperative Contract
Page 6 of 57
3.1 Company
A. Brief history and description of Supplier.
B. Total number and location of sales persons employed by Supplier.
C. Number and location of support centers (if applicable) and location of corporate
office.
D. Annual sales for the three previous fiscal years.
E. Submit FEIN and Dunn & Bradstreet report.
F. Describe any green or environmental initiatives or policies.
G. Describe any diversity programs or partners supplier does business with and how
Participating Agencies may use diverse partners through the Master Agreement.
Indicate how, if at all, pricing changes when using the diversity program.
H. Describe any historically underutilized business certifications supplier holds and
the certifying agency. This may include business enterprises such as minority
and women owned, small or disadvantaged, disable veterans, etc.
L Describe how supplier differentiates itself from its competitors.
J. Describe any present or past litigation, bankruptcy or reorganization involving
supplier.
K. Felony Conviction Notice: Indicate if the supplier
a. is a publicly held corporation and this reporting requirement is not
applicable;
b. is not owned or operated by anyone who has been convicted of a felony;
or
c. is owned or operated by and individual(s) who has been convicted of a
felony and provide the names and convictions.
L. Describe any debarment or suspension actions taken against supplier
3.2 Distribution, Logistics
A. Describe the full line of products and services offered by supplier.
B. Describe how supplier proposes to distribute the products/service nationwide.
Include any states where products and services will not be offered under the
Master Agreement, including U.S. Territories and Outlying Areas.
C. Describe how Participating Agencies are ensure they will receive the Master
Agreement pricing; include all distribution channels such as direct ordering,
retail or in-store locations, through distributors, etc. Describe how Participating
Agencies verify and audit pricing to ensure its compliance with the Master
Agreement.
D. Identify all other companies that will be involved in processing, handling or
shipping the products/service to the end user.
Requirements for National Cooperative Contract
Page 7 of 57
E. Provide the number, size and location of Supplier's distribution facilities,
warehouses and retail network as applicable.
3.3 Marketing and Sales
A. Provide a detailed ninety -day plan beginning from award date of the Master
Agreement describing the strategy to immediately implement the Master
Agreement as supplier's primary go to market strategy for Public Agencies to
supplier's teams nationwide, to include, but not limited to:
Executive leadership endorsement and sponsorship of the award as the
public sector go -to -market strategy within first 10 days
ii. Training and education of Supplier's national sales force with
participation from the Supplier's executive leadership, along with the
OMNIA Partners, Public Sector team within first 90 days
B. Provide a detailed ninety -day plan beginning from award date of the Master
Agreement describing the strategy to market the Master Agreement to current
Participating Public Agencies, existing Public Agency customers of Supplier, as
well as to prospective Public Agencies nationwide immediately upon award, to
include, but not limited to:
Creation and distribution of a co -branded press release to trade
publications
ii. Announcement, Master Agreement details and contact information
published on the Supplier's website within first 90 days
iii. Design, publication and distribution of co -branded marketing materials
within first 90 days
iv. Commitment to attendance and participation with OMNIA Partners,
Public Sector at national (i.e. NIGP Annual Forum, NPI Conference,
etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional
Cooperative Summits, etc.) and supplier -specific trade shows,
conferences and meetings throughout the term of the Master Agreement
V. Commitment to attend, exhibit and participate at the NIGP Annual Forum
in an area reserved by OMNIA Partners, Public Sector for partner
suppliers. Booth space will be purchased and staffed by Supplier. In
addition, Supplier commits to provide reasonable assistance to the overall
promotion and marketing efforts for the NIGP Annual Forum, as directed
by OMNIA Partners, Public Sector.
vi. Design and publication of national and regional advertising in trade
publications throughout the term of the Master Agreement
vii. Ongoing marketing and promotion of the Master Agreement throughout
its term (case studies, collateral pieces, presentations, promotions, etc.)
Requirements for National Cooperative Contract
Page 8 of 57
viii. Dedicated OMNIA Partners, Public Sector internet web -based homepage
on Supplier's website with:
• OMNIA Partners, Public Sector standard logo;
• Copy of original Request for Proposal;
• Copy of Master Agreement and amendments between Principal
Procurement Agency and Supplier;
• Summary of Products and pricing;
• Marketing Materials
• Electronic link to OMNIA Partners, Public Sector's website
including the online registration page;
• A dedicated toll -free number and email address for OMNIA
Partners, Public Sector
C. Describe how Supplier will transition any existing Public Agency customers'
accounts to the Master Agreement available nationally through OMNIA Partners,
Public Sector. Include a list of current cooperative contracts (regional and
national) Supplier holds and describe how the Master Agreement will be
positioned among the other cooperative agreements.
D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners, Public
Sector and agrees to provide permission for reproduction of such logo in
marketing communications and promotions. Acknowledge that use of OMNIA
Partners, Public Sector logo will require permission for reproduction, as well.
E. Confirm Supplier will be proactive in direct sales of Supplier's goods and
services to Public Agencies nationwide and the timely follow up to leads
established by OMNIA Partners, Public Sector. All sales materials are to use the
OMNIA Partners, Public Sector logo. At a minimum, the Supplier's sales
initiatives should communicate:
i. Master Agreement was competitively solicited and publicly awarded by a
Principal Procurement Agency
ii. Best government pricing
iii. No cost to participate
iv. Non-exclusive
F. Confirm Supplier will train its national sales force on the Master Agreement. At
a minimum, sales training should include:
i. Key features of Master Agreement
ii. Working knowledge of the solicitation process
Requirements for National Cooperative Contract
Page 9 of 57
iii. Awareness of the range of Public Agencies that can utilize the Master
Agreement through OMNIA Partners, Public Sector
iv. Knowledge of benefits of the use of cooperative contracts
G. Provide the name, title, email and phone number for the person(s), who will be
responsible for:
i.
Executive Support
ii.
Marketing
iii.
Sales
iv.
Sales Support
V.
Financial Reporting
vi.
Accounts Payable
vii.
Contracts
H. Describe in detail how Supplier's national sales force is structured, including
contact information for the highest -level executive in charge of the sales team.
L Explain in detail how the sales teams will work with the OMNIA Partners, Public
Sector team to implement, grow and service the national program.
L Explain in detail how Supplier will manage the overall national program
throughout the term of the Master Agreement, including ongoing coordination of
marketing and sales efforts, timely new Participating Public Agency account set-
up, timely contract administration, etc.
J. State the amount of Supplier's Public Agency sales for the previous fiscal year.
Provide a list of Supplier's top 10 Public Agency customers, the total purchases
for each for the previous fiscal year along with a key contact for each.
K. Describe Supplier's information systems capabilities and limitations regarding
order management through receipt of payment, including description of multiple
platforms that may be used for any of these functions.
M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners,
Public Sector Administration Agreement) that Supplier will guarantee each year
under the Master Agreement for the initial three years of the Master Agreement
("Guaranteed Contract Sales").
Requirements for National Cooperative Contract
Page 10 of 57
$ .00 in year one
$ .00 in year two
$ .00 in year three
To the extent Supplier guarantees minimum Contract Sales, the
administration fee shall be calculated based on the greater of the actual
Contract Sales and the Guaranteed Contract Sales.
M. Even though it is anticipated many Public Agencies will be able to utilize the
Master Agreement without further formal solicitation, there may be
circumstances where Public Agencies will issue their own solicitations. The
following options are available when responding to a solicitation for Products
covered under the Master Agreement.
Respond with Master Agreement pricing (Contract Sales reported to
OMNIA Partners, Public Sector).
ii. If competitive conditions require pricing lower than the standard
Master Agreement not -to -exceed pricing, Supplier may respond
with lower pricing through the Master Agreement. If Supplier is
awarded the contract, the sales are reported as Contract Sales to
OMNIA Partners, Public Sector under the Master Agreement.
iii. Respond with pricing higher than Master Agreement only in the
unlikely event that the Public Agency refuses to utilize Master
Agreement (Contract Sales are not reported to OMNIA Partners,
Public Sector).
iv. If alternative or multiple proposals are permitted, respond with
pricing higher than Master Agreement, and include Master
Agreement as the alternate or additional proposal.
Detail Supplier's strategies under these options when responding to a solicitation.
Requirements for National Cooperative Contract
Page 11 of 57
EXHIBIT B
ADMINISTRATION AGREEMENT, EXAMPLE
ADMINISTRATION AGREEMENT
THIS ADMINISTRATION AGREEMENT (this "Agreement") is made this day of
20 , between National Intergovernmental Purchasing Alliance Company, a Delaware
corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners, Public Sector"), and
("Supplier").
RECITALS
WHEREAS, the (the "Principal Procurement Agency") has entered
into a Master Agreement effective , Agreement No , by and between
the Principal Procurement Agency and Supplier, (as may be amended from time to time in
accordance with the terms thereof, the "Master Agreement"), as attached hereto as Exhibit A and
incorporated herein by reference as though fully set forth herein, for the purchase of
(the "Product");
WHEREAS, said Master Agreement provides that any or all public agencies, including
state and local governmental entities, public and private primary, secondary and higher education
entities, non-profit entities, and agencies for the public benefit (collectively, "Public Agencies"),
Requirements for National Cooperative Contract
Page 12 of 57
that register (either via registration on the OMNIA Partners, Public Sector website or execution of a
Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each,
hereinafter referred to as a "Participating Public Agency") may purchase Product at prices stated in
the Master Agreement;
WHEREAS, Participating Public Agencies may access the Master Agreement which is
offered through OMNIA Partners, Public Sector to Public Agencies;
WHEREAS, OMNIA Partners, Public Sector serves as the contract administrator of the
Master Agreement on behalf of Principal Procurement Agency;
WHEREAS, Principal Procurement Agency desires OMNIA Partners, Public Sector to
proceed with administration of the Master Agreement; and
WHEREAS, OMNIA Partners, Public Sector and Supplier desire to enter into this
Agreement to make available the Master Agreement to Participating Public Agencies and to set
forth certain terms and conditions governing the relationship between OMNIA Partners, Public
Sector and Supplier.
NOW, THEREFORE, in consideration of the payments to be made hereunder and the
mutual covenants contained in this Agreement, OMNIA Partners, Public Sector and Supplier hereby
agree as follows:
DEFINITIONS
1. Capitalized terms used in this Agreement and not otherwise defined herein shall have
the meanings given to them in the Master Agreement.
TERMS AND CONDITIONS
2. The Master Agreement and the terms and conditions contained therein shall apply to
this Agreement except as expressly changed or modified by this Agreement. Supplier
acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation
and Supplier's response thereto resulting in the Master Agreement are incorporated herein and are
an integral part hereof.
3. OMNIA Partners, Public Sector shall be afforded all of the rights, privileges and
indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master
Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal
effect to OMNIA Partners, Public Sector, its agents, employees, directors, and representatives under
this Agreement including, but not limited to, Supplier's obligation to obtain appropriate insurance.
4. OMNIA Partners, Public Sector shall perform all of its duties, responsibilities and
obligations as contract administrator of the Master Agreement on behalf of Principal Procurement
Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties,
responsibilities and obligations will be undertaken by OMNIA Partners, Public Sector solely in its
capacity as the contract administrator under the Master Agreement.
Requirements for National Cooperative Contract
Page 13 of 57
5. With respect to any purchases by Principal Procurement Agency or any Participating
Public Agency pursuant to the Master Agreement, OMNIA Partners, Public Sector shall not be: (i)
construed as a dealer, re -marketer, representative, partner or agent of any type of the Supplier,
Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or
responsible for any order for Product made by Principal Procurement Agency or any Participating
Public Agency or any employee thereof under the Master Agreement or for any payment required to
be made with respect to such order for Product; and (iii) obligated, liable or responsible for any
failure by Principal Procurement Agency or any Participating Public Agency to comply with
procedures or requirements of applicable law or the Master Agreement or to obtain the due
authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners,
Public Sector makes no representation or guaranty with respect to any minimum purchases by
Principal Procurement Agency or any Participating Public Agency or any employee thereof under
this Agreement or the Master Agreement.
6. OMNIA Partners, Public Sector shall not be responsible for Supplier's performance
under the Master Agreement, and Supplier shall hold OMNIA Partners, Public Sector harmless
from any liability that may arise from the acts or omissions of Supplier in connection with the
Master Agreement.
7. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA
PARTNERS, PUBLIC SECTOR EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED
REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS, PUBLIC
SECTOR'S PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER
AGREEMENT. OMNIA PARTNERS, PUBLIC SECTOR SHALL NOT BE LIABLE IN ANY
WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY,
PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS, PUBLIC SECTOR IS
ADVISED OF THE POSSIBILITY OF SUCH DAMAGES.
TERM OF AGREEMENT; TERMINATION
8. This Agreement shall be in effect so long as the Master Agreement remains in effect,
provided, however, that the provisions of Sections 3 — 8 and 12 — 23, hereof and the
indemnifications afforded by the Supplier to OMNIA Partners, Public Sector in the Master
Agreement, to the extent such provisions survive any expiration or termination of the Master
Agreement, shall survive the expiration or termination of this Agreement.
9. Supplier's failure to maintain its covenants and commitments contained in this
Agreement or any action of the Supplier which gives rise to a right by Principal Procurement
Agency to terminate the Master Agreement shall constitute a material breach of this Agreement. If
such breach is not cured within thirty (30) days of written notice to Supplier, in addition to any and
all remedies available at law or equity, OMNIA Partners, Public Sector shall have the right to
terminate this Agreement, at OMNIA Partners, Public Sector's sole discretion. Notwithstanding
anything contained herein to the contrary, this Agreement shall terminate on the date of the
termination or expiration of the Master Agreement.
NATIONAL PROMOTION
10. OMNIA Partners, Public Sector and Supplier shall publicize and promote the
availability of the Master Agreement's products and services to Public Agencies and such agencies'
Requirements for National Cooperative Contract
Page 14 of 57
employees. Supplier shall require each Public Agency to register its participation in the OMNIA
Partners, Public Sector program by either registering on the OMNIA Partners, Public Sector website
(www.omniapartners.com/publicsector), or executing a Master Intergovernmental Cooperative
Purchasing Agreement prior to processing the Participating Public Agency's first sales order. Upon
request, Supplier shall make available to interested Public Agencies a copy of the Master
Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate
potential purchases.
11. Supplier shall provide such marketing and administrative support as set forth in the
solicitation resulting in the Master Agreement, including assisting in development of marketing
materials as reasonably requested by Principal Procurement Agency and OMNIA Partners, Public
Sector. Supplier shall be responsible for obtaining permission or license of use and payment of any
license fees for all content and images Supplier provides to OMNIA Partners, Public Sector or posts
on the OMNIA Partners, Public Sector website. Supplier shall indemnify, defend and hold harmless
OMNIA Partners, Public Sector for use of all such content and images including copyright
infringement claims. Supplier and OMNIA Partners, Public Sector each hereby grant to the other
party a limited, revocable, non -transferable, non-sublicensable right to use such party's logo (each,
the "Logo") solely for use in marketing the Master Agreement. Each party shall provide the other
party with the standard terms of use of such parry's Logo, and such party shall comply with such
terms in all material respects. Both parties shall obtain approval from the other party prior to use of
such party's Logo. Notwithstanding the foregoing, the parties understand and agree that except as
provided herein neither party shall have any right, title or interest in the other party's Logo. Upon
termination of this Agreement, each party shall immediately cease use of the other parry's Logo.
ADMINISTRATIVE FEE, REPORTING & PAYMENT
12. An "Administrative Fee" shall be defined and due to OMNIA Partners, Public
Sector from Supplier in the amount of percent (%) ("Administrative Fee Percentage")
multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates
and discounts, for the sale of products and/or services to Principal Procurement Agency and
Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and
including any renewal thereof) ("Contract Sales"). From time to time the parties may mutually
agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating
Public Agency's Contract Sales.
13. Supplier shall provide OMNIA Partners, Public Sector with an electronic accounting
report monthly, in the format prescribed by OMNIA Partners, Public Sector, summarizing all
Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit
C ("Contract Sales Report"), attached hereto and incorporated herein by reference. Contract Sales
Reports for each calendar month shall be provided by Supplier to OMNIA Partners, Public Sector
by the 101h day of the following month. Failure to provide a Contract Sales Report within the time
and manner specified herein shall constitute a material breach of 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 Principal Procurement Agency's sole discretion, and/or this Agreement, at
OMNIA Partners, Public Sector's sole discretion.
14. Administrative Fee payments are to be paid by Supplier to OMNIA Partners, Public
Sector at the frequency and on the due date stated in Section 13, above, for Supplier's submission of
corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated
Requirements for National Cooperative Contract
Page 15 of 57
Clearing House (ACH) to the OMNIA Partners, Public Sector designated financial institution
identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and
manner specified herein shall constitute a material breach of 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 Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA
Partners, Public Sector's sole discretion. All Administrative Fees not paid when due shall bear
interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum
rate permitted by law until paid in full.
15. Supplier shall maintain an accounting of all purchases made by Participating Public
Agencies under the Master Agreement. OMNIA Partners, Public Sector, or its designee, in OMNIA
Partners, Public Sector's sole discretion, reserves the right to compare Participating Public Agency
records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the
date OMNIA Partners, Public Sector receives such report. In addition, OMNIA Partners, Public
Sector may engage a third party to conduct an independent audit of Supplier's monthly reports. In
the event of such an audit, Supplier shall provide all materials reasonably requested relating to such
audit by OMNIA Partners, Public Sector at the location designated by OMNIA Partners, Public
Sector. In the event an underreporting of Contract Sales and a resulting underpayment of
Administrative Fees is revealed, OMNIA Partners, Public Sector will notify the Supplier in writing.
Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to
OMNIA Partners, Public Sector's reasonable satisfaction, including payment of any Administrative
Fees due and owing, together with interest thereon in accordance with Section 13, and
reimbursement of OMNIA Partners, Public Sector's costs and expenses related to such audit.
GENERAL PROVISIONS
16. This Agreement, the Master Agreement and the exhibits referenced herein supersede
any and all other agreements, either oral or in writing, between the parties hereto with respect to the
subject matter hereto and no other agreement, statement, or promise relating to the subject matter of
this Agreement which is not contained or incorporated herein shall be valid or binding. In the event
of any conflict between the provisions of this Agreement and the Master Agreement, as between
OMNIA Partners, Public Sector and Supplier, the provisions of this Agreement shall prevail.
17. If any action at law or in equity is brought to enforce or interpret the provisions of
this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall
be entitled to reasonable attorney's fees and costs in addition to any other relief to which it may be
entitled.
18. This Agreement and OMNIA Partners, Public Sector's rights and obligations
hereunder may be assigned at OMNIA Partners, Public Sector's sole discretion to an affiliate of
OMNIA Partners, Public Sector, any purchaser of any or all or substantially all of the assets of
OMNIA Partners, Public Sector, or the successor entity as a result of a merger, reorganization,
consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier
may not assign its obligations hereunder without the prior written consent of OMNIA Partners,
Public Sector.
19. All written communications given hereunder shall be delivered by first-class mail,
postage prepaid, or overnight delivery on receipt to the addresses as set forth below.
Requirements for National Cooperative Contract
Page 16 of 57
A. OMNIA Partners, Public Sector:
OMNIA Partners, Public Sector
Attn: President
840 Crescent Centre Drive
Suite 600
Franklin, TN 37067
B. Supplier:
20. 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, and this
Agreement will be construed by limiting or invalidating such provision to the minimum extent
necessary to make such provision valid, legal and enforceable.
21. This Agreement may not be amended, changed, modified, or altered without the
prior written consent of the parties hereto, and no provision of this Agreement may be discharged or
waived, except by a writing signed by the parties. A waiver of any particular provision will not be
deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to
apply to any other occasion.
22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA
Partners, Public Sector, the Supplier and any respective successor and assign thereto; subject,
however, to the limitations contained herein.
23. This Agreement will be construed under and governed by the laws of the State of
Delaware, excluding its conflicts of law provisions and any action arising out of or related to this
Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson
County Tennessee.
24. This Agreement may be executed in counterparts, each of which is an original but all
of which, together, shall constitute but one and the same instrument. The exchange of copies of this
Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will
constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of
the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or
similar electronic transmission, will be deemed to be their original signatures for any purpose
whatsoever.
Requirements for National Cooperative Contract
Page 17 of 57
[INSERT SUPPLIER ENTITY NAME]
Signature
Name
Title
Date
NATIONAL
INTERGOVERNMENTAL
PURCHASING ALLIANCE
COMPANY, A DELAWARE
CORPORATION D/B/A OMNIA
PARTNERS, PUBLIC SECTOR
Signature
Sarah Vavra
Name
Sr. Vice President, Public Sector
Contracting
Title
Date
Requirements for National Cooperative Contract
Page 18 of 57
EXHIBIT C
MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT,
EXAMPLE
MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT
This Master Intergovernmental Cooperative Purchasing Agreement (this "Agreement") is entered
into by and between those certain government agencies that execute a Principal Procurement
Agency Certificate ("Princillal Procurement Agencies") with National Intergovernmental
Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector
and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S.
Communities (collectively, "OMNIA Partners, Public Sector") to be appended and made a part
hereof and such other public agencies ("Particillating Public Agencies") who register to
participate in the cooperative purchasing programs administered by OMNIA Partners, Public
Sector and its affiliates and subsidiaries (collectively, the "OMNIA Partners Parties") by either
registering on the OMNIA Partners, Public Sector website(www.omniapartners.com/publicsector
or any successor website), or by executing a copy of this Agreement.
RECITALS
WHEREAS, after a competitive solicitation and selection process by Principal Procurement
Agencies, in compliance with their own policies, procedures, rules and regulations, a number of
suppliers have entered into "Master Agreements" (herein so called) to provide a variety of goods,
products and services ("Products") to the applicable Principal Procurement Agency and the
Participating Public Agencies;
WHEREAS, Master Agreements are made available by Principal Procurement Agencies through
the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products
on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any
applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and
WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to
time offer Participating Public Agencies the opportunity to acquire Products through other group
purchasing agreements.
NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and
of the mutual benefits to result, the parties hereby agree as follows:
1. Each party will facilitate the cooperative procurement of Products.
2. The Participating Public Agencies shall procure Products in accordance with and
subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern
Participating Public Agency's procurement practices. The Participating Public Agencies hereby
acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and
that Principal Procurement Agencies' participation in the program described herein comply with all
applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be
amended from time to time. The Participating Public Agencies further acknowledge and agree that
they are solely responsible for their compliance with all applicable "safe harbor" regulations,
Requirements for National Cooperative Contract
Page 19 of 45
including but not limited to any and all obligations to fully and accurately report discounts and
incentives.
3. The Participating Public Agency represents and warrants that the Participating Public
Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a
hospital or healthcare provider.
4. The cooperative use of Master Agreements shall be in accordance with the terms and
conditions of the Master Agreements, except as modification of those terms and conditions is
otherwise required by applicable federal, state or local law, policies or procedures.
5. The Principal Procurement Agencies will make available, upon reasonable request,
Master Agreement information which may assist in improving the procurement of Products by the
Participating Public Agencies.
6. The Participating Public Agency agrees the OMNIA Partners Parties may provide
access to group purchasing organization ("GPO") agreements directly or indirectly by enrolling the
Participating Public Agency in another GPO's purchasing program provided the purchase of
Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public
Agency's sole discretion.
7. The Participating Public Agencies (each a "Procuring Party") that procure Products
through any Master Agreement or GPO Product supply agreement (each a "GPO Contract") will
make timely payments to the distributor, manufacturer or other vendor (collectively, "SuIlplier") for
Products received in accordance with the terms and conditions of the Master Agreement or GPO
Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered
by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between
Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of
the State of purchase unless otherwise agreed to by the Procuring Party and Supplier.
8. The Procuring Party shall not use this Agreement as a method for obtaining
additional concessions or reduced prices for purchase of similar products or services outside of the
Master Agreement. Master Agreements may be structured with not -to -exceed pricing, in which
cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing
or additional concessions for purchase of Products through a Master Agreement.
9. The Procuring Party shall be responsible for the ordering of Products under this
Agreement. A non -procuring party shall not be liable in any fashion for any violation by a Procuring
Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non -procuring
party harmless from any liability that may arise from the acts or omissions of the Procuring Party.
10. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA
PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED
REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER
AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE
LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL,
EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS
PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE
PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS
Requirements for National Cooperative Contract
Page 20 of 57
PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR
OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT.
11. This Agreement shall remain in effect until termination by either party giving thirty
(30) days' written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive
any such termination.
12. This Agreement shall take effect upon (i) execution of the Principal Procurement
Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the
execution of this Agreement by a Participating Public Agency, as applicable.
Authorized Signature
Name
Title and Agency Name
NATIONAL INTERGOVERNMENTAL
PURCHASING ALLIANCE COMPANY, A
DELAWARE CORPORATION D/B/A
OMNIA PARTNERS, PUBLIC SECTOR
AND/OR COMMUNITIES PROGRAM
MANAGEMENT, LLC, A CALIFORNIA
LIMITED LIABILITY COMPANY D/B/A
U.S. COMMUNITIES
Signature
Sarah E. Vavra
Name
Sr. Vice President, Public Sector Contracting
Title
Date Date
Requirements for National Cooperative Contract
Page 21 of 57
EXHIBIT D
PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE
PRINCIPAL PROCUREMENT AGENCY CERTIFICATE
In its capacity as a Principal Procurement Agency (as defined below) for National
Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners,
Public Sector ("OMNIA Partners, Public Sector"), [NAME OF PPA] agrees to pursue Master
Agreements for Products as specified in the attached Exhibits to this Principal Procurement
Agency Certificate.
I hereby acknowledge, in my capacity as of and on behalf of [NAME OF PPA]
("Principal Procurement Agency"), that I have read and hereby agree to the general terms and
conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement
regulating the use of the Master Agreements and purchase of Products that from time to time are
made available by Principal Procurement Agencies to Participating Public Agencies nationwide
through OMNIA Partners, Public Sector.
I understand that the purchase of one or more Products under the provisions of the Master
Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the
Participating Public Agency.
Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY]
Signature
Name
Title
Date
Requirements for National Cooperative Contract
Page 22 of 45
EXHIBIT E
CONTRACT SALES REPORTING TEMPLATE
OXINIA PARTNIRS, PUBLIC SECTOR EXMBITS
EXMBIT C'- CONT&,kCT SALES REPORTING TEXIPLATE
OMNIA Partners, Public Sector Contract Sales Monthly Report
Supplier Name:
Contract Sales Report Month:
Contract ID:
Supplier Reporting Contact:
Title:
Phone:
Email:
ReportTotals
CUnIL113fiVe Contract Sales
Requirements for National Cooperative Contract
Page 23 of 45
EXHIBIT F
FEDERAL FUNDS CERTIFICATIONS
FEDERAL CERTIFICATIONS
ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT
TO WHOM IT MAY CONCERN:
Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be
completed and returned.
DEFINITIONS
Contract means a legal instrument by which a non —Federal entity purchases property or services needed to carry out the project
or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non —Federal
entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward
Contractor means an entity that receives a contract as defined in Contract.
Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass -through
entity and a non —Federal entity that, consistent with 31 U.S.C. 6302-6305:
(a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal
awarding agency or pass -through entity to the non —Federal entity to carry out a public purpose authorized by a law of
the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass -
through entity's direct benefit or use;
(b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or
pass -through entity and the non —Federal entity in carrying out the activity contemplated by the Federal award.
(c) The term does not include:
(1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or
(2) An agreement that provides only:
(i) Direct United States Government cash assistance to an individual;
(ii) A subsidy;
(iii) A loan;
(iv) A loan guarantee; or
(v) Insurance.
Federal awarding agency means the Federal agency that provides a Federal award directly to a non —Federal entity
Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section:
(a)(1) The Federal financial assistance that a non —Federal entity receives directly from a Federal awarding agency or
indirectly from a pass -through entity, as described in § 200.101 Applicability; or
(2) The cost -reimbursement contract under the Federal Acquisition Regulations that a non —Federal entity
receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in §
200.101 Applicability.
(b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative
agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the
cost -reimbursement contract awarded under the Federal Acquisition Regulations.
(c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a
contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs).
(d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement.
Non —Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization
that carries out a Federal award as a recipient or subrecipient.
Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that:
(a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest;
Requirements for National Cooperative Contract
Page 24 of 45
(b) Is not organized primarily for profit; and
(c) Uses net proceeds to maintain, improve, or expand the operations of the organization
Obligations means, when used in connection with a non —Federal entity's utilization of funds under a Federal award, orders
placed for property and services, contracts and subawards made, and similar transactions during a given period that require
payment by the non —Federal entity during the same or a future period.
Pass -through entity means a non —Federal entity that provides a subaward to a subrecipient to carry out part of a Federal
program.
Recipient means a non —Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an
activity under a Federal program. The term recipient does not include subrecipients.
Simplified acquisition threshold means the dollar amount below which a non —Federal entity may purchase property or services
using small purchase methods. Non —Federal entities adopt small purchase procedures in order to expedite the purchase of items
costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition
Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the
simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67
Micro -purchase.)
Subaward means an award provided by a pass -through entity to a subrecipient for the subrecipient to carry out part of a Federal
award received by the pass -through entity. It does not include payments to a contractor or payments to an individual that is a
beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that
the pass -through entity considers a contract.
Subrecipient means a non —Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal
program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other
Federal awards directly from a Federal awarding agency.
Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of
performance.
The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any
purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases,
awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of
Appendix II to Part 200, as applicable.
APPENDIX II TO 2 CFR PART 200
(A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted
amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council
(Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances
where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.
Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all
rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by
either party.
Does offeror agree? YES Initials of Authorized Representative of offeror
(B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be
effected and the basis for settlement. (All contracts in excess of $10,000)
Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the
right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a
breach or default of the agreement by Offeror as detailed in the terms of the contract.
Does offeror agree? YES Initials of Authorized Representative of offeror
(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the
definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause
Requirements for National Cooperative Contract
Page 25 of 57
provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR
12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order
11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."
Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction
contract, the equal opportunity clause is incorporated by reference herein.
Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror
(D) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime
construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance
with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations
(29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at
a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In
addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a
copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to
award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -
Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also
include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by
Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or
subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or
repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal
entity must report all suspected or reported violations to the Federal awarding agency.
Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all
contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis -Bacon Act provisions.
Does offeror agree? YES
Initials of Authorized Representative of offeror
(E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by
the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a
provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR
Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible
provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all
hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions
which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or
materials or articles ordinarily available on the open market, or contracts for transportation or transmission of
intelligence.
Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in
compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all
contracts by Participating Agency resulting from this procurement process.
Does offeror agree? YES Initials of Authorized Representative of offeror
(F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding
agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small
business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the
requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms
Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the
awarding agency.
Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply
with all applicable requirements as referenced in Federal Rule (F) above.
Requirements for National Cooperative Contract
Page 26 of 57
Does offeror agree? YES Initials of Authorized Representative of offeror
(G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as
amended —Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -
Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air
Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations
must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency
(EPA)
Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees
to comply with all applicable requirements as referenced in Federal Rule (G) above.
Does offeror agree? YES Initials of Authorized Representative of offeror
(H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be
made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance
with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that
implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235),
"Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise
excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive
Order 12549.
Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither
it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency, the offeror will notify the Participating Agency.
Does offeror agree? YES Initials of Authorized Representative of offeror
(1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000
must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of
any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must
also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such
disclosures are forwarded from tier to tier up to the non -Federal award.
Pursuant to Federal Rule (1) above, when federal funds are expended by Participating Agency, the offeror certifies that during
the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process,
the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. 1352).
The undersigned further certifies that:
(1) No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an
employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the
making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of a Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or
an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for all covered sub -
awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly.
Does offeror agree? YES Initials of Authorized Representative of offeror
RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS
When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror
Requirements for National Cooperative Contract
Page 27 of 57
certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that
offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit
final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed.
Does offeror agree? YES
Initials of Authorized Representative of offeror
CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT
When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it
will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy
conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18).
Does offeror agree? YES
Initials of Authorized Representative of offeror
CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS
To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit
Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to
provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request.
Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and
open competition.
Does offeror agree? YES
Initials of Authorized Representative of offeror
CERTIFICATION OF ACCESS TO RECORDS — 2 C.F.R. § 200.336
Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any
documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the
purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to
offeror's personnel for the purpose of interview and discussion relating to such documents.
Does offeror agree? YES
Initials of Authorized Representative of offeror
CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS
Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions.
Does offeror agree? YES
Initials of Authorized Representative of offeror
Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is
further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically
noted above.
Offeror's Name:
Address, City, State, and Zip Code:
Phone Number:
Printed Name and Title of Authorized Representative:
Email Address:
Signature of Authorized Representative:
Fax Number:
Requirements for National Cooperative Contract
Page 28 of 57
EXHIBIT G
NEW JERSEY BUSINESS COMPLIANCE
NEW JERSEY BUSINESS COMPLIANCE
Suppliers intending to do business in the State of New Jersey must comply with policies and
procedures required under New Jersey statues. All offerors submitting proposals must complete the
following forms specific to the State of New Jersey. Completed forms should be submitted with the
offeror's response to the RFP. Failure to complete the New Jersey packet will impact OMNIA
Partners, Public Sector's ability to promote the Master Agreement in the State of New Jersey.
DOC 41 Ownership Disclosure Form
DOC 42 Non -Collusion Affidavit
DOC 43 Affirmative Action Affidavit
DOC 44 Political Contribution Disclosure Form
DOC 45 Stockholder Disclosure Certification
DOC 46 Certification of Non -Involvement in Prohibited Activities in Iran
DOC 47 New Jersey Business Registration Certificate
New Jersey suppliers are required to comply with the following New Jersey statutes when
applicable:
• all anti -discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A.
10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38;
• Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the
Act;
• Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and
• Bid and Performance Security, as required by the applicable municipal or state statutes.
Requirements for National Cooperative Contract
Page 29 of 57
DOC 41
OWNERSHIP DISCLOSURE FORM
(N.J.S. 52:25-24.2)
Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts
Law), the offeror shall complete the form attached to these specifications listing the persons owning 10
percent (10%) or more of the firm presenting the proposal.
Company Name:
Street:
City, State, Zip Code:
Complete as appropriate:
I , certify that I am the sole owner of
that there are no partners and the business is not
incorporated, and the provisions ofN.J.S. 52:25-24.2 do not apply.
OR:
I , a partner in , do hereby
certify that the following is a list of all individual partners who own a 10% or greater interest therein. I
further certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set
forth the names and addresses of the stockholders holding 10% or more of that corporation's stock or the
individual partners owning 10% or greater interest in that partnership.
OR:
I an authorized representative of
a corporation, do hereby certify that the following is a list of the names and
addresses of all stockholders in the corporation who own 10% or more of its stock of any class. I further
certify that if one (1) or more of such stockholders is itself a corporation or partnership, that there is also set
forth the names and addresses of the stockholders holding 10% or more of the corporation's stock or the
individual partners owning a 10% or greater interest in that partnership.
ote: If there are no partners or stockholders owninLy 10% or more interest. indicate non
Name Address Interest
I further certify that the statements and information contained herein, are complete and correct to the best of
my knowledge and belief.
Date Authorized Signature and Title
Requirements for National Cooperative Contract
Page 30 of 57
DOC 42
Company Name:
Street:
City, State, Zip Code:
State of
County of
I,
Name
NON -COLLUSION AFFIDAVIT
of the
City
in the County of , State of
offull age, being duly sworn according to law on my oath depose and say that:
I am the
Title
of the firm of
Company Name
the Offeror making the Proposal for the goods, services or public work specified under the attached
proposal, and that I executed the said proposal with full authority to do so; that said Offeror has
not directly or indirectly entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint offree, competitive bidding in connection with the above proposal, and
that all statements contained in said proposal and in this affidavit are true and correct, and made
with full knowledge that relies upon the truth of the statements contained in said proposal and in the
statements contained in this affidavit in awarding the contract for the said goods, services or public
work.
I further warrant that no person or selling agency has been employed or retained to solicit or
secure such contract upon an agreement or understanding for a commission, percentage, brokerage
or contingent fee, except bona fide employees or bona fide established commercial or selling
agencies maintained by
Company Name
Subscribed and sworn before me
this day of 20
Notary Public of
My commission expires
Authorized Signature & Title
RE
Requirements for National Cooperative Contract
Page 31 of 45
SEAL
DOC #3
AFFIRMATIVE ACTION AFFIDAVIT
(P.L. 1975, C127)
Company Name:
Street:
City, State, Zip Code:
Proposal Certification:
Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's
proposal will be accepted even if company is not in compliance at this time. No contract and/or
purchase order may be issued, however, until all Affirmative Action requirements are met.
Required Affirmative Action Evidence:
Procurement, Professional & Service Contracts (Exhibit A)
Vendors must submit with proposal:
1. A photo copy of their Federal Letter of Affirmative Action Plan Approval
2. A photo copy of their Certificate of Employee Information Report
OR
3. A complete Affirmative Action Employee Information Report (AA302)
Public Work — Over $50,000 Total Proiect Cost:
A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form
AA201-A upon receipt from the
B. Approved Federal or New Jersey Plan — certificate enclosed
I further certify that the statements and information contained herein, are complete and correct to
the best ofmy knowledge and belief.
Date Authorized Signature and Title
Requirements for National Cooperative Contract
Page 32 of 57
DOC 43, continued
P.L. 1995, c. 127 (N.J.A.C. 17:27)
MANDATORY AFFIRMATIVE ACTION LANGUAGE
PROCUREMENT, PROFESSIONAL AND SERVICE
CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for
employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual
orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and
that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following:
employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post
in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public
Agency Compliance Officer setting forth provisions of this non-discrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or
on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard
to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation.
The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which
it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's commitments under this act
and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act.
The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent
with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to
P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2
promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including
employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis
of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will
discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel
testing conforms with the principles of job -related testing, as established by the statutes and court decisions of the state
of New Jersey and as established by applicable Federal law and applicable Federal court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off
to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and
court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions.
The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as
may be requested by the office from time to time in order to carry out the purposes of these regulations, and public
agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a
compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27).
Signature of Procurement Agent
Requirements for National Cooperative Contract
Page 33 of 57
DOC 44
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Public Agency Instructions
This page provides guidance to public agencies entering into contracts with business entities that are required to file
Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What
follows are instructions on the use of form local units can provide to contractors that are required to disclose political
contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is
available in Local Finance Notice 2006-1 (htti)://www.ni.gQv/dci/divisions/dI�s/resources/Iflis 2006.1-itml). Please refer
back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer
operational.
1. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a "fair and open"
process (N.J.S.A. 19:44A-20.7).
2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be
submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract
documents or in an appropriate computer file and be available for public access. The form is worded to accept
this alternate submission. The text should be amended if electronic submission will not be allowed.
3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract.
Resolutions of award should reflect that the disclosure has been received and is on file.
4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public
agencies, including all public agencies that have elected officials in the county of the public agency, state
legislative positions, and various state entities. The Division of Local Government Services recommends that
contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and
political committees of the officials and candidates affected by the disclosure.
a. The Division has prepared model disclosure forms for each county. They can be downloaded from the
"County PCD Forms" link on the Pay -to -Play web site at
http://www.nii.gov/dca/divisions/dlgs/12rograms/lpcl.html4ll2. They will be updated from time -to -time as
necessary.
b. A public agency using these forms should edit them to properly reflect the correct legislative district(s).
As the forms are county -based, they list all legislative districts in each county. Districts that do not
represent the public agency should be removed from the lists.
c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the
county. These submissions are appropriate and should be accepted.
d. The form may be used "as -is", subject to edits as described herein.
e. The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the
Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are
printed on the back of the form; where that is not the case, the text should be edited accordingly.
f. The form is a Word document and can be edited to meet local needs, and posted for download on web sites,
used as an e-mail attachment, or provided as a printed document.
It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the
local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees
listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance
Notice 2006-7 for additional information on this obligation at
http://www.ni.gov/dca/divisions/dlgs/resources/Ifns 2006.1-itml). A sample Certification form is part of this
package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not
applicable to Boards of Education.
Requirements for National Cooperative Contract
Page 34 of 57
DOC 44, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Contractor Instructions
Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and
open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A.
19:44A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose
contributions to:
• any State, county, or municipal committee of a political party
• any legislative leadership committee*
• any continuing political committee (a.k.a., political action committee)
• any candidate committee of a candidate for, or holder of, an elective office:
0 of the public entity awarding the contract
0 of that county in which that public entity is located
0 of another public entity within that county
0 or of a legislative district in which that public entity is located or, when the public entity is a county,
of any legislative district which includes all or part of the county
The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were
made during the 12 months prior to award of the contract. See N.J. S.A. 19:44A-8 and 19:44A-16 for more details on
reportable contributions.
N.J. S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a
natural person. This includes the following:
• individuals with an "interest" ownership or control of more than 10% of the profits or assets of a business
entity or 10% of the stock in the case of a business entity that is a corporation for profit
• all principals, partners, officers, or directors of the business entity or their spouses
• any subsidiaries directly or indirectly controlled by the business entity
• IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity
and filing as continuing political committees, (PACs).
When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall
be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on
the disclosure.
Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an
amount to be determined by the Commission which may be based upon the amount that the business entity failed to
report.
The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected
official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's
responsibility to identify the specific committees to which contributions may have been made and need to be disclosed.
The disclosed information may exceed the minimum requirement.
The enclosed form, a content -consistent facsimile, or an electronic data file containing the required details (along with a
signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public
Records Act.
The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in
meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts.
N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be
established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General
Requirements for National Cooperative Contract
Page 35 of 57
Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for
the purpose of receiving contributions and making expenditures."
Requirements for National Cooperative Contract
Page 36 of 57
DOC 44, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Required Pursuant to N.J.S.A. 19:44A-20.26
This form or its permitted facsimile must be submitted to the local unit
no later than 10 days prior to the award of the contract.
Part I - Vendor Information
Vendor Name:
Address:
City: State: Zip:
The undersigned being authorized to certify, hereby certifies that the submission provided herein represents
compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions
accompanying this form.
Signature Printed Name Title
Part II - Contribution Disclosure
Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable
political contributions (more than $300 per election cycle) over the 12 months prior to submission to
the committees of the government entities listed on the form provided by the local unit.
❑ Check here if disclosure is provided in electronic form
Contributor Name
Recipient Name
Date
Dollar Amount
❑ Check here if the information is continued on subsequent page(s)
Requirements for National Cooperative Contract
Page 37 of 57
DOC 44, continued
List of Agencies with Elected Officials Required for Political Contribution Disclosure
N. J. S. A. 19 :44A-2 0.2 6
County Name:
State: Governor, and Legislative Leadership Committees
Legislative District 4s:
State Senator and two members of the General Assembly per district.
County:
Freeholders County Clerk Sheriff
{County Executive} Surrogate
Municipalities (Mayor and members of governing body, regardless of title):
USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD
FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A
COUNTY -BASED, CUSTOMIZABLE FORM.
Requirements for National Cooperative Contract
Page 38 of 57
DOC #5
STOCKHOLDER DISCLOSURE CERTIFICATION
Name of Business:
0 I certify that the list below contains the names and home addresses of all stockholders
holding 10% or more of the issued and outstanding stock of the undersigned.
OR
0 I certify that no one stockholder owns 10% or more of the issued and outstanding stock of
the undersigned.
Check the box that represents the type of business organization:
0 Partnership 0 Corporation 0 Sole Proprietorship
0 Limited Partnership 0 Limited Liability Corporation 0 Limited Liability Partnership
0 Subchapter S Corporation
Sign and notarize the form below, and, if necessary, complete the stockholder list below.
Stockholders:
Name:
Name:
Home Address:
Home Address:
Name:
Name:
Home Address:
Home Address:
Name:
Name:
Home Address:
Home Address:
Subscribed and sworn before me this day of
2
(Notary Public)
My Commission expires:
(Affrant)
(Print name & title of affrant)
Requirements for National Cooperative Contract
Page 39 of 57
DOC 46
Certification of Non -Involvement in Prohibited Activities in Iran
Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents,
subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 — 56(e) (3)), is listed on the Department
of the Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran
and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 — 56(f).
Offerors wishing to do business in New Jersey through this contract must fill out the Certification of
Non -Involvement in Prohibited Activities in Iran here:
hqp://www. state. nj.us/humanservi ces/dfd/info/standard/fdc/di sclosure _investmentact.pdf.
Offerors should submit the above form completed with their proposal.
Requirements for National Cooperative Contract
Page 40 of 57
DOC 47
NEW JERSEY BUSINESS REGISTRATION CERTIFICATE
(N.J.S.A. 52:32-44)
Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued
Business Registration Certificate with their proposal here. Failure to do so will disqualify the
Offeror from offering products or services in New Jersey through any resulting contract.
hqp://www.state.nj.us/treasury/revenue/forms/njreg.pdf
Requirements for National Cooperative Contract
Page 41 of 57
EXHIBIT H
ADVERTISING COMPLIANCE REQUIREMENT
Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following
public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners, Public
Sector and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the
foregoing request for proposals for purposes of complying with the procedural requirements of said statutes:
Nationwide:
State of Alabama
State of Hawaii
State of Massachusetts
State of New Mexico
State of South
Dakota
State of Alaska
State of Idaho
State of Michigan
State of New York
State of Tennessee
State of Arizona
State of Illinois
State of Minnesota
State of North Carolina
State of Texas
State of Arkansas
State of Indiana
State of Mississippi
State of North Dakota
State of Utah
State of California
State of Iowa
State of Missouri
State of Ohio
State of Vermont
State of Colorado
State of Kansas
State of Montana
State of Oklahoma
State of Virginia
State of Connecticut
State of Kentucky
State of Nebraska
State of Oregon
State of Washington
State of Delaware
State of Louisiana
State of Nevada
State of Pennsylvania
State of West
Virginia
State of Florida
State of Maine
State of New Hampshire
State of Rhode Island
State of Wisconsin
State of Georgia
State of Maryland
State of New Jersey
State of South Carolina
State of Wyoming
District of Columbia
Lists of political subdivisions and local governments in the above referenced states / districts may be found at
http://www.Lisa.gov/Agencies/State and Territories.shtml and https://www.Lisa.gov/local-governments.
Certain Public Agencies and Political Subdivisions
CITIES, TOWNS, VILLAGES AND BOROUGHS
CITY OF KENNER, LA
INCLUDING BUT NOT LIMITED TO:
CITY OF LA GRANDE, OR
BAKER CITY GOLF COURSE, OR
CITY OF LAFAYETTE, LA
CITY OF ADAIR VILLAGE, OR
CITY OF LAKE CHARLES, OR
CITY OF ASHLAND, OR
CITY OF LEBANON, OR
CITY OF AUMSVILLE, OR
CITY OF MCMINNVILLE, OR
CITY OF AURORA, OR
CITY OF MEDFORD, OR
CITY OF BAKER, OR
CITY OF METAIRIE, LA
CITY OF BATON ROUGE, LA
CITY OF MILL CITY, OR
CITY OF BEAVERTON, OR
CITY OF MILWAUKIE, OR
CITY OF BEND, OR
CITY OF MONROE, LA
CITY OF BOARDMAN, OR
CITY OF MOSIER, OR
CITY OF BONANAZA, OR
CITY OF NEW ORLEANS, LA
CITY OF BOSSIER CITY, LA
CITY OF NORTH PLAINS, OR
CITY OF BROOKINGS, OR
CITY OF OREGON CITY, OR
CITY OF BURNS, OR
CITY OF PILOT ROCK, OR
CITY OF CANBY, OR
CITY OF PORTLAND, OR
CITY OF CANYONVILLE, OR
CITY OF POWERS, OR
CITY OF CLATSKANIE, OR
CITY OF PRINEVILLE, OR
CITY OF COBURG, OR
CITY OF REDMOND, OR
CITY OF CONDON, OR
CITY OF REEDSPORT, OR
CITY OF COQUILLE, OR
CITY OF RIDDLE, OR
CITY OF CORVALLI, OR
CITY OF ROGUE RIVER, OR
CITY OF CORVALLIS PARKS AND RECREATION
CITY OF ROSEBURG, OR
DEPARTMENT, OR
CITY OF SALEM, OR
CITY OF COTTAGE GROVE, OR
CITY OF SANDY, OR
CITY OF DONALD, OR
CITY OF SCAPPOOSE, OR
CITY OF EUGENE, OR
CITY OF SHADY COVE, OR
CITY OF FOREST GROVE, OR
CITY OF SHERWOOD, OR
CITY OF GOLD HILL, OR
CITY OF SHREVEPORT, LA
CITY OF GRANTS PASS, OR
CITY OF SILVERTON, OR
CITY OF GRESHAM, OR
CITY OF SPRINGFIELD, OR
CITY OF HILLSBORO, OR
CITY OF ST. HELENS, OR
CITY OF INDEPENDENCE, OR
CITY OF ST. PAUL, OR
CITY AND COUNTY OF HONOLULU, HI
CITY OF SULPHUR, LA
Requirements for
National Cooperative Contract
Page 42 of 45
CITY OF TIGARD, OR
ENOCH, UT
CITY OF TROUTDALE, OR
ENTERPRISE, UT
CITY OF TUALATIN, OR
EPHRAIM, UT
CITY OF WALKER, LA
ESCALANTE, UT
CITY OF WARRENTON, OR
EUREKA, UT
CITY OF WEST LINN, OR
FAIRFIELD, UT
CITY OF WILSONVILLE, OR
FAIRVIEW, UT
CITY OF WINSTON, OR
FARMINGTON, UT
CITY OF WOODBURN, OR
FARR WEST, UT
LEAGUE OF OREGON CITES
FAYETTE, UT
THE CITY OF HAPPY VALLEY OREGON
FERRON, UT
ALPINE, UT
FIELDING, UT
ALTA, UT
FILLMORE, UT
ALTAMONT, UT
FOUNTAIN GREEN, UT
ALTON, UT
FRANCIS, UT
AMALGA, UT
FRUIT HEIGHTS, UT
AMERICAN FORK CITY, UT
GARDEN CITY, UT
ANNABELLA,UT
GARLAND,UT
ANTIMONY, UT
GENOLA, UT
APPLE VALLEY, UT
GLENDALE, UT
AURORA, UT
GLENWOOD, UT
BALLARD,UT
GOSHEN,UT
BEAR RIVER CITY, UT
GRANTSVILLE, UT
BEAVER, UT
GREEN RIVER, UT
BICKNELL, UT
GUNNISON, UT
BIG WATER, UT
HANKSVILLE, UT
BLANDING, UT
HARRISVILLE, UT
BLUFFDALE, UT
HATCH, UT
BOULDER, UT
HEBER CITY CORPORATION, UT
CITY OF BOUNTIFUL, UT
HELPER, UT
BRIAN HEAD, UT
HENEFER, UT
BRIGHAM CITY CORPORATION, UT
HENRIEVILLE, UT
BRYCE CANYON CITY, UT
HERRIMAN, UT
CANNONVILLE, UT
HIDEOUT, UT
CASTLE DALE, UT
HIGHLAND, UT
CASTLE VALLEY, UT
HILDALE, UT
CITY OF CEDAR CITY, UT
HINCKLEY, UT
CEDAR FORT, UT
HOLDEN, UT
CITY OF CEDAR HILLS, UT
HOLLADAY, UT
CENTERFIELD, UT
HONEYVILLE, UT
CENTERVILLE CITY CORPORATION, UT
HOOPER, UT
CENTRAL VALLEY, UT
HOWELL, UT
CHARLESTON, UT
HUNTINGTON, UT
CIRCLEVILLE, UT
HUNTSVILLE, UT
CLARKSTON, UT
CITY OF HURRICANE, UT
CLAWSON, UT
HYDE PARK, UT
CLEARFIELD, UT
HYRUM, UT
CLEVELAND,UT
INDEPENDENCE,UT
CLINTON CITY CORPORATION, UT
IVINS, UT
COALVILLE, UT
JOSEPH, UT
CORINNE, UT
JUNCTION, UT
CORNISH, UT
KAMAS, UT
COTTONWOOD HEIGHTS, UT
KANAB, UT
DANIEL, UT
KANARRAVILLE, UT
DELTA, UT
KANOSH, UT
DEWEYVILLE, UT
KAYSVILLE, UT
DRAPER CITY, UT
KINGSTON, UT
DUCHESNE, UT
KOOSHAREM, UT
EAGLE MOUNTAIN, UT
LAKETOWN, UT
EAST CARBON, UT
LA VERKIN, UT
ELK RIDGE, UT
LAYTON, UT
ELMO, UT
LEAMINGTON, UT
ELSINORE, UT
LEEDS, UT
ELWOOD, UT
LEHI CITY CORPORATION, UT
EMERY, UT
LEVAN, UT
Requirements for National Cooperative Contract
Page 43 of 57
LEWISTON, UT
RIVERTON CITY, UT
LINDON, UT
ROCKVILLE, UT
LOA, UT
ROCKY RIDGE, UT
LOGAN CITY, UT
ROOSEVELT CITY CORPORATION, UT
LYMAN, UT
ROY, UT
LYNNDYL, UT
RUSH VALLEY, UT
MANILA, UT
CITY OF ST. GEORGE, UT
MANTI, UT
SALEM, UT
MANTUA, UT
SALINA, UT
MAPLETON, UT
SALT LAKE CITY CORPORATION, UT
MARRIOTT-SLATERVILLE, UT
SANDY, UT
MARYSVALE, UT
SANTA CLARA, UT
MAYFIELD, UT
SANTAQUIN, UT
MEADOW, UT
SARATOGA SPRINGS, UT
MENDON, UT
SCIPIO, UT
MIDVALE CITY INC., UT
SCOFIELD, UT
MIDWAY, UT
SIGURD, UT
MILFORD, UT
SMITHFIELD, UT
MILLVILLE, UT
SNOWVILLE, UT
MINERSVILLE, UT
CITY OF SOUTH JORDAN, UT
MOAB,UT
SOUTH OGDEN, UT
MONA, UT
CITY OF SOUTH SALT LAKE, UT
MONROE,UT
SOUTH WEBER,UT
CITY OF MONTICELLO, UT
SPANISH FORK, UT
MORGAN, UT
SPRING CITY, UT
MORONI, UT
SPRINGDALE, UT
MOUNT PLEASANT, UT
SPRINGVILLE, UT
MURRAY CITY CORPORATION, UT
STERLING, UT
MYTON, UT
STOCKTON, UT
NAPLES, UT
SUNNYSIDE, UT
NEPHI, UT
SUNSET CITY CORP, UT
NEW HARMONY, UT
SYRACUSE, UT
NEWTON, UT
TABIONA, UT
NIBLEY, UT
CITY OF TAYLORSVILLE, UT
NORTH LOGAN, UT
TOOELE CITY CORPORATION, UT
NORTH OGDEN, UT
TOQUERVILLE, UT
NORTH SALT LAKE CITY, UT
TORREY, UT
OAK CITY, UT
TREMONTON CITY, UT
OAKLEY, UT
TRENTON, UT
OGDEN CITY CORPORATION, UT
TROPIC, UT
OPHIR, UT
UINTAH, UT
ORANGEVILLE, UT
VERNAL CITY, UT
ORDERVILLE, UT
VERNON, UT
OREM, UT
VINEYARD, UT
PANGUITCH, UT
VIRGIN, UT
PARADISE, UT
WALES, UT
PARAGONAH, UT
WALLSBURG, UT
PARK CITY, UT
WASHINGTON CITY, UT
PAROWAN, UT
WASHINGTON TERRACE, UT
PAYSON, UT
WELLINGTON, UT
PERRY, UT
WELLSVILLE, UT
PLAIN CITY, UT
WENDOVER, UT
PLEASANT GROVE CITY, UT
WEST BOUNTIFUL, UT
PLEASANT VIEW, UT
WEST HAVEN, UT
PLYMOUTH, UT
WEST JORDAN, UT
PORTAGE, UT
WEST POINT, UT
PRICE, UT
WEST VALLEY CITY, UT
PROVIDENCE, UT
WILLARD, UT
PROVO, UT
WOODLAND HILLS, UT
RANDOLPH, UT
WOODRUFF, UT
REDMOND, UT
WOODS CROSS, UT
RICHFIELD, UT
RICHMOND, UT
COUNTIES AND PARISHES INCLUDING BUT NOT
RIVERDALE, UT
LIMITED TO:
RIVER HEIGHTS, UT
ASCENSION PARISH, LA
Requirements for National Cooperative Contract
Page 44 of 57
ASCENSION PARISH, LA, CLEAR OF COURT
CADDO PARISH, LA
CALCASIEU PARISH, LA
CALCASIEU PARISH SHERIFF'S OFFICE, LA
CITY AND COUNTY OF HONOLULU, HI
CLACKAMAS COUNTY, OR
CLACKAMAS COUNTY DEPT OF TRANSPORTATION,
OR
CLATSOP COUNTY, OR
COLUMBIA COUNTY, OR
COOS COUNTY, OR
COOS COUNTY HIGHWAY DEPARTMENT, OR
COUNTY OF HAWAII, OR
CROOK COUNTY, OR
CROOK COUNTY ROAD DEPARTMENT, OR
CURRY COUNTY, OR
DESCHUTES COUNTY, OR
DOUGLAS COUNTY, OR
EAST BATON ROUGE PARISH, LA
GILLIAM COUNTY, OR
GRANT COUNTY, OR
HARNEY COUNTY, OR
HARNEY COUNTY SHERIFFS OFFICE, OR
HAWAII COUNTY, HI
HOOD RIVER COUNTY, OR
JACKSON COUNTY, OR
JEFFERSON COUNTY, OR
JEFFERSON PARISH, LA
JOSEPHINE COUNTY GOVERNMENT, OR
LAFAYETTE CONSOLIDATED GOVERNMENT, LA
LAFAYETTE PARISH, LA
LAFAYETTE PARISH CONVENTION & VISITORS
COMMISSION
LAFOURCHE PARISH, LA
KAUAI COUNTY, HI
KLAMATH COUNTY, OR
LAKE COUNTY, OR
LANE COUNTY, OR
LINCOLN COUNTY, OR
LINN COUNTY, OR
LIVINGSTON PARISH, LA
MALHEUR COUNTY, OR
MAUI COUNTY, HI
MARION COUNTY, SALEM, OR
MORROW COUNTY, OR
MULTNOMAH COUNTY, OR
MULTNOMAH COUNTY BUSINESS AND
COMMUNITY SERVICES, OR
MULTNOMAH COUNTY SHERIFFS OFFICE, OR
MULTNOMAH LAW LIBRARY, OR
ORLEANS PARISH, LA
PLAQUEMINES PARISH, LA
POLK COUNTY, OR
RAPIDES PARISH, LA
SAINT CHARLES PARISH, LA
SAINT CHARLES PARISH PUBLIC SCHOOLS, LA
SAINT LANDRY PARISH, LA
SAINT TAMMANY PARISH, LA
SHERMAN COUNTY, OR
TERREBONNE PARISH, LA
TILLAMOOK COUNTY, OR
TILLAMOOK COUNTY SHERIFF'S OFFICE, OR
TILLAMOOK COUNTY GENERAL HOSPITAL, OR
UMATILLA COUNTY, OR
UNION COUNTY, OR
WALLOWA COUNTY, OR
WASCO COUNTY, OR
WASHINGTON COUNTY, OR
WEST BATON ROUGE PARISH, LA
WHEELER COUNTY, OR
YAMHILL COUNTY, OR
COUNTY OF BOX ELDER, UT
COUNTY OF CACHE, UT
COUNTY OF RICH, UT
COUNTY OF WEBER, UT
COUNTY OF MORGAN, UT
COUNTY OF DAVIS, UT
COUNTY OF SUMMIT, UT
COUNTY OF DAGGETT, UT
COUNTY OF SALT LAKE, UT
COUNTY OF TOOELE, UT
COUNTY OF UTAH, UT
COUNTY OF WASATCH, UT
COUNTY OF DUCHESNE, UT
COUNTY OF UINTAH, UT
COUNTY OF CARBON, UT
COUNTY OF SANPETE, UT
COUNTY OF JUAB, UT
COUNTY OF MILLARD, UT
COUNTY OF SEVIER, UT
COUNTY OF EMERY, UT
COUNTY OF GRAND, UT
COUNTY OF BEVER, UT
COUNTY OF PIUTE, UT
COUNTY OF WAYNE, UT
COUNTY OF SAN JUAN, UT
COUNTY OF GARFIELD, UT
COUNTY OF KANE, UT
COUNTY OF IRON, UT
COUNTY OF WASHINGTON, UT
OTHER AGENCIES INCLUDING ASSOCIATIONS
BOARDS, DISTRICTS, COMMISSIONS, COUNCILS,
PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT
AUTHORITIES, RESERVATIONS AND UTILITIES
INCLUDING BUT NOT LIMITED TO:
ADAIR R.F.P.D., OR
ADEL WATER IMPROVEMENT DISTRICT, OR
ADRIAN R.F.P.D., OR
AGNESS COMMUNITY LIBRARY, OR
AGNESS-ILLAHE R.F.P.D., OR
AGRICULTURE EDUCATION SERVICE EXTENSION
DISTRICT, OR
ALDER CREEK-BARLOW WATER DISTRICT NO. 29,
OR
ALFALFA FIRE DISTRICT, OR
ALSEA R.F.P.D., OR
ALSEA RIVIERA WATER IMPROVEMENT DISTRICT,
OR
AMITY FIRE DISTRICT, OR
ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR
APPLE ROGUE DISTRICT IMPROVEMENT COMPANY,
OR
APPLEGATE VALLEY R.F.P.D. #9, OR
ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT,
OR
ARCH CAPE SANITARY DISTRICT, OR
ARNOLD IRRIGATION DISTRICT, OR
ASH CREEK WATER CONTROL DISTRICT, OR
ATHENA CEMETERY MAINTENANCE DISTRICT, OR
Requirements for National Cooperative Contract
Page 45 of 57
AUMSVILLE R.F.P.D., OR
AURORA R.F.P.D., OR
AZALEA R.F.P.D., OR
BADGER IMPROVEMENT DISTRICT, OR
BAILEY -SPENCER R.F.P.D., OR
BAKER COUNTY LIBRARY DISTRICT, OR
BAKER R.F.P.D., OR
BAKER RIVERTON ROAD DISTRICT, OR
BAKER VALLEY IRRIGATION DISTRICT, OR
BAKER VALLEY S.WCD., OR
BAKER VALLEY VECTOR CONTROL DISTRICT, OR
BANDON CRANBERRY WATER CONTROL DISTRICT,
OR
BANDON R.F.P.D., OR
BANKS FIRE DISTRICT, OR
BANKS FIRE DISTRICT #13, OR
BAR L RANCH ROAD DISTRICT, OR
BARLOW WATER IMPROVEMENT DISTRICT, OR
BASIN AMBULANCE SERVICE DISTRICT, OR
BASIN TRANSIT SERVICE TRANSPORTATION
DISTRICT, OR
BATON ROUGE WATER COMPANY
BAY AREA HEALTH DISTRICT, OR
BAYSHORE SPECIAL ROAD DISTRICT, OR
BEAR VALLEY SPECIAL ROAD DISTRICT, OR
BEAVER CREEK WATER CONTROL DISTRICT, OR
BEAVER DRAINAGE IMPROVEMENT COMPANY,
INC., OR
BEAVER SLOUGH DRAINAGE DISTRICT, OR
BEAVER SPECIAL ROAD DISTRICT, OR
BEAVER WATER DISTRICT, OR
BELLE MER S.I.G.L. TRACTS SPECIAL ROAD
DISTRICT, OR
BEND METRO PARK AND RECREATION DISTRICT
BENTON S.WCD., OR
BERNDT SUBDIVISION WATER IMPROVEMENT
DISTRICT, OR
BEVERLY BEACH WATER DISTRICT, OR
BIENVILLE PARISH FIRE PROTECTION DISTRICT 6,
LA
BIG BEND IRRIGATION DISTRICT, OR
BIGGS SERVICE DISTRICT, OR
BLACK BUTTE RANCH DEPARTMENT OF POLICE
SERVICES, OR
BLACK BUTTE RANCH R.F.P.D., OR
BLACK MOUNTAIN WATER DISTRICT, OR
BLODGETT-SUMMIT R.F.P.D., OR
BLUE MOUNTAIN HOSPITAL DISTRICT, OR
BLUE MOUNTAIN TRANSLATOR DISTRICT, OR
BLUE RIVER PARK & RECREATION DISTRICT, OR
BLUE RIVER WATER DISTRICT, OR
BEY R.F.P.D., OR
BEY VECTOR CONTROL DISTRICT, OR
BEY WATER AND SANITARY DISTRICT, OR
BOARDMAN CEMETERY MAINTENANCE DISTRICT,
OR
BOARDMAN PARK AND RECREATION DISTRICT
BOARDMAN R.F.P.D., OR
BONANZA BIG SPRINGS PARK & RECREATION
DISTRICT, OR
BONANZA MEMORIAL PARK CEMETERY DISTRICT,
OR
BONANZA R.F.P.D., OR
BONANZA-LANGELL VALLEY VECTOR CONTROL
DISTRICT, OR
BORING WATER DISTRICT #24, OR
BOULDER CREEK RETREAT SPECIAL ROAD
DISTRICT, OR
BRIDGE R.F.P.D., OR
BROOKS COMMUNITY SERVICE DISTRICT, OR
BROWNSVILLE R.F.P.D., OR
BELLL-RED PRAIRIE WATER DISTRICT, OR
BUNKER HILL R.F.P.D. #1, OR
BUNKER HILL SANITARY DISTRICT, OR
BURLINGTON WATER DISTRICT, OR
BURNT RIVER IRRIGATION DISTRICT, OR
BURNT RIVER S.WCD., OR
CALAPOOIA R.F.P.D., OR
CAMAS VALLEY R.F.P.D., OR
CAMELLIA PARK SANITARY DISTRICT, OR
CAMMANN ROAD DISTRICT, OR
CAMP SHERMAN ROAD DISTRICT, OR
CANBY AREA TRANSIT, OR
CANBY R.F.P.D. #62, OR
CANBY UTILITY BOARD, OR
CANNON BEACH R.F.P.D., OR
CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR
CAPE FERRELO R.F.P.D., OR
CAPE FOULWEATHER SANITARY DISTRICT, OR
CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR
CARMEL BEACH WATER DISTRICT, OR
CASCADE VIEW ESTATES TRACT 2, OR
CEDAR CREST SPECIAL ROAD DISTRICT, OR
CEDAR TRAILS SPECIAL ROAD DISTRICT, OR
CEDAR VALLEY - NORTH BANK R.F.P.D., OR
CENTRAL CASCADES FIRE AND EMS, OR
CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA
CENTRAL LINCOLN P.U.D., OR
CENTRAL OREGON COAST FIRE & RESCUE
DISTRICT, OR
CENTRAL OREGON INTERGOVERNMENTAL
COUNCIL
CENTRAL OREGON IRRIGATION DISTRICT, OR
CHAPARRAL WATER CONTROL DISTRICT, OR
CHARLESTON FIRE DISTRICT, OR
CHARLESTON SANITARY DISTRICT, OR
CHARLOTTE ANN WATER DISTRICT, OR
CHEHALEM PARK & RECREATION DISTRICT, OR
CHEHALEM PARK AND RECREATION DISTRICT
CHEMULT R.F.P.D., OR
CHENOWITH WATER P.U.D., OR
CHERRIOTS, OR
CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT,
OR
CHILOQUIN VECTOR CONTROL DISTRICT, OR
CHILOQUIN-AGENCY LAKE R.F.P.D., OR
CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR
CHR DISTRICT IMPROVEMENT COMPANY, OR
CHRISTMAS VALLEY DOMESTIC WATER DISTRICT,
OR
CHRISTMAS VALLEY PARK & RECREATION
DISTRICT, OR
CHRISTMAS VALLEY R.F.P.D., OR
CITY OF BOGALUSA SCHOOL BOARD, LA
CLACKAMAS COUNTY FIRE DISTRICT #1, OR
CLACKAMAS COUNTY SERVICE DISTRICT #1, OR
CLACKAMAS COUNTY VECTOR CONTROL
DISTRICT, OR
CLACKAMAS RIVER WATER
CLACKAMAS RIVER WATER, OR
Requirements for National Cooperative Contract
Page 46 of 57
CLACKAMAS S.W.C.D., OR
CLATSKANIE DRAINAGE IMPROVEMENT
COMPANY, OR
CLATSKANIE LIBRARY DISTRICT, OR
CLATSKANIE P.U.D., OR
CLATSKANIE PARK & RECREATION DISTRICT, OR
CLATSKANIE PEOPLE'S UTILITY DISTRICT
CLATSKANIE R.F.P.D., OR
CLATSOP CARE CENTER HEALTH DISTRICT, OR
CLATSOP COUNTY S.W.C.D., OR
CLATSOP DRAINAGE IMPROVEMENT COMPANY #15,
INC., OR
CLEAN WATER SERVICES
CLEAN WATER SERVICES, OR
CLOVERDALE R.F.P.D., OR
CLOVERDALE SANITARY DISTRICT, OR
CLOVERDALE WATER DISTRICT, OR
COALEDO DRAINAGE DISTRICT, OR
COBURG FIRE DISTRICT, OR
COLESTIN RURAL FIRE DISTRICT, OR
COLTON R.F.P.D., OR
COLTON WATER DISTRICT #11, OR
COLUMBIA 911 COMMUNICATIONS DISTRICT, OR
COLUMBIA COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
COLUMBIA DRAINAGE VECTOR CONTROL, OR
COLUMBIA IMPROVEMENT DISTRICT, OR
COLUMBIA R.F.P.D., OR
COLUMBIA RIVER FIRE & RESCUE, OR
COLUMBIA RIVER PUD, OR
COLUMBIA S.W.C.D., OR
COLUMBIA S.W.C.D., OR
CONFEDERATED TRIBES OF THE UMATILLA INDIAN
RESERVATION
COOS COUNTY AIRPORT DISTRICT, OR
COOS COUNTY AIRPORT DISTRICT, OR
COOS COUNTY AREA TRANSIT SERVICE DISTRICT,
OR
COOS COUNTY AREA TRANSIT SERVICE DISTRICT,
OR
COOS FOREST PROTECTIVE ASSOCIATION
COOS S.W.C.D., OR
COQUILLE R.F.P.D., OR
COQUILLE VALLEY HOSPITAL DISTRICT, OR
CORBETT WATER DISTRICT, OR
CORNELIUS R.F.P.D., OR
CORP RANCH ROAD WATER IMPROVEMENT, OR
CORVALLIS R.F.P.D., OR
COUNTRY CLUB ESTATES SPECIAL WATER
DISTRICT, OR
COUNTRY CLUB WATER DISTRICT, OR
COUNTRY ESTATES ROAD DISTRICT, OR
COVE CEMETERY MAINTENANCE DISTRICT, OR
COVE ORCHARD SEWER SERVICE DISTRICT, OR
COVE R.F.P.D., OR
CRESCENT R.F.P.D., OR
CRESCENT SANITARY DISTRICT, OR
CRESCENT WATER SUPPLY AND IMPROVEMENT
DISTRICT, OR
CROOK COUNTY AGRICULTURE EXTENSION
SERVICE DISTRICT, OR
CROOK COUNTY CEMETERY DISTRICT, OR
CROOK COUNTY FIRE AND RESCUE, OR
CROOK COUNTY PARKS & RECREATION DISTRICT,
OR
CROOK COUNTY S.W.C.D., OR
CROOK COUNTY VECTOR CONTROL DISTRICT, OR
CROOKED RIVER RANCH R.F.P.D., OR
CROOKED RIVER RANCH SPECIAL ROAD DISTRICT,
OR
CRYSTAL SPRINGS WATER DISTRICT, OR
CURRY COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
CURRY COUNTY PUBLIC TRANSIT SERVICE
DISTRICT, OR
CURRY COUNTY S.W.C.D., OR
CURRY HEALTH DISTRICT, OR
CURRY PUBLIC LIBRARY DISTRICT, OR
DALLAS CEMETERY DISTRICT #4, OR
DARLEY DRIVE SPECIAL ROAD DISTRICT, OR
DAVID CROCKETT STEAM FIRE COMPANY #1, LA
DAYS CREEK R.F.P.D., OR
DAYTON FIRE DISTRICT, OR
DEAN MINARD WATER DISTRICT, OR
DEE IRRIGATION DISTRICT, OR
DEER ISLAND DRAINAGE IMPROVEMENT
COMPANY, OR
DELL BROGAN CEMETERY MAINTENANCE
DISTRICT, OR
DEPOE BAY R.F.P.D., OR
DESCHUTES COUNTY 911 SERVICE DISTRICT, OR
DESCHUTES COUNTY R.F.P.D. #2, OR
DESCHUTES PUBLIC LIBRARY DISTRICT, OR
DESCHUTES S.W.C.D., OR
DESCHUTES VALLEY WATER DISTRICT, OR
DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR
DEXTER R.F.P.D., OR
DEXTER SANITARY DISTRICT, OR
DORA-SITKUM R.F.P.D., OR
DOUGLAS COUNTY FIRE DISTRICT #2, OR
DOUGLAS S.W.C.D., OR
DRAKES CROSSING R.F.P.D., OR
DRRH SPECIAL ROAD DISTRICT #6, OR
DRY GULCH DITCH DISTRICT IMPROVEMENT
COMPANY, OR
DUFUR RECREATION DISTRICT, OR
DUMBECK LANE DOMESTIC WATER SUPPLY, OR
DUNDEE R.F.P.D., OR
DURKEE COMMUNITY BUILDING PRESERVATION
DISTRICT, OR
EAGLE POINT IRRIGATION DISTRICT, OR
EAGLE VALLEY CEMETERY MAINTENANCE
DISTRICT, OR
EAGLE VALLEY R.F.P.D., OR
EAGLE VALLEY S.W.C.D., OR
EAST FORK IRRIGATION DISTRICT, OR
EAST MULTNOMAH S.W.C.D., OR
EAST SALEM SERVICE DISTRICT, OR
EAST UMATILLA CHEMICAL CONTROL DISTRICT,
OR
EAST UMATILLA COUNTY AMBULANCE AREA
HEALTH DISTRICT, OR
EAST UMATILLA COUNTY R.F.P.D., OR
EAST VALLEY WATER DISTRICT, OR
ELGIN COMMUNITY PARKS & RECREATION
DISTRICT, OR
ELGIN HEALTH DISTRICT, OR
ELGIN R.F.P.D., OR
ELKTON ESTATES PHASE II SPECIAL ROAD
DISTRICT, OR
Requirements for National Cooperative Contract
Page 47 of 57
ELKTON R.F.P.D., OR
EMERALD P.U.D., OR
ENTERPRISE IRRIGATION DISTRICT, OR
ESTACADA CEMETERY MAINTENANCE DISTRICT,
OR
ESTACADA R.F.P.D. #69, OR
EUGENE R.F.P.D. # 1, OR
EUGENE WATER AND ELECTRIC BOARD
EVANS VALLEY FIRE DISTRICT #6, OR
FAIR OAKS R.F.P.D., OR
FAIRVIEW R.F.P.D., OR
FAIRVIEW WATER DISTRICT, OR
FALCON HEIGHTS WATER AND SEWER, OR
FALCON -COVE BEACH WATER DISTRICT, OR
FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR
FARGO INTERCHANGE SERVICE DISTRICT, OR
FARMERS IRRIGATION DISTRICT, OR
FAT ELK DRAINAGE DISTRICT, OR
FERN RIDGE PUBLIC LIBRARY DISTRICT, OR
FERN VALLEY ESTATES IMPROVEMENT DISTRICT,
OR
FOR FAR ROAD DISTRICT, OR
FOREST GROVE R.F.P.D., OR
FOREST VIEW SPECIAL ROAD DISTRICT, OR
FORT ROCK -SILVER LAKE S.W.C.D., OR
FOUR RIVERS VECTOR CONTROL DISTRICT, OR
FOX CEMETERY MAINTENANCE DISTRICT, OR
GARDINER R.F.P.D., OR
GARDINER SANITARY DISTRICT, OR
GARIBALDI R.F.P.D., OR
GASTON R.F.P.D., OR
GATES R.F.P.D., OR
GEARHART R.F.P.D., OR
GILLIAM S.W.C.D., OR
GLENDALE AMBULANCE DISTRICT, OR
GLENDALE R.F.P.D., OR
GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR
GLENEDEN SANITARY DISTRICT, OR
GLENWOOD WATER DISTRICT, OR
GLIDE - IDLEYLD SANITARY DISTRICT, OR
GLIDE R.F.P.D., OR
GOLD BEACH - WEDDERBURN R.F.P.D., OR
GOLD HILL IRRIGATION DISTRICT, OR
GOLDFINCH ROAD DISTRICT, OR
GOSHEN R.F.P.D., OR
GOVERNMENT CAMP ROAD DISTRICT, OR
GOVERNMENT CAMP SANITARY DISTRICT, OR
GRAND PRAIRIE WATER CONTROL DISTRICT, OR
GRAND RONDE SANITARY DISTRICT, OR
GRANT COUNTY TRANSPORTATION DISTRICT, OR
GRANT S.W.C.D., OR
GRANTS PASS IRRIGATION DISTRICT, OR
GREATER BOWEN VALLEY R.F.P.D., OR
GREATER ST. HELENS PARK & RECREATION
DISTRICT, OR
GREATER TOLEDO POOL RECREATION DISTRICT,
OR
GREEN KNOLLS SPECIAL ROAD DISTRICT, OR
GREEN SANITARY DISTRICT, OR
GREENACRES R.F.P.D., OR
GREENBERRY IRRIGATION DISTRICT, OR
GREENSPRINGS RURAL FIRE DISTRICT, OR
HAHLEN ROAD SPECIAL DISTRICT, OR
HAINES CEMETERY MAINTENANCE DISTRICT, OR
HAINES FIRE PROTECTION DISTRICT, OR
HALSEY-SHEDD R.F.P.D., OR
HAMLET R.F.P.D., OR
HARBOR R.F.P.D., OR
HARBOR SANITARY DISTRICT, OR
HARBOR WATER P.U.D., OR
HARNEY COUNTY HEALTH DISTRICT, OR
HARNEY S.W.C.D., OR
HARPER SOUTH SIDE IRRIGATION DISTRICT, OR
HARRISBURG FIRE AND RESCUE, OR
HAUSER R.F.P.D., OR
HAZELDELL RURAL FIRE DISTRICT, OR
HEBO JOINT WATER -SANITARY AUTHORITY, OR
HECETA WATER P.U.D., OR
HELIX CEMETERY MAINTENANCE DISTRICT #4, OR
HELIX PARK & RECREATION DISTRICT, OR
HELIX R.F.P.D. #7-411, OR
HEPPNER CEMETERY MAINTENANCE DISTRICT, OR
HEPPNER R.F.P.D., OR
HEPPNER WATER CONTROL DISTRICT, OR
HEREFORD COMMUNITY HALL RECREATION
DISTRICT, OR
HERMISTON CEMETERY DISTRICT, OR
HERMISTON IRRIGATION DISTRICT, OR
HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT
DISTRICT, OR
HIGH DESERT PARK & RECREATION DISTRICT, OR
HIGHLAND SUBDIVISION WATER DISTRICT, OR
HONOLULU INTERNATIONAL AIRPORT
HOOD RIVER COUNTY LIBRARY DISTRICT, OR
HOOD RIVER COUNTY TRANSPORTATION DISTRICT,
OR
HOOD RIVER S.W.C.D., OR
HOOD RIVER VALLEY PARKS & RECREATION
DISTRICT, OR
HOODLAND FIRE DISTRICT #74
HOODLAND FIRE DISTRICT #74, OR
HORSEFLY IRRIGATION DISTRICT, OR
HOSKINS-KINGS VALLEY R.F.P.D., OR
HOUSING AUTHORITY OF PORTLAND
HUBBARD R.F.P.D., OR
HUDSON BAY DISTRICT IMPROVEMENT COMPANY,
OR
I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT
COMPANY, OR
ICE FOUNTAIN WATER DISTRICT, OR
IDAHO POINT SPECIAL ROAD DISTRICT, OR
IDANHA-DETROIT RURAL FIRE PROTECTION
DISTRICT, OR
ILLINOIS VALLEY FIRE DISTRICT
ILLINOIS VALLEY R.F.P.D., OR
ILLINOIS VALLEY S.W.C.D., OR
IMBLER R.F.P.D., OR
INTERLACHEN WATER P.U.D., OR
IONE LIBRARY DISTRICT, OR
IONE R.F.P.D. #6-604, OR
IRONSIDE CEMETERY MAINTENANCE DISTRICT, OR
IRONSIDE RURAL ROAD DISTRICT #5, OR
IRRIGON PARK & RECREATION DISTRICT, OR
IRRIGON R.F.P.D., OR
ISLAND CITY AREA SANITATION DISTRICT, OR
ISLAND CITY CEMETERY MAINTENANCE DISTRICT,
OR
JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR
JACKSON COUNTY FIRE DISTRICT #3, OR
JACKSON COUNTY FIRE DISTRICT #4, OR
Requirements for National Cooperative Contract
Page 48 of 57
JACKSON COUNTY FIRE DISTRICT #5, OR
JACKSON COUNTY LIBRARY DISTRICT, OR
JACKSON COUNTY VECTOR CONTROL DISTRICT, OR
JACKSON S.W.C.D., OR
JASPER KNOLLS WATER DISTRICT, OR
JEFFERSON COUNTY EMERGENCY MEDICAL
SERVICE DISTRICT, OR
JEFFERSON COUNTY FIRE DISTRICT #1, OR
JEFFERSON COUNTY LIBRARY DISTRICT, OR
JEFFERSON COUNTY S.W.C.D., OR
JEFFERSON PARK & RECREATION DISTRICT, OR
JEFFERSON R.F.P.D., OR
JOB'S DRAINAGE DISTRICT, OR
JOHN DAY WATER DISTRICT, OR
JOHN DAY -CANYON CITY PARKS & RECREATION
DISTRICT, OR
JOHN DAY-FERNHILL R.F.P.D. #5-108, OR
JORDAN VALLEY CEMETERY DISTRICT, OR
JORDAN VALLEY IRRIGATION DISTRICT, OR
JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR
JOSEPHINE COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
JOSEPHINE COUNTY 911 AGENCY, OR
JUNCTION CITY R.F.P.D., OR
JUNCTION CITY WATER CONTROL DISTRICT, OR
JUNIPER BUTTE ROAD DISTRICT, OR
JUNIPER CANYON WATER CONTROL DISTRICT, OR
JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY,
OR
JUNIPER FLAT R.F.P.D., OR
JUNO NONPROFIT WATER IMPROVEMENT
DISTRICT, OR
KEATING R.F.P.D., OR
KEATING S.W.C.D., OR
KEIZER R.F.P.D., OR
KELLOGG RURAL FIRE DISTRICT, OR
KENO IRRIGATION DISTRICT, OR
KENO PINES ROAD DISTRICT, OR
KENO R.F.P.D., OR
KENT WATER DISTRICT, OR
KERBY WATER DISTRICT, OR
K-GB-LB WATER DISTRICT, OR
KILCHIS WATER DISTRICT, OR
KLAMATH 9-1-1 COMMUNICATIONS DISTRICT, OR
KLAMATH BASIN IMPROVEMENT DISTRICT, OR
KLAMATH COUNTY DRAINAGE SERVICE DISTRICT,
OR
KLAMATH COUNTY EXTENSION SERVICE DISTRICT,
OR
KLAMATH COUNTY FIRE DISTRICT #1, OR
KLAMATH COUNTY FIRE DISTRICT #3, OR
KLAMATH COUNTY FIRE DISTRICT #4, OR
KLAMATH COUNTY FIRE DISTRICT #5, OR
KLAMATH COUNTY LIBRARY SERVICE DISTRICT,
OR
KLAMATH COUNTY PREDATORY ANIMAL
CONTROL DISTRICT, OR
KLAMATH DRAINAGE DISTRICT, OR
KLAMATH FALLS FOREST ESTATES SPECIAL ROAD
DISTRICT UNIT #2, OR
KLAMATH INTEROPERABILITY RADIO GROUP, OR
KLAMATH IRRIGATION DISTRICT, OR
KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT,
OR
KLAMATH S.W.C.D., OR
KLAMATH VECTOR CONTROL DISTRICT, OR
KNAPPA-SVENSEN-BURNSIDE R.F.P.D., OR
LA GRANDE CEMETERY MAINTENANCE DISTRICT,
OR
LA GRANDE R.F.P.D., OR
LA PINE PARK & RECREATION DISTRICT, OR
LA PINE R.F.P.D., OR
LABISH VILLAGE SEWAGE & DRAINAGE, OR
LACOMB IRRIGATION DISTRICT, OR
LAFAYETTE AIRPORT COMMISSION, LA
LAFOURCHE PARISH HEALTH UNIT - DHH-OPH
REGION 3
LAIDLAW WATER DISTRICT, OR
LAKE CHINOOK FIRE & RESCUE, OR
LAKE COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
LAKE COUNTY LIBRARY DISTRICT, OR
LAKE CREEK R.F.P.D. - JACKSON, OR
LAKE CREEK R.F.P.D. - LANE COUNTY, OR
LAKE DISTRICT HOSPITAL, OR
LAKE GROVE R.F.P.D. NO. 57, OR
LAKE GROVE WATER DISTRICT, OR
LAKE LABISH WATER CONTROL DISTRICT, OR
LAKE POINT SPECIAL ROAD DISTRICT, OR
LAKESIDE R.F.P.D. #4, OR
LAKESIDE WATER DISTRICT, OR
LAKEVIEW R.F.P.D., OR
LAKEVIEW S.W.C.D., OR
LAMONTAI IMPROVEMENT DISTRICT, OR
LANE FIRE AUTHORITY, OR
LANE LIBRARY DISTRICT, OR
LANE TRANSIT DISTRICT, OR
LANGELL VALLEY IRRIGATION DISTRICT, OR
LANGLOIS PUBLIC LIBRARY, OR
LANGLOIS R.F.P.D., OR
LANGLOIS WATER DISTRICT, OR
LAZY RIVER SPECIAL ROAD DISTRICT, OR
LEBANON AQUATIC DISTRICT, OR
LEBANON R.F.P.D., OR
LEWIS & CLARK R.F.P.D., OR
LINCOLN COUNTY LIBRARY DISTRICT, OR
LINCOLN S.W.C.D., OR
LINN COUNTY EMERGENCY TELEPHONE AGENCY,
OR
LINN S.W.C.D., OR
LITTLE MUDDY CREEK WATER CONTROL, OR
LITTLE NESTUCCA DRAINAGE DISTRICT, OR
LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR
LONE PINE IRRIGATION DISTRICT, OR
LONG PRAIRIE WATER DISTRICT, OR
LOOKINGGLASS OLALLA WATER CONTROL
DISTRICT, OR
LOOKINGGLASS RURAL FIRE DISTRICT, OR
LORANE R.F.P.D., OR
LOST & BOULDER DITCH IMPROVEMENT DISTRICT,
OR
LOST CREEK PARK SPECIAL ROAD DISTRICT, OR
LOUISIANA PUBLIC SERVICE COMMISSION, LA
LOUISIANA WATER WORKS
LOWELL R.F.P.D., OR
LOWER MCKAY CREEK R.F.P.D., OR
LOWER MCKAY CREEK WATER CONTROL
DISTRICT, OR
LOWER POWDER RIVER IRRIGATION DISTRICT, OR
LOWER SILETZ WATER DISTRICT, OR
Requirements for National Cooperative Contract
Page 49 of 57
LOWER UMPQUA HOSPITAL DISTRICT, OR
LOWER UMPQUA PARK & RECREATION DISTRICT,
OR
LOWER VALLEY WATER IMPROVEMENT DISTRICT,
OR
LUCE LONG DITCH DISTRICT IMPROVEMENT CO.,
OR
LUSTED WATER DISTRICT, OR
LYONS R.F.P.D., OR
LYONS-MEHAMA WATER DISTRICT, OR
MADRAS AQUATIC CENTER DISTRICT, OR
MAKAI SPECIAL ROAD DISTRICT, OR
MALHEUR COUNTY S.W.C.D., OR
MALHEUR COUNTY VECTOR CONTROL DISTRICT,
OR
MALHEUR DISTRICT IMPROVEMENT COMPANY, OR
MALHEUR DRAINAGE DISTRICT, OR
MALHEUR MEMORIAL HEALTH DISTRICT, OR
MALIN COMMUNITY CEMETERY MAINTENANCE
DISTRICT, OR
MALIN COMMUNITY PARK & RECREATION
DISTRICT, OR
MALIN IRRIGATION DISTRICT, OR
MALIN R.F.P.D., OR
MAPLETON FIRE DEPARTMENT, OR
MAPLETON WATER DISTRICT, OR
MARCOLA WATER DISTRICT, OR
MARION COUNTY EXTENSION & 4H SERVICE
DISTRICT, OR
MARION COUNTY FIRE DISTRICT #1, OR
MARION JACK IMPROVEMENT DISTRICT, OR
MARION S.W.C.D., OR
MARY'S RIVER ESTATES ROAD DISTRICT, OR
MCDONALD FOREST ESTATES SPECIAL ROAD
DISTRICT, OR
MCKAY ACRES IMPROVEMENT DISTRICT, OR
MCKAY DAM R.F.P.D. # 7-410, OR
MCKENZIE FIRE & RESCUE, OR
MCKENZIE PALISADES WATER SUPPLY
CORPORATION, OR
MCMINNVILLE R.F.P.D., OR
MCNULTY WATER P.U.D., OR
MEADOWS DRAINAGE DISTRICT, OR
MEDFORD IRRIGATION DISTRICT, OR
MEDFORD R.F.P.D. #2, OR
MEDFORD WATER COMMISSION
MEDICAL SPRINGS R.F.P.D., OR
MELHEUR COUNTY JAIL, OR
MERLIN COMMUNITY PARK DISTRICT, OR
MERRILL CEMETERY MAINTENANCE DISTRICT, OR
MERRILL PARK DISTRICT, OR
MERRILL R.F.P.D., OR
METRO REGIONAL GOVERNMENT
METRO REGIONAL PARKS
METROPOLITAN EXPOSITION RECREATION
COMMISSION
METROPOLITAN SERVICE DISTRICT (METRO)
MID COUNTY CEMETERY MAINTENANCE DISTRICT,
OR
MID-COLUMBIA FIRE AND RESCUE, OR
MIDDLE FORK IRRIGATION DISTRICT, OR
MIDLAND COMMUNITY PARK, OR
MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR
MILES CROSSING SANITARY SEWER DISTRICT, OR
MILL CITY R.F.P.D. #2-303, OR
MILL FOUR DRAINAGE DISTRICT, OR
MILLICOMA RIVER PARK & RECREATION DISTRICT,
OR
MILLINGTON R.F.P.D. #5, OR
MILO VOLUNTEER FIRE DEPARTMENT, OR
MILTON-FREEWATER AMBULANCE SERVICE AREA
HEALTH DISTRICT, OR
MILTON-FREEWATER WATER CONTROL DISTRICT,
OR
MIROCO SPECIAL ROAD DISTRICT, OR
MIST-BIRKENFELD R.F.P.D., OR
MODOC POINT IRRIGATION DISTRICT, OR
MODOC POINT SANITARY DISTRICT, OR
MOHAWK VALLEY R.F.P.D., OR
MOLALLA AQUATIC DISTRICT, OR
MOLALLA R.F.P.D. #73, OR
MONITOR R.F.P.D., OR
MONROE R.F.P.D., OR
MONUMENT CEMETERY MAINTENANCE DISTRICT,
OR
MONUMENT S.W.C.D., OR
MOOREA DRIVE SPECIAL ROAD DISTRICT, OR
MORO R.F.P.D., OR
MORROW COUNTY HEALTH DISTRICT, OR
MORROW COUNTY UNIFIED RECREATION
DISTRICT, OR
MORROW S.W.C.D., OR
MOSIER FIRE DISTRICT, OR
MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR
MT. ANGEL R.F.P.D., OR
MT. HOOD IRRIGATION DISTRICT, OR
MT. LAKI CEMETERY DISTRICT, OR
MT. VERNON R.F.P.D., OR
MULINO WATER DISTRICT #1, OR
MULTNOMAH COUNTY DRAINAGE DISTRICT #1, OR
MULTNOMAH COUNTY R.F.P.D. #10, OR
MULTNOMAH COUNTY R.F.P.D. #14, OR
MULTNOMAH EDUCATION SERVICE DISTRICT
MYRTLE CREEK R.F.P.D., OR
NEAR-KAH-NIE WATER DISTRICT, OR
NEDONNA R.F.P.D., OR
NEHALEM BAY FIRE AND RESCUE, OR
NEHALEM BAY HEALTH DISTRICT, OR
NEHALEM BAY WASTEWATER AGENCY, OR
NESIKA BEACH-OPHIR WATER DISTRICT, OR
NESKOWIN REGIONAL SANITARY AUTHORITY, OR
NESKOWIN REGIONAL WATER DISTRICT, OR
NESTUCCA R.F.P.D., OR
NETARTS WATER DISTRICT, OR
NETARTS-OCEANSIDE R.F.P.D., OR
NETARTS-OCEANSIDE SANITARY DISTRICT, OR
NEW BRIDGE WATER SUPPLY DISTRICT, OR
NEW CARLTON FIRE DISTRICT, OR
NEW ORLEANS REDEVELOPMENT AUTHORITY, LA
NEW PINE CREEK R.F.P.D., OR
NEWBERG R.F.P.D., OR
NEWBERRY ESTATES SPECIAL ROAD DISTRICT, OR
NEWPORT R.F.P.D., OR
NEWT YOUNG DITCH DISTRICT IMPROVEMENT
COMPANY, OR
NORTH ALBANY R.F.P.D., OR
NORTH BAY R.F.P.D. #9, OR
NORTH CLACKAMAS PARKS & RECREATION
DISTRICT, OR
NORTH COUNTY RECREATION DISTRICT, OR
Requirements for National Cooperative Contract
Page 50 of 57
NORTH DOUGLAS COUNTY FIRE & EMS, OR
NORTH DOUGLAS PARK & RECREATION DISTRICT,
OR
NORTH GILLIAM COUNTY HEALTH DISTRICT, OR
NORTH GILLIAM COUNTY R.F.P.D., OR
NORTH LAKE HEALTH DISTRICT, OR
NORTH LEBANON WATER CONTROL DISTRICT, OR
NORTH LINCOLN FIRE & RESCUE DISTRICT #1, OR
NORTH LINCOLN HEALTH DISTRICT, OR
NORTH MORROW VECTOR CONTROL DISTRICT, OR
NORTH SHERMAN COUNTY R.F.P.D, OR
NORTH UNIT IRRIGATION DISTRICT, OR
NORTHEAST OREGON HOUSING AUTHORITY, OR
NORTHEAST WHEELER COUNTY HEALTH DISTRICT,
OR
NORTHERN WASCO COUNTY P.U.D., OR
NORTHERN WASCO COUNTY PARK & RECREATION
DISTRICT, OR
NYE DITCH USERS DISTRICT IMPROVEMENT, OR
NYSSA ROAD ASSESSMENT DISTRICT #2, OR
NYSSA RURAL FIRE DISTRICT, OR
NYSSA-ARCADIA DRAINAGE DISTRICT, OR
OAK LODGE WATER SERVICES, OR
OAKLAND R.F.P.D., OR
OAKVILLE COMMUNITY CENTER, OR
OCEANSIDE WATER DISTRICT, OR
OCHOCO IRRIGATION DISTRICT, OR
OCHOCO WEST WATER AND SANITARY
AUTHORITY, OR
ODELL SANITARY DISTRICT, OR
OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR
OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR
ONTARIO LIBRARY DISTRICT, OR
ONTARIO R.F.P.D., OR
OPHIR R.F.P.D., OR
OREGON COAST COMMUNITY ACTION
OREGON HOUSING AND COMMUNITY SERVICES
OREGON INTERNATIONAL PORT OF COOS BAY, OR
OREGON LEGISLATIVE ADMINISTRATION
OREGON OUTBACK R.F.P.D., OR
OREGON POINT, OR
OREGON TRAIL LIBRARY DISTRICT, OR
OTTER ROCK WATER DISTRICT, OR
OWW UNIT #2 SANITARY DISTRICT, OR
OWYHEE CEMETERY MAINTENANCE DISTRICT, OR
OWYHEE IRRIGATION DISTRICT, OR
PACIFIC CITY JOINT WATER -SANITARY
AUTHORITY, OR
PACIFIC COMMUNITIES HEALTH DISTRICT, OR
PACIFIC RIVIERA #3 SPECIAL ROAD DISTRICT, OR
PALATINE HILL WATER DISTRICT, OR
PALMER CREEK WATER DISTRICT IMPROVEMENT
COMPANY, OR
PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR
PANTHER CREEK ROAD DISTRICT, OR
PANTHER CREEK WATER DISTRICT, OR
PARKDALE R.F.P.D., OR
PARKDALE SANITARY DISTRICT, OR
PENINSULA DRAINAGE DISTRICT #1, OR
PENINSULA DRAINAGE DISTRICT #2, OR
PHILOMATH FIRE AND RESCUE, OR
PILOT ROCK CEMETERY MAINTENANCE DISTRICT
#5, OR
PILOT ROCK PARK & RECREATION DISTRICT, OR
PILOT ROCK R.F.P.D., OR
PINE EAGLE HEALTH DISTRICT, OR
PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR
PINE GROVE IRRIGATION DISTRICT, OR
PINE GROVE WATER DISTRICT-KLAMATH FALLS,
OR
PINE GROVE WATER DISTRICT-MAUPIN, OR
PINE VALLEY CEMETERY DISTRICT, OR
PINE VALLEY R.F.P.D., OR
PINEWOOD COUNTRY ESTATES SPECIAL ROAD
DISTRICT, OR
PIONEER DISTRICT IMPROVEMENT COMPANY, OR
PISTOL RIVER CEMETERY MAINTENANCE
DISTRICT, OR
PISTOL RIVER FIRE DISTRICT, OR
PLEASANT HILL R.F.P.D., OR
PLEASANT HOME WATER DISTRICT, OR
POCAHONTAS MINING AND IRRIGATION DISTRICT,
OR
POE VALLEY IMPROVEMENT DISTRICT, OR
POE VALLEY PARK & RECREATION DISTRICT, OR
POE VALLEY VECTOR CONTROL DISTRICT, OR
POLK COUNTY FIRE DISTRICT #1, OR
POLK S.WCD., OR
POMPADOUR WATER IMPROVEMENT DISTRICT, OR
PONDEROSA PINES EAST SPECIAL ROAD DISTRICT,
OR
PORT OF ALSEA, OR
PORT OF ARLINGTON, OR
PORT OF ASTORIA, OR
PORT OF BANDON, OR
PORT OF BRANDON, OR
PORT OF BROOKINGS HARBOR, OR
PORT OF CASCADE LOCKS, OR
PORT OF COQUILLE RIVER, OR
PORT OF GARIBALDI, OR
PORT OF GOLD BEACH, OR
PORT OF HOOD RIVER, OR
PORT OF MORGAN CITY, LA
PORT OF MORROW, OR
PORT OF NEHALEM, OR
PORT OF NEWPORT, OR
PORT OF PORT ORFORD, OR
PORT OF PORTLAND, OR
PORT OF SIUSLAW, OR
PORT OF ST. HELENS, OR
PORT OF THE DALLES, OR
PORT OF TILLAMOOK BAY, OR
PORT OF TOLEDO, OR
PORT OF UMATILLA, OR
PORT OF UMPQUA, OR
PORT ORFORD CEMETERY MAINTENANCE
DISTRICT, OR
PORT ORFORD PUBLIC LIBRARY DISTRICT, OR
PORT ORFORD R.F.P.D., OR
PORTLAND DEVELOPMENT COMMISSION, OR
PORTLAND FIRE AND RESCUE
PORTLAND HOUSING CENTER, OR
POWDER R.F.P.D., OR
POWDER RIVER R.F.P.D., OR
POWDER VALLEY WATER CONTROL DISTRICT, OR
POWERS HEALTH DISTRICT, OR
PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR
PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT
#1, OR
PROSPECT R.F.P.D., OR
Requirements for National Cooperative Contract
Page 51 of 57
QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR
SANTIAM WATER CONTROL DISTRICT, OR
QUEENER IRRIGATION IMPROVEMENT DISTRICT,
SAUVIE ISLAND DRAINAGE IMPROVEMENT
OR
COMPANY, OR
RAINBOW WATER DISTRICT, OR
SAUVIE ISLAND VOLUNTEER FIRE DISTRICT #30J,
RAINIER CEMETERY DISTRICT, OR
OR
RAINIER DRAINAGE IMPROVEMENT COMPANY, OR
SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY,
RALEIGH WATER DISTRICT, OR
OR
REDMOND AREA PARK & RECREATION DISTRICT,
SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR
OR
SCAPPOOSE R.F.P.D., OR
REDMOND FIRE AND RESCUE, OR
SCIO R.F.P.D., OR
RIDDLE FIRE PROTECTION DISTRICT, OR
SCOTTSBURG R.F.P.D., OR
RIDGEWOOD DISTRICT IMPROVEMENT COMPANY,
SEAL ROCK R.F.P.D., OR
OR
SEAL ROCK WATER DISTRICT, OR
RIDGEWOOD ROAD DISTRICT, OR
SEWERAGE AND WATER BOARD OF NEW ORLEANS,
RIETH SANITARY DISTRICT, OR
LA
RIETH WATER DISTRICT, OR
SHANGRI-LA WATER DISTRICT, OR
RIMROCK WEST IMPROVEMENT DISTRICT, OR
SHASTA VIEW IRRIGATION DISTRICT, OR
RINK CREEK WATER DISTRICT, OR
SHELLEY ROAD CREST ACRES WATER DISTRICT,
RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR
OR
RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR
SHERIDAN FIRE DISTRICT, OR
RIVER MEADOWS IMPROVEMENT DISTRICT, OR
SHERMAN COUNTY HEALTH DISTRICT, OR
RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR
SHERMAN COUNTY S.W.C.D., OR
RIVER ROAD PARK & RECREATION DISTRICT, OR
SHORELINE SANITARY DISTRICT, OR
RIVER ROAD WATER DISTRICT, OR
SILETZ KEYS SANITARY DISTRICT, OR
RIVERBEND RIVERBANK WATER IMPROVEMENT
SILETZ R.F.P.D., OR
DISTRICT, OR
SILVER FALLS LIBRARY DISTRICT, OR
RIVERDALE R.F.P.D. 11-JT, OR
SILVER LAKE IRRIGATION DISTRICT, OR
RIVERGROVE WATER DISTRICT, OR
SILVER LAKE R.F.P.D., OR
RIVERSIDE MISSION WATER CONTROL DISTRICT,
SILVER SANDS SPECIAL ROAD DISTRICT, OR
OR
SILVERTON R.F.P.D. NO.2, OR
RIVERSIDE R.F.P.D. #7-406, OR
SISTERS PARKS & RECREATION DISTRICT, OR
RIVERSIDE WATER DISTRICT, OR
SISTERS -CAMP SHERMAN R.F.P.D., OR
ROBERTS CREEK WATER DISTRICT, OR
SIUSLAW PUBLIC LIBRARY DISTRICT, OR
ROCK CREEK DISTRICT IMPROVEMENT, OR
SIUSLAW S.W.C.D., OR
ROCK CREEK WATER DISTRICT, OR
SIUSLAW VALLEY FIRE AND RESCUE, OR
ROCKWOOD WATER P.U.D., OR
SIXES R.F.P.D., OR
ROCKY POINT FIRE & EMS, OR
SKIPANON WATER CONTROL DISTRICT, OR
ROGUE RIVER R.F.P.D., OR
SKYLINE VIEW DISTRICT IMPROVEMENT
ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR
COMPANY, OR
ROGUE VALLEY SEWER SERVICES, OR
SLEEPY HOLLOW WATER DISTRICT, OR
ROGUE VALLEY SEWER, OR
SMITH DITCH DISTRICT IMPROVEMENT COMPANY,
ROGUE VALLEY TRANSPORTATION DISTRICT, OR
OR
ROSEBURG URBAN SANITARY AUTHORITY, OR
SOUTH CLACKAMAS TRANSPORTATION DISTRICT,
ROSEWOOD ESTATES ROAD DISTRICT, OR
OR
ROW RIVER VALLEY WATER DISTRICT, OR
SOUTH COUNTY HEALTH DISTRICT, OR
RURAL ROAD ASSESSMENT DISTRICT #3, OR
SOUTH FORK WATER BOARD, OR
RURAL ROAD ASSESSMENT DISTRICT #4, OR
SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR
SAINT LANDRY PARISH TOURIST COMMISSION
SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR
SAINT MARY PARISH REC DISTRICT 2
SOUTH GILLIAM COUNTY R.F.P.D. VI-301, OR
SAINT MARY PARISH REC DISTRICT 3
SOUTH LAFOURCHE LEVEE DISTRICT, LA
SAINT TAMMANY FIRE DISTRICT 4, LA
SOUTH LANE COUNTY FIRE & RESCUE, OR
SALEM AREA MASS TRANSIT DISTRICT, OR
SOUTH SANTIAM RIVER WATER CONTROL
SALEM MASS TRANSIT DISTRICT
DISTRICT, OR
SALEM SUBURBAN R.F.P.D., OR
SOUTH SHERMAN FIRE DISTRICT, OR
SALISHAN SANITARY DISTRICT, OR
SOUTH SUBURBAN SANITARY DISTRICT, OR
SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR
SOUTH WASCO PARK & RECREATION DISTRICT, OR
SALMON RIVER PARK WATER IMPROVEMENT
SOUTHERN COOS HEALTH DISTRICT, OR
DISTRICT, OR
SOUTHERN CURRY CEMETERY MAINTENANCE
SALMONBERRY TRAIL INTERGOVERNMENTAL
DISTRICT, OR
AGENCY, OR
SOUTHVIEW IMPROVEMENT DISTRICT, OR
SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR
SOUTHWEST LINCOLN COUNTY WATER DISTRICT,
SANDY DRAINAGE IMPROVEMENT COMPANY, OR
OR
SANDY R.F.P.D. #72, OR
SOUTHWESTERN POLK COUNTY R.F.P.D., OR
SANTA CLARA R.F.P.D., OR
SOUTHWOOD PARK WATER DISTRICT, OR
SANTA CLARA WATER DISTRICT, OR
SPECIAL ROAD DISTRICT #1, OR
Requirements for National Cooperative Contract
Page 52 of 57
SPECIAL ROAD DISTRICT #8, OR
SPRING RIVER SPECIAL ROAD DISTRICT, OR
SPRINGFIELD UTILITY BOARD, OR
ST. PAUL R.F.P.D., OR
STANFIELD CEMETERY DISTRICT #6, OR
STANFIELD IRRIGATION DISTRICT, OR
STARR CREEK ROAD DISTRICT, OR
STARWOOD SANITARY DISTRICT, OR
STAYTON FIRE DISTRICT, OR
SUBLIMITY FIRE DISTRICT, OR
SUBURBAN EAST SALEM WATER DISTRICT, OR
SUBURBAN LIGHTING DISTRICT, OR
SUCCOR CREEK DISTRICT IMPROVEMENT
COMPANY, OR
SUMMER LAKE IRRIGATION DISTRICT, OR
SUMMERVILLE CEMETERY MAINTENANCE
DISTRICT, OR
SUMMER R.F.P.D., OR
SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR
SUNDOWN SANITATION DISTRICT, OR
SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR
SUNNYSIDE IRRIGATION DISTRICT, OR
SUNRISE WATER AUTHORITY, OR
SUNRIVER SERVICE DISTRICT, OR
SUNSET EMPIRE PARK & RECREATION DISTRICT,
OR
SUNSET EMPIRE TRANSPORTATION DISTRICT, OR
SURFLAND ROAD DISTRICT, OR
SUTHERLIN VALLEY RECREATION DISTRICT, OR
SUTHERLIN WATER CONTROL DISTRICT, OR
SWALLEY IRRIGATION DISTRICT, OR
SWEET HOME CEMETERY MAINTENANCE DISTRICT,
OR
SWEET HOME FIRE & AMBULANCE DISTRICT, OR
SWISSHOME-DEADWOOD R.F.P.D., OR
TABLE ROCK DISTRICT IMPROVEMENT COMPANY,
OR
TALENT IRRIGATION DISTRICT, OR
TANGENT R.F.P.D., OR
TENMILE R.F.P.D., OR
TERREBONNE DOMESTIC WATER DISTRICT, OR
THE DALLES IRRIGATION DISTRICT, OR
THOMAS CREEK-WESTSIDE R.F.P.D., OR
THREE RIVERS RANCH ROAD DISTRICT, OR
THREE SISTERS IRRIGATION DISTRICT, OR
TIGARD TUALATIN AQUATIC DISTRICT, OR
TIGARD WATER DISTRICT, OR
TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT,
OR
TILLAMOOK COUNTY EMERGENCY
COMMUNICATIONS DISTRICT, OR
TILLAMOOK COUNTY S.W.C.D., OR
TILLAMOOK COUNTY TRANSPORTATION DISTRICT,
OR
TILLAMOOK FIRE DISTRICT, OR
TILLAMOOK P.U.D., OR
TILLER R.F.P.D., OR
TOBIN DITCH DISTRICT IMPROVEMENT COMPANY,
OR
TOLEDO R.F.P.D., OR
TONE WATER DISTRICT, OR
TOOLEY WATER DISTRICT, OR
TRASK DRAINAGE DISTRICT, OR
TRI CITY R.F.P.D. #4, OR
TRI-CITY WATER & SANITARY AUTHORITY, OR
TRI-COUNTY METROPOLITAN TRANSPORTATION
DISTRICT OF OREGON
TRIMET, OR
TUALATIN HILLS PARK & RECREATION DISTRICT
TUALATIN HILLS PARK & RECREATION DISTRICT,
OR
TUALATIN S.W.C.D., OR
TUALATIN VALLEY FIRE & RESCUE
TUALATIN VALLEY FIRE & RESCUE, OR
TUALATIN VALLEY IRRIGATION DISTRICT, OR
TUALATIN VALLEY WATER DISTRICT
TUALATIN VALLEY WATER DISTRICT, OR
TUMALO IRRIGATION DISTRICT, OR
TURNER FIRE DISTRICT, OR
TWIN ROCKS SANITARY DISTRICT, OR
TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR
TWO RIVERS S.W.C.D., OR
TWO RIVERS SPECIAL ROAD DISTRICT, OR
TYGH VALLEY R.F.P.D., OR
TYGH VALLEY WATER DISTRICT, OR
UMATILLA COUNTY FIRE DISTRICT #1, OR
UMATILLA COUNTY S.W.C.D., OR
UMATILLA COUNTY SPECIAL LIBRARY DISTRICT,
OR
UMATILLA HOSPITAL DISTRICT, OR
UMATILLA R.F.P.D. #7-405, OR
UMATILLA-MORROW RADIO AND DATA DISTRICT,
OR
UMPQUA S.W.C.D., OR
UNION CEMETERY MAINTENANCE DISTRICT, OR
UNION COUNTY SOLID WASTE DISPOSAL DISTRICT,
OR
UNION COUNTY VECTOR CONTROL DISTRICT, OR
UNION GAP SANITARY DISTRICT, OR
UNION GAP WATER DISTRICT, OR
UNION HEALTH DISTRICT, OR
UNION R.F.P.D., OR
UNION S.W.C.D., OR
UNITY COMMUNITY PARK & RECREATION
DISTRICT, OR
UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR
UPPER MCKENZIE R.F.P.D., OR
UPPER WILLAMETTE S.W.C.D., OR
VALE OREGON IRRIGATION DISTRICT, OR
VALE RURAL FIRE PROTECTION DISTRICT, OR
VALLEY ACRES SPECIAL ROAD DISTRICT, OR
VALLEY VIEW CEMETERY MAINTENANCE
DISTRICT, OR
VALLEY VIEW WATER DISTRICT, OR
VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR
VERNONIA R.F.P.D., OR
VINEYARD MOUNTAIN PARK & RECREATION
DISTRICT, OR
VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT,
OR
WALLA WALLA RIVER IRRIGATION DISTRICT, OR
WALLOWA COUNTY HEALTH CARE DISTRICT, OR
WALLOWA LAKE COUNTY SERVICE DISTRICT, OR
WALLOWA LAKE IRRIGATION DISTRICT, OR
WALLOWA LAKE R.F.P.D., OR
WALLOWA S.W.C.D., OR
WALLOWA VALLEY IMPROVEMENT DISTRICT #1,
OR
WAMIC R.F.P.D., OR
WAMIC WATER & SANITARY AUTHORITY, OR
Requirements for National Cooperative Contract
Page 53 of 57
WARMSPRINGS IRRIGATION DISTRICT, OR
WASCO COUNTY S.W.C.D., OR
WATER ENVIRONMENT SERVICES, OR
WATER WONDERLAND IMPROVEMENT DISTRICT,
OR
WATERBURY & ALLEN DITCH IMPROVEMENT
DISTRICT, OR
WATSECO-BARVIEW WATER DISTRICT, OR
WAUNA WATER DISTRICT, OR
WEDDERBURN SANITARY DISTRICT, OR
WEST EAGLE VALLEY WATER CONTROL DISTRICT,
OR
WEST EXTENSION IRRIGATION DISTRICT, OR
WEST LABISH DRAINAGE & WATER CONTROL
IMPROVEMENT DISTRICT, OR
WEST MULTNOMAH S.W.C.D., OR
WEST SIDE R.F.P.D., OR
WEST SLOPE WATER DISTRICT, OR
WEST UMATILLA MOSQUITO CONTROL DISTRICT,
OR
WEST VALLEY FIRE DISTRICT, OR
WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR
WESTERN LANE AMBULANCE DISTRICT, OR
WESTLAND IRRIGATION DISTRICT, OR
WESTON ATHENA MEMORIAL HALL PARK &
RECREATION DISTRICT, OR
WESTON CEMETERY DISTRICT #2, OR
WESTPORT FIRE AND RESCUE, OR
WESTRIDGE WATER SUPPLY CORPORATION, OR
WESTWOOD HILLS ROAD DISTRICT, OR
WESTWOOD VILLAGE ROAD DISTRICT, OR
WHEELER S.W.C.D., OR
WHITE RIVER HEALTH DISTRICT, OR
WIARD MEMORIAL PARK DISTRICT, OR
WICKIUP WATER DISTRICT, OR
WILLAKENZIE R.F.P.D., OR
WILLAMALANE PARK & RECREATION DISTRICT, OR
WILLAMALANE PARK AND RECREATION DISTRICT
WILLAMETTE HUMANE SOCIETY
WILLAMETTE RIVER WATER COALITION, OR
WILLIAMS R.F.P.D., OR
WILLOW CREEK PARK DISTRICT, OR
WILLOW DALE WATER DISTRICT, OR
WILSON RIVER WATER DISTRICT, OR
WINCHESTER BAY R.F.P.D., OR
WINCHESTER BAY SANITARY DISTRICT, OR
WINCHUCK R.F.P.D., OR
WINSTON-DILLARD R.F.P.D., OR
WINSTON-DILLARD WATER DISTRICT, OR
WOLF CREEK R.F.P.D., OR
WOOD RIVER DISTRICT IMPROVEMENT COMPANY,
OR
WOODBURN R.F.P.D. NO. 6, OR
WOODLAND PARK SPECIAL ROAD DISTRICT, OR
WOODS ROAD DISTRICT, OR
WRIGHT CREEK ROAD WATER IMPROVEMENT
DISTRICT, OR
WY'EAST FIRE DISTRICT, OR
YACHATS R.F.P.D., OR
YAMHILL COUNTY TRANSIT AREA, OR
YAMHILL FIRE PROTECTION DISTRICT, OR
YAMHILL SWCD, OR
YONCALLA PARK & RECREATION DISTRICT, OR
YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT,
OR
ZUMWALT R.F.P.D., OR
K-12 INCLUDING BUT NOT LIMITED TO:
ACADIA PARISH SCHOOL BOARD
BEAVERTON SCHOOL DISTRICT
BEND -LA PINE SCHOOL DISTRICT
BOGALUSA HIGH SCHOOL, LA
BOSSIER PARISH SCHOOL BOARD
BROOKING HARBOR SCHOOL DISTRICT
CADDO PARISH SCHOOL DISTRICT
CALCASIEU PARISH SCHOOL DISTRICT
CANBY SCHOOL DISTRICT
CANYONVILLE CHRISTIAN ACADEMY
CASCADE SCHOOL DISTRICT
CASCADES ACADEMY OF CENTRAL OREGON
CENTENNIAL SCHOOL DISTRICT
CENTRAL CATHOLIC HIGH SCHOOL
CENTRAL POINT SCHOOL DISTRICT NO.6
CENTRAL SCHOOL DISTRICT 13J
COOS BAY SCHOOL DISTRICT NO.9
CORVALLIS SCHOOL DISTRICT 509J
COUNTY OF YAMHILL SCHOOL DISTRICT 29
CULVER SCHOOL DISTRICT
DALLAS SCHOOL DISTRICT NO.2
DAVID DOUGLAS SCHOOL DISTRICT
DAYTON SCHOOL DISTRICT NO.8
DE LA SALLE N CATHOLIC HS
DESCHUTES COUNTY SCHOOL DISTRICT NO.6
DOUGLAS EDUCATIONAL DISTRICT SERVICE
DUFUR SCHOOL DISTRICT NO.29
EAST BATON ROUGE PARISH SCHOOL DISTRICT
ESTACADA SCHOOL DISTRICT NO. lOB
FOREST GROVE SCHOOL DISTRICT
GEORGE MIDDLE SCHOOL
GLADSTONE SCHOOL DISTRICT
GRANTS PASS SCHOOL DISTRICT 7
GREATER ALBANY PUBLIC SCHOOL DISTRICT
GRESHAM BARLOW JOINT SCHOOL DISTRICT
HEAD START OF LANE COUNTY
HIGH DESERT EDUCATION SERVICE DISTRICT
HILLSBORO SCHOOL DISTRICT
HOOD RIVER COUNTY SCHOOL DISTRICT
JACKSON CO SCHOOL DIST NO.9
JEFFERSON COUNTY SCHOOL DISTRICT 509-J
JEFFERSON PARISH SCHOOL DISTRICT
JEFFERSON SCHOOL DISTRICT
JUNCTION CITY SCHOOLS, OR
KLAMATH COUNTY SCHOOL DISTRICT
KLAMATH FALLS CITY SCHOOLS
LAFAYETTE PARISH SCHOOL DISTRICT
LAKE OSWEGO SCHOOL DISTRICT 7J
LANE COUNTY SCHOOL DISTRICT 4J
LINCOLN COUNTY SCHOOL DISTRICT
LINN CO. SCHOOL DIST. 95C
LIVINGSTON PARISH SCHOOL DISTRICT
LOST RIVER JR/SR HIGH SCHOOL
LOWELL SCHOOL DISTRICT NO.71
MARION COUNTY SCHOOL DISTRICT
MARION COUNTY SCHOOL DISTRICT 103
MARIST HIGH SCHOOL, OR
MCMINNVILLE SCHOOL DISTRICT NOAO
MEDFORD SCHOOL DISTRICT 549C
MITCH CHARTER SCHOOL
MONROE SCHOOL DISTRICT NO.1J
Requirements for National Cooperative Contract
Page 54 of 57
MORROW COUNTY SCHOOL DIST, OR
MULTNOMAH EDUCATION SERVICE DISTRICT
MULTISENSORY LEARNING ACADEMY
MYRTLE PINT SCHOOL DISTRICT 41
NEAH-KAH-NIE DISTRICT NO.56
NEWBERG PUBLIC SCHOOLS
NESTUCCA VALLEY SCHOOL DISTRICT NO.101
NOBEL LEARNING COMMUNITIES
NORTH BEND SCHOOL DISTRICT 13
NORTH CLACKAMAS SCHOOL DISTRICT
NORTH DOUGLAS SCHOOL DISTRICT
NORTH WASCO CITY SCHOOL DISTRICT 21
NORTHWEST REGIONAL EDUCATION SERVICE
DISTRICT
ONTARIO MIDDLE SCHOOL
OREGON TRAIL SCHOOL DISTRICT NOA6
ORLEANS PARISH SCHOOL DISTRICT
PHOENIX -TALENT SCHOOL DISTRICT NOA
PLEASANT HILL SCHOOL DISTRICT
PORTLAND JEWISH ACADEMY
PORTLAND PUBLIC SCHOOLS
RAPIDES PARISH SCHOOL DISTRICT
REDMOND SCHOOL DISTRICT
REYNOLDS SCHOOL DISTRICT
ROGUE RIVER SCHOOL DISTRICT
ROSEBURG PUBLIC SCHOOLS
SCAPPOOSE SCHOOL DISTRICT IJ
SAINT TAMMANY PARISH SCHOOL BOARD, LA
SEASIDE SCHOOL DISTRICT 10
SHERWOOD SCHOOL DISTRICT 88J
SILVER FALLS SCHOOL DISTRICT 4J
SOUTH LANE SCHOOL DISTRICT 45J3
SOUTHERN OREGON EDUCATION SERVICE
DISTRICT
SPRINGFIELD PUBLIC SCHOOLS
SUTHERLIN SCHOOL DISTRICT
SWEET HOME SCHOOL DISTRICT NO.55
TERREBONNE PARISH SCHOOL DISTRICT
THE CATLIN GABEL SCHOOL
TIGARD-TUALATIN SCHOOL DISTRICT
UMATILLA MORROW ESD
WEST LINN WILSONVILLE SCHOOL DISTRICT
WILLAMETTE EDUCATION SERVICE DISTRICT
WOODBURN SCHOOL DISTRICT
YONCALLA SCHOOL DISTRICT
ACADEMY FOR MATH ENGINEERING & SCIENCE
(AMES), UT
ALIANZA ACADEMY, UT
ALPINE DISTRICT, UT
AMERICAN LEADERSHIP ACADEMY, UT
AMERICAN PREPARATORY ACADEMY, UT
BAER CANYON HIGH SCHOOL FOR SPORTS &
MEDICAL SCIENCES, UT
BEAR RIVER CHARTER SCHOOL, UT
BEAVER SCHOOL DISTRICT, UT
BEEHIVE SCIENCE & TECHNOLOGY ACADEMY
(BSTA) , UT
BOX ELDER SCHOOL DISTRICT, UT
CBA CENTER, UT
CACHE SCHOOL DISTRICT, UT
CANYON RIM ACADEMY, UT
CANYONS DISTRICT, UT
CARBON SCHOOL DISTRICT, UT
CHANNING HALL, UT
CHARTER SCHOOL LEWIS ACADEMY, UT
CITY ACADEMY, UT
DAGGETT SCHOOL DISTRICT, UT
DAVINCI ACADEMY, UT
DAVIS DISTRICT, UT
DUAL IMMERSION ACADEMY, UT
DUCHESNE SCHOOL DISTRICT, UT
EARLY LIGHT ACADEMY AT DAYBREAK, UT
EAST HOLLYWOOD HIGH, UT
EDITH BOWEN LABORATORY SCHOOL, UT
EMERSON ALCOTT ACADEMY, UT
EMERY SCHOOL DISTRICT, UT
ENTHEOS ACADEMY, UT
EXCELSIOR ACADEMY, UT
FAST FORWARD HIGH, UT
FREEDOM ACADEMY, UT
GARFIELD SCHOOL DISTRICT, UT
GATEWAY PREPARATORY ACADEMY, UT
GEORGE WASHINGTON ACADEMY, UT
GOOD FOUNDATION ACADEMY, UT
GRAND SCHOOL DISTRICT, UT
GRANITE DISTRICT, UT
GUADALUPE SCHOOL, UT
HAWTHORN ACADEMY, UT
INTECH COLLEGIATE HIGH SCHOOL, UT
IRON SCHOOL DISTRICT, UT
ITINERIS EARLY COLLEGE HIGH, UT
JOHN HANCOCK CHARTER SCHOOL, UT
JORDAN DISTRICT, UT
JUAB SCHOOL DISTRICT, UT
KANE SCHOOL DISTRICT, UT
KARL G MAESER PREPARATORY ACADEMY, UT
LAKEVIEW ACADEMY, UT
LEGACY PREPARATORY ACADEMY, UT
LIBERTY ACADEMY, UT
LINCOLN ACADEMY, UT
LOGAN SCHOOL DISTRICT, UT
MARIA MONTESSORI ACADEMY, UT
MERIT COLLEGE PREPARATORY ACADEMY, UT
MILLARD SCHOOL DISTRICT, UT
MOAB CHARTER SCHOOL, UT
MONTICELLO ACADEMY, UT
MORGAN SCHOOL DISTRICT, UT
MOUNTAINVILLE ACADEMY, UT
MURRAY SCHOOL DISTRICT, UT
NAVIGATOR POINTE ACADEMY, UT
NEBO SCHOOL DISTRICT, UT
NO UT ACAD FOR MATH ENGINEERING & SCIENCE
(NUAMES), UT
NOAH WEBSTER ACADEMY, UT
NORTH DAVIS PREPARATORY ACADEMY, UT
NORTH SANPETE SCHOOL DISTRICT, UT
NORTH STAR ACADEMY, UT
NORTH SUMMIT SCHOOL DISTRICT, UT
ODYSSEY CHARTER SCHOOL, UT
OGDEN PREPARATORY ACADEMY, UT
OGDEN SCHOOL DISTRICT, UT
OPEN CLASSROOM, UT
OPEN HIGH SCHOOL OF UTAH, UT
OQUIRRH MOUNTAIN CHARTER SCHOOL, UT
PARADIGM HIGH SCHOOL, UT
PARK CITY SCHOOL DISTRICT, UT
PINNACLE CANYON ACADEMY, UT
MUTE SCHOOL DISTRICT, UT
PROVIDENCE HALL, UT
PROVO SCHOOL DISTRICT, UT
Requirements for National Cooperative Contract
Page 55 of 57
QUAIL RUN PRIMARY SCHOOL, UT
QUEST ACADEMY, UT
RANCHES ACADEMY, UT
REAGAN ACADEMY, UT
RENAISSANCE ACADEMY, UT
RICH SCHOOL DISTRICT, UT
ROCKWELL CHARTER HIGH SCHOOL, UT
SALT LAKE ARTS ACADEMY, UT
SALT LAKE CENTER FOR SCIENCE EDUCATION, UT
SALT LAKE SCHOOL DISTRICT, UT
SALT LAKE SCHOOL FOR THE PERFORMING ARTS,
UT
SAN JUAN SCHOOL DISTRICT, UT
SEVIER SCHOOL DISTRICT, UT
SOLDIER HOLLOW CHARTER SCHOOL, UT
SOUTH SANPETE SCHOOL DISTRICT, UT
SOUTH SUMMIT SCHOOL DISTRICT, UT
SPECTRUM ACADEMY, UT
SUCCESS ACADEMY, UT
SUCCESS SCHOOL, UT
SUMMIT ACADEMY, UT
SUMMIT ACADEMY HIGH SCHOOL, UT
SYRACUSE ARTS ACADEMY, UT
THOMAS EDISON - NORTH, UT
TIMPANOGOS ACADEMY, UT
TINTIC SCHOOL DISTRICT, UT
TOOELE SCHOOL DISTRICT, UT
TUACAHN HIGH SCHOOL FOR THE PERFORMING
ARTS, UT
UINTAH RIVER HIGH, UT
UINTAH SCHOOL DISTRICT, UT
UTAH CONNECTIONS ACADEMY, UT
UTAH COUNTY ACADEMY OF SCIENCE, UT
UTAH ELECTRONIC HIGH SCHOOL, UT
UTAH SCHOOLS FOR DEAF & BLIND, UT
UTAH STATE OFFICE OF EDUCATION, UT
UTAH VIRTUAL ACADEMY, UT
VENTURE ACADEMY, UT
VISTA AT ENTRADA SCHOOL OF PERFORMING
ARTS AND TECHNOLOGY, UT
WALDEN SCHOOL OF LIBERAL ARTS, UT
WASATCH PEAK ACADEMY, UT
WASATCH SCHOOL DISTRICT, UT
WASHINGTON SCHOOL DISTRICT, UT
WAYNE SCHOOL DISTRICT, UT
WEBER SCHOOL DISTRICT, UT
WEILENMANN SCHOOL OF DISCOVERY, UT
HIGHER EDUCATION
ARGOSY UNIVERSITY
BATON ROUGE COMMUNITY COLLEGE, LA
BIRTHINGWAY COLLEGE OF MIDWIFERY
BLUE MOUNTAIN COMMUNITY COLLEGE
BRIGHAM YOUNG UNIVERSITY - HAWAII
CENTRAL OREGON COMMUNITY COLLEGE
CENTENARY COLLEGE OF LOUISIANA
CHEMEKETA COMMUNITY COLLEGE
CLACKAMAS COMMUNITY COLLEGE
COLLEGE OF THE MARSHALL ISLANDS
COLUMBIA GORGE COMMUNITY COLLEGE
CONCORDIA UNIVERSITY
GEORGE FOX UNIVERSITY
KLAMATH COMMUNITY COLLEGE DISTRICT
LANE COMMUNITY COLLEGE
LEWIS AND CLARK COLLEGE
LINFIELD COLLEGE
LINN-BENTON COMMUNITY COLLEGE
LOUISIANA COLLEGE, LA
LOUISIANA STATE UNIVERSITY
LOUISIANA STATE UNIVERSITY HEALTH SERVICES
MARYLHURST UNIVERSITY
MT. HOOD COMMUNITY COLLEGE
MULTNOMAH BIBLE COLLEGE
NATIONAL COLLEGE OF NATURAL MEDICINE
NORTHWEST CHRISTIAN COLLEGE
OREGON HEALTH AND SCIENCE UNIVERSITY
OREGON INSTITUTE OF TECHNOLOGY
OREGON STATE UNIVERSITY
OREGON UNIVERSITY SYSTEM
PACIFIC UNIVERSITY
PIONEER PACIFIC COLLEGE
PORTLAND COMMUNITY COLLEGE
PORTLAND STATE UNIVERSITY
REED COLLEGE
RESEARCH CORPORATION OF THE UNIVERSITY OF
HAWAII
ROGUE COMMUNITY COLLEGE
SOUTHEASTERN LOUISIANA UNIVERSITY
SOUTHERN OREGON UNIVERSITY (OREGON
UNIVERSITY SYSTEM)
SOUTHWESTERN OREGON COMMUNITY COLLEGE
TULANE UNIVERSITY
TILLAMOOK BAY COMMUNITY COLLEGE
UMPQUA COMMUNITY COLLEGE
UNIVERSITY OF HAWAII BOARD OF REGENTS
UNIVERSITY OF HAWAII-HONOLULU COMMUNITY
COLLEGE
UNIVERSITY OF OREGON-GRADUATE SCHOOL
UNIVERSITY OF PORTLAND
UNIVERSITY OF NEW ORLEANS
WESTERN OREGON UNIVERSITY
WESTERN STATES CHIROPRACTIC COLLEGE
WILLAMETTE UNIVERSITY
XAVIER UNIVERSITY
UTAH SYSTEM OF HIGHER EDUCATION, UT
UNIVERSITY OF UTAH, UT
UTAH STATE UNIVERSITY, UT
WEBER STATE UNIVERSITY, UT
SOUTHERN UTAH UNIVERSITY, UT
SNOW COLLEGE, UT
DIXIE STATE COLLEGE, UT
COLLEGE OF EASTERN UTAH, UT
UTAH VALLEY UNIVERSITY, UT
SALT LAKE COMMUNITY COLLEGE, UT
UTAH COLLEGE OF APPLIED TECHNOLOGY, UT
STATE AGENCIES
ADMIN. SERVICES OFFICE
BOARD OF MEDICAL EXAMINERS
HAWAII CHILD SUPPORT ENFORCEMENT AGENCY
HAWAII DEPARTMENT OF TRANSPORTATION
HAWAII HEALTH SYSTEMS CORPORATION
OFFICE OF MEDICAL ASSISTANCE PROGRAMS
OFFICE OF THE STATE TREASURER
OREGON BOARD OF ARCHITECTS
OREGON CHILD DEVELOPMENT COALITION
OREGON DEPARTMENT OF EDUCATION
OREGON DEPARTMENT OF FORESTRY
OREGON DEPT OF TRANSPORTATION
OREGON DEPT. OF EDUCATION
Requirements for National Cooperative Contract
Page 56 of 57
OREGON LOTTERY
OREGON OFFICE OF ENERGY
OREGON STATE BOARD OF NURSING
OREGON STATE DEPT OF CORRECTIONS
OREGON STATE POLICE
OREGON TOURISM COMMISSION
OREGON TRAVEL INFORMATION COUNCIL
SANTIAM CANYON COMMUNICATION CENTER
SEIU LOCAL 503, OPEU
SOH- JUDICIARY CONTRACTS AND PURCH
STATE DEPARTMENT OF DEFENSE, STATE OF
HAWAII
STATE OF HAWAII
STATE OF HAWAII, DEPT. OF EDUCATION
STATE OF LOUISIANA
STATE OF LOUISIANA DEPT. OF EDUCATION
STATE OF LOUISIANA, 26TH JUDICIAL DISTRICT
ATTORNEY
STATE OF UTAH
Requirements for National Cooperative Contract
Page 57 of 57
6. Attachment B: Excel Price Page
W
o w
`-'
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Za
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O �=
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c� Z
0
W
F O
Z
w Z Z
U :D
a
LLJ
z
a
F
J
W W
O
F Q
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
Z W
J
a
CL
v
v
v
v
v
v
v
v
v
v
v
v
v
v
v
Q W
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
Q
W ()
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
f0
U
CQ
G
U
c
Ln-aj
a)
O
C
w
w
Ln
O
a -I
is
N
W
co
z
GLL
Z
O
u
z
cop
co
C7
Ln
Ln
m
com
o
m
w
aj
W
w
_
o
o
m
o
a_
Joy
s
o
z
a
a
x
j
a'
W
aJ
x
�
bfJ
-
rn
W
oi
fa
C7
Q
-p
J
m
W
W
O
Q
J
J
VI
W
N
ra
(
O
-
n
t
Ln
_
Ln
00
Ln
J
0
X
d'
J
O
rn
^
d'
O,
d'
Cn
�
m
rn
Cn
N
O
dt
x
�
x
-
W
x
io
O
d'
W
d.
O
.-y
W
Ln
rn
~
O
m
xaj
m
rn
aJ
v
x
v
�
a
rn
N
O
d'
C
J
J
M
C
J
x
U
N
rn
J
N
X
J
In
J
c�
m
x
m
x
m
m
0
Z
C. L.
CO W
Cm
c. (�
W
C Z
~ J
(J W
W O
Z
CQ
G
0
Z
C
LO
C
W W
C
D Q
Z
(J
Q
W
D
Z
CQ
G
C C
z2LLJ
CO
W ~ D
O Z
W
o w
`-'
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Za
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O �=
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c� Z
0
W
F O
Z
w Z Z
U :D
a
LLJ
z
a
F
J
W W
O C
~ Q
In
U
In
U
In
U
In
U
In
U
In
U
In
U
In
U
In
U
J
d
In
U
In
U
In
U
In
U
In
U
Q
W
Z w
JT
aj
CL
y
v
a
a
a
O
Q W
c
J
uC
C
uu_C
C
Cu_C
C
Cu_C
C
Cu_C
C
Cu_C
C
Cu_C
C
Cu_C
C
Cu_C
C
Cu_C
C
v
O
v
O
in
Fa
Vn
Fa
Vn
a]
C Q
a]
aj
t
aj
t
aj
t
aj
t
aj
t
aj
t
aj
t
aj
t
aj
t
aj
t
W
(.7
U
U
U
U
U
U
U
U
U
U
U
O
O
O
Q
O
j
Q
C
O
E
C
Z
.-y
aj
aj
V1
aj
Z
6
aj
C
aj
O
U
sz
Z
N
d'
2
J
Ln
'c
xO
J
i
aj
x.
J�
O
N
—
i
W
r
N
U
N
�
m
t
i
W
'6
'6
Ln
N
T
m
U
Z
O
aj
bA
a
„!
O
O
n
Z
bA
d7
N
Ln
U
_
J
Oaj
mo
Ln
Xin
N)oo
G.
O
rn
U
J
7
m
�_
�_
is
blo
L
aj
O
V1
O
O
�n
m
m
i�
N
U
aj
O
'Vf
N
CCC
C
J
u
C
COC
C
W
O
�
aj
W
W
w
00
O
Ln x
n
bA
a
aJ
U
aj
s
m
a
m
v
c
o
a
O
O
O
-o
a
C7
a
C7
Y
�
v
w
LO
ui
m
u
u
O
U
aj
W
O
+-'
"
O
O
u
h
v11
o
Lo
O
aj
O
Z
Z
a
m
ajw
u
c
m
a,
aj
m
J
O
aj
O
0W
W
'6
N
O
O
H
O
W
x
x
r-4
U
aj
E
bA
to
O
O
U
'6
C
a+
t
C
a]
Q
O
O
V
coU
Q
L
N
baj
A
O
'�
u
C7
w
L
a]
U
U
U
N
Z
w
`p
N
O
Z
C
C
CO W
c0
C D
w D
C Z
~ J
(J W
W O
:D g
Z
CQ
G
0
Z
C
LO
C
W W
C g
D Q
Z
(J
Q
W
D
Z
CQ
G
C C
z LLJ
2 m
W ~ D
O Z
W
o w
`-'
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Za
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O �=
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c� Z
0
W
F O
Z
w Z Z
U :D
a
LLJ
z
a
F
J
W W
O C
F Q
Q
W
In
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
N
U
Z W
Jaj
a
z
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
J (7
N
N
U
U
U
U
U
U
U
U
U
U
U
U
U
U
Q W
a]
a]
C
C
C
C
C
C
C
C
C
C
C
C
C
C
QC
C
K
N
bA
E
—_
n
C
r
C
Y
U
C
W
amm
'L
-Fa
U
bA
L
U
a]
—_
O
N
W
L
—
_
O
0
O
S
b
C
U
E
J
U
S
K
Z
aJ
W
m
u
a]
i
Q
J
0
a]
7
p
\
p
s
U
T
E
E
d
O
O
d
>
U
U
m
aU
a]
c-I
C
J
0
O
Ln
m
N
c-I
N
0
yi
C
J
E
J
c-I
c
G
N
J
E
Q
J
d
E
N
J
0.
c-I
0.
rn
d
O
aJ
w
E
`n
Ln o
E
J
E
o
0
0
p
a
E
Ln
ti
H
O
a0i
.�
aN—I
O
c-I
vpi
ON
�p
.0
0
O
O
Q
Q
C
G
N
p-
O
N
c
Q
`~
p
0
p
'6
✓1
6
O
N
00
0
F
=
OJ
0
Q
Q
O
=
a]
a]
_
_
C
Q
N
0
'O
6
U
'�
O
p
i
U
C
to
p
cy
x
O
O
C
p
O
C7
x
N
0
N
a]
a]
=
a]
C
=
C
N
=
a]
O
'0
=
p
'p
O
N
=
O
C7
'0
Y
fUa
C7o
C7
C7
O
Z
C
C
(� W
c0
C D
w D
C Z
~ J
(J W
W O
:D g
Z
CQ
G
0
Z
C
LO
C
W W
C g
D Q
Z
(J
Q
W
D
Z
CQ
G
C C
z 2 LLJ
m
W ~ D
O Z
W
o w
`-'
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Za
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O �=
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c� Z
0
W
F O
Z
w Z Z
U :D
a
LLJ
z
a
F
J
W W
O C
~ Q
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
Z w
J
a
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
r
F
F
F
F
F
F
F
F
F
F
F
F
F
�
J 0
U
U
a2S
a2S
a2S
a2S
a2S
a2S
a2S
a2S
a2S
a2S
a2S
a2S
a2S
a2S
Q W
C
C
W Q
to
to
F (.7
O
O
O
O
O
O
O
O
O
O
O
O
O
O
H
H
H
H
H
H
H
H
H
H
H
H
H
H
CQ
G
S
f0
N
S
_
i
m
t
N
i
O
U
U
Q
m
m
GG�
G
O
Z
U
E
O
a
O
O
0)
aJ
a
T
a
°-
°J
m
d Ln
t
d
j
j
L
oO
Q
d
0
a
W
aJ
aa
O
O
ai
N
d
N
0
O
d
d'
O�
o
0
0
0
0
r,
0
0
0
ix
�
X
x
C7
�n
N
H
O
_
—
x
W
X
d
M
W
of
.-y
d'
In
Lq
W
c-I
O
aJ
O
o
K
aJ
7
^
�`!
�
7
M
w
a
o
Ln
o
c
v
0
a
Ln
F
3
F
~
v
0
0)
3
~
a
F
`n
c
-o
N
66
s
O
•�
•>
r
'^
H
m
O
H
—
s
m
m
m
m
r
—
o
H
-o
aj
H
s
m
m
s
C
aJ
m
E
W
o
m
m
N
0
a]
—
'o
W
is
m
O
is
m
O
ci
GGO
a]
~
O
>
Q
U
O
Z
C
C
CO W
c0
C D
w D
C Z
J
~ W
(J
W O
Z
CQ
G
0
Z
C
LO
C
W W
C g
D Q
Z
(J
Q
W
D
Z
CQ
G
C C
z2LLJ
CO
W ~ D
O Z
W
o w
`-'
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Za
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O �=
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c� Z
O
W
F O
Z
w Z Z
U :D
a
LLJ
C
a
F
J
W W
O C
~ Q
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
Z w
J
a
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
a,
O
F
F
F
F
F
F
F
F
F
F
F
F
F
F
�
LLJ
z
w Q
v
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
v
3
F cJ
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
F-
F-
F-
F-
F-
F-
is
�
s
�
t
�
j
t
L
m
�
L
cois
U
Z
Z
s
Q
>
aj
O
aj
_T
aj
Q
d
in
^
d.may
T
U
N
O
O
d
a]
a -I
d
N
d
Z
O
O
O
^
ZD
O
p
aj
O
QLn
O
d
0)W
x
x
Y
p
O
O
O
x
W
O
p
Ln
O
00
o
o
°�
00
x
LnI�
W
x
d'
ax
p'
W
~
x
r,
x
3
°�
aJ
w
T
`"
x
O
x
?�
x
p
d'
Ln
W
W
Op
W
d
`�
N
^
H
7
aj
I�
aj
0
n
rn
aj
C
G
3
?�
O
N
aj
O
aj?�
3
faj
a
m
3
a]
O
W
O
r
r
f00
r
aj
m
is
aj
O
�n
O
7
coO
K
t
H
O
a]
m
_
m
U
O
a]
Q
u
a]
O
H
O
H
d
p
m
1'
O
N
a.+
O
p
to
O
N
O
2
—
O
�=
a]
O
O
Q
E
N
Ln
d
U
O
O
H
Ln
aj
N
U
O
Z
C
C
(� W
c0
C D
w D
C Z
~ J
(J W
W O
Z
CQ
G
0
Z
C
LO
C
W W
C g
D Q
Z
(J
Q
W
D
Z
CQ
G
C C
z LLJ
2 m
W ~ D
O Z
O
O
O
CITY OF TUCSON RFP #202329 JANITORIAL AND SANITATION ADDITIONAL OFFERINGS/
ATTACHMENT B SUPPLIES, EQUIPMENT AND SUPPLIERS
TAB 2 RELATED SERVICES
MANUFACTURERS - List all manufacturersand suppliers that your firm will offer through this contract and the
associated discount off.
MANUFACTURER CATALOG EFFECTIVE DATE(S) % DISCOUNT OFF LIST PRICE
7. Attachment C: HUD Forms
ATTACHMENT C
HOUSING AND URBAN DEVELOPMENT (HUD)
5369-B
5369-C
5370-C Section 1
SECTION 3
5369-B
Instructions to Offerors
Non -Construction
1. Preparation of Offers
U.S. Department of Housing 11111111
and Urban Development -03291 -
Office of Public and Indian Housing
(a) Offerors are expected to examine the statement of work, the
proposed contract terms and conditions, and all instructions. Failure
to do so will be at the offeror's risk.
(b) Each offeror shall furnish the information required by the solicita-
tion. The offeror shall sign the offer and print or type its name on the
cover sheet and each continuation sheet on which it makes an entry.
Erasures or other changes must be initialed by the person signing the
offer. Offers signed by an agent shall be accompanied by evidence of
that agent's authority, unless that evidence has been previously
furnished to the HA.
(c) Offers for services other than those specified will not be consid-
ered.
2. Submission of Offers
(a) Offers and modifications thereof shall be submitted in sealed
envelopes or packages (1) addressed to the office specified in the
solicitation, and (2) showing the time specified for receipt, the solicita-
tion number, and the name and address of the offeror.
(b) Telegraphic offers will not be considered unless authorized by the
solicitation; however, offers may be modified by written or telegraphic
notice.
(c) Facsimile offers, modifications or withdrawals will not be consid-
ered unless authorized by the solicitation.
3. Amendments to Solicitations
(a) If this solicitation is amended, then all terms and conditions which
are not modified remain unchanged.
(b) Offerors shall acknowledge receipt of any amendments to this
solicitation by
(1) signing and returning the amendment;
(2) identifying the amendment number and date in the space
provided for this purpose on the form for submitting an offer,
(3) letter or telegram, or
(4) facsimile, if facsimile offers are authorized in the solicitation.
The HA/HUD must receive the acknowledgment by the time
spec fled for receipt of offers.
4. Explanation to Prospective Offerors
Any prospective offeror desiring an explanation or interpretation of the
solicitation, statement of work, etc., must request it in writing soon
enough to allow a reply to reach all prospective offerors before the
submission of their offers. Oral explanations or instructions given
before the award of the contract will not be binding. Any information
given to a prospective offeror concerning a solicitation will be furnished
promptly to all other prospective offerors as an amendment of the
solicitation, it that information is necessary in submitting offers or If the
lack of it would be prejudicial to any other prospective offerors.
5. Responsibility of Prospective Contractor
(a) The HA shall award a contract only to a responsible prospective
contractor who is able to perform successfully under the terms and
conditions of the proposed contract. To be determined responsible,
a prospective contractor must -
(1) Have adequate financial resources to perform the contract, or
the ability to obtain them;
(2) Have a satisfactory performance record;
(3) Have a satisfactory record of integrity and business ethics;
(4) Have a satisfactory record of compliance with public policy
(e.g., Equal Employment Opportunity); and
(5) Not have been suspended, debarred, or otherwise determined
to be ineligible for award of contracts by the Department of
Housing and Urban Development or any other agency of the
U.S. Government. Current lists of ineligible contractors are
available for inspection at the HA/HUD.
(b) Before an offer is considered for award, the offeror may be
requested by the HA to submit a statement or other documentation
regarding any of the foregoing requirements. Failure by the offeror to
provide such additional information may render the offeror ineligible for
award.
6. Late Submissions, Modifications, and Withdrawal of Offers
(a) Any offer received at the place designated in the solicitation after
the exact time specified for receipt will not be considered unless it is
received before award is made and it -
(1) Was sent by registered or certified mail not laterthan the fifth
calendar day before the date specified for receipt of offers
(e.g., an offer submitted in response to a solicitation requiring
receipt of offers by the 20th of the month must have been
mailed by the 15th);
(2) Was sent by mail, or if authorized by the solicitation, was sent
by telegram or via facsimile, and it is determined by the HA/
HUD that the late receipt was due solely to mishandling by the
HA/HUD after receipt at the HA;
(3) Was sent by U.S. Postal Service Express Mail Next Day
Service - Post Office to Addressee, not later than 5:00 p.m. at
the place of mailing two working days prior to the date specified
for receipt of proposals. The term "working days" excludes
weekends and U.S. Federal holidays; or
(4) Is the only offer received.
(b) Any modification of an offer, except a modification resulting from
the HA's request for'best and final" offer (if this solicitation is a request
for proposals), is subject to the same conditions as in subparagraphs
(a)(1), (2), and (3) of this provision.
(c) A modification resulting from the HA's request for "best and final"
offer received after the time and date specified in the request will not
be considered unless received before award andthe late receipt is due
solely to mishandling by the HA after receipt at the HA.
(d) The only acceptable evidence to establish the date of mailing of a
late offer, modification, or withdrawal sent either by registered or
certified mail is the U.S. or Canadian Postal Service postmark both on
the envelope or wrapper and on the original receipt from the U.S. or
Canadian Postal Service. Both postmarks must show a legible date
or the offer, modification, or withdrawal shall be processed as if mailed
late. "Postmark" means a printed, stamped, or otherwise placed
impression (exclusive of a postage meter machine impression) that is
readily identifiable without further action as having been supplied and
affixed by employees of the U.S. or Canadian Postal Service on the
date of mailing. Therefore, offerors should request the postal clerkto
place a hand cancellation bull's-eye postmark on both the receipt and
the envelope or wrapper.
(e) The only acceptable evidence to establish the time of receipt atthe
HA is the time/date stamp of HA on the offer wrapper or other
documentary evidence of receipt maintained by the HA.
Previous edition is obsolete page 1 of 2 form HUD-5369-B (8/93)
ref. Handbook 7460.8
(f) The only acceptable evidence to establish the date of mailing of a
late offer, modification, or withdrawal sent by Express Mail Next Day
Service -Post Office to Addressee is the date entered by the post office
receiving clerk on the "Express Mail Next Day Service -Post Office to
Addressee" label and the postmark on both the envelope or wrapper
and on the original receipt from the U.S. Postal Service. "Postmark"
has the same meaning as defined in paragraph (c) of this provision,
excluding postmarks of the Canadian Postal Service. Therefore,
offerors should request the postal clerk to place a legible hand
cancellation bull's eye postmark on both the receipt and the envelope
or wrapper.
(g) Notwithstanding paragraph (a) of this provision, a late modification
of an otherwise successful offer that makes its terms more favorable
to the HA will be considered at any time it is received and may be
accepted.
(h) If this solicitation is a request for proposals, proposals may be
withdrawn by written notice, or If authorized by this solicitation, by
telegram (including mailgram) or facsimile machine transmission
received at any time before award. Proposals may be withdrawn in
person by a offeror or its authorized representative if the identity of the
person requesting withdrawal is established and the person signs a
receipt for the offer before award. If this solicitation is an invitation for
bids, bids may be withdrawn at any time prior to bid opening.
7. Contract Award
(a) The HA will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be
most advantageous to the HA, cost or priceand otherfactors, specified
elsewhere in this solicitation, considered.
(b) The HA may
(1) reject any or all offers K such action is in the HA's interest,
(2) accept other than the lowest offer,
(3) waive informalities and minor irregularities in offers received,
and (4) award more than one contract for all or part of the
requirements stated.
(c) If this solicitation is a request for proposals, the HA may award a
contract on the basis of initial offers received, without discussions.
Therefore, each initial offer should contain the offeror's bestterms from
a cost or price and technical standpoint.
(d) A written award or acceptance of offer mailed or otherwise
fumished to the successful offeror within the time for acceptance
specified in the offer shall result in a binding contract without further
action by either party. If this solicitation is a request for proposals,
beforethe offer's specified expiration time, the HA may accept an offer,
whether or not there are negotiations after its receipt, unless awritten
notice of withdrawal is received before award. Negotiations conducted
after receipt of an offer do not constitute a rejection or counteroffer by
the HA.
(a) Neither financial data submitted with an offer, nor representations
concerning facilities or financing, will form a part of the resulting
contract.
S. Service of Protest
Any protest against the award of acontract pursuant to this solicitation
shall be served on the HA by obtaining written and dated acknowledg-
ment of receipt from the HA at the address shown on the cover of this
solicitation. The determination of the HA with regard to such protest
or to proceed to award notwithstanding such protest shall be final
unless appealed by the protestor.
9. Offer Submission
Offers shall be submitted as follows and shall be enclosed in a sealed
envelope and addressed to the office specified in the solicitation. The
proposal shall show the hour and date specified in the solicitation
for receipt, the solicitation number, and the name and address of
the offeror, on the face of the envelope.
It is very Important that the offer be properly identified on the face
of the envelope as set forth above in order to insure that the date and
time of receipt is stamped on the face of the offer envelope. Receiving
procedures are: date and time stamp those envelopes identified as
proposals and deliver them immediately to the appropriate contracting
official, and only date stamp those envelopes which do not contain
identification of the contents and deliver them to the appropriate
procuring activity only through the routine mail delivery procedure.
[Describe bid or proposal preparation instructions here:]
Previous edition is obsolete page 1 of 2 form HUD-536" (8/93
ref. Handbook 7460J
5369-C
Certifications and
Representations
of Offerors
Non -Construction Contract
U.S. Department of Housing OMB Approval No: 2577-0180 (exp. 7/30/96)
and Urban Development
Office of Public and Indian Housing
Public reporting burden for this collection of information is estimated to average 5 minutes per response, including the time for reviewing instructions, searching
existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information.
This form includes clauses required by OMB's common rule on bidding/offering procedures, implemented by HUD in 24 CFR 85.36, and those requirements
set forth in Executive Order 11625 for small, minority, women -owned businesses, and certifications for independent price determination, and conflict of interest.
The form is required for nonconstruction contracts awarded by Housing Agencies (HAs). The form is used by bidders/offerors to certify to the HA's Contracting
Officer for contract compliance. If the form were not used, HAs would be unable to enforce their contracts. Responses to the collection of information are
required to obtain a benefit or to retain a benefit. The information requested does not lend itself to confidentiality.
1. Contingent Fee Representation and Agreement
(a) The bidder/offeror represents and certifies as part of its bid/
offer that, except for full-time bona fide employees working
solely for the bidder/offeror, the bidder/offeror:
(1) [ ] has, [ ] has not employed or retained any person or
company to solicit or obtain this contract; and
(2) [ ] has, [ ] has not paid or agreed to pay to any person
or company employed or retained to solicit or obtain this
contract any commission, percentage, brokerage, or other
fee contingent upon or resulting from the award of this
contract.
(b) If the answer to either (a)(1) or (a) (2) above is affirmative,
the bidder/offeror shall make an immediate and full written
disclosure to the PHA Contracting Officer.
(c) Any misrepresentation by the bidder/offeror shall give the
PHA the right to (1) terminate the resultant contract; (2) at its
discretion, to deduct from contract payments the amount of any
commission, percentage, brokerage, or other contingent fee; or
(3) take other remedy pursuant to the contract.
2. Small, Minority, Women -Owned Business Concern Rep-
resentation
The bidder/offeror represents and certifies as part of its bid/ offer
that it:
(a) [ ] is, [ ] is not a small business concern. "Small business
concern," as used in this provision, means a concern, includ-
ing its affiliates, that is independently owned and operated,
not dominant in the field of operation in which it is bidding,
and qualified as a small business under the criteria and size
standards in 13 CFR 121.
(b) [ ] is, [ ] is not a women -owned small business concern.
"Women -owned," as used in this provision, means a small
business that is at least 51 percent owned by a woman or
women who are U.S. citizens and who also control and
operate the business.
(c) [ ] is, [ ] is not a minority enterprise which, pursuant to
Executive Order 11625, is defined as a business which is at
least 51 percent owned by one or more minority group
members or, in the case of a publicly owned business, at least
51 percent of its voting stock is owned by one or more
minority group members, and whose management and daily
operations are controlled by one or more such individuals.
For the purpose of this definition, minority group members are:
(Check the block applicable to you)
[ ] Black Americans [ ] Asian Pacific Americans
[ ] Hispanic Americans [ ] Asian Indian Americans
[ ] Native Americans [ ] Hasidic Jewish Americans
3. Certificate of Independent Price Determination
(a) The bidder/offeror certifies that—
(1) The prices in this bid/offer have been arrived at indepen-
dently, without, for the purpose of restricting competi-
tion, any consultation, communication, or agreement
with any other bidder/offeror or competitor relating to (i)
those prices, (ii) the intention to submit a bid/offer, or
(iii) the methods or factors used to calculate the prices
offered;
(2) The prices in this bid/offer have not been and will not be
knowingly disclosed by the bidder/offeror, directly or
indirectly, to any other bidder/offeror or competitor be-
fore bid opening (in the case of a sealed bid solicitation)
or contract award (in the case of a negotiated solicitation)
unless otherwise required by law; and
(3) No attempt has been made or will be made by the bidder/
offeror to induce any other concern to submit or not to
submit a bid/offer for the purpose of restricting competition.
(b) Each signature on the bid/offer is considered to be a certifi-
cation by the signatory that the signatory:
(1) Is the person in the bidder/offeror's organization respon-
sible for determining the prices being offered in this bid
or proposal, and that the signatory has not participated
and will not participate in any action contrary to subpara-
graphs (a)(1) through (a)(3) above; or
(2) (i) Has been authorized, in writing, to act as agent for the
following principals in certifying that those principals
have not participated, and will not participate in any
action contrary to subparagraphs (a)(1) through (a)(3)
above (insert full name of person(s) in the bidder/offeror's
organization responsible for determining the prices of-
fered in this bid or proposal, and the title of his or her
position in the bidder/offeror's organization);
(ii) As an authorized agent, does certify that the princi-
pals named in subdivision (b)(2)(i) above have not par-
ticipated, and will not participate, in any action contrary
to subparagraphs (a)(1) through (a)(3) above; and
form HUD-5369-C (8/93)
Previous edition is obsolete
page 1 of 2 ref. Handbook 7460.8
(iii) As an agent, has not personally participated, and will 6. Conflict of Interest
not participate in any action contrary to subparagraphs In the absence of any actual or apparent conflict, the offeror, by
(a)(1) through (a)(3) above. submission of a proposal, hereby warrants that to the best of its
(c) If the bidder/offeror deletes or modifies subparagraph (a)2 knowledge and belief, no actual or apparent conflict of interest
above, the bidder/offeror must furnish with its bid/offer a exists with regard to my possible performance of this procure -
signed statement setting forth in detail the circumstances of ment, as described in the clause in this solicitation titled "Orga-
the disclosure. nizational Conflict of Interest."
4. Organizational Conflicts of Interest Certification
(a) The Contractor warrants that to the best of its knowledge and
belief and except as otherwise disclosed, it does not have any
organizational conflict of interest which is defined as a
situation in which the nature of work under a proposed
contract and a prospective contractor's organizational, fi-
nancial, contractual or other interest are such that:
(i) Award of the contract may result in an unfair competi-
tive advantage;
(ii) The Contractor's objectivity in performing the con-
tract work may be impaired; or
(iii) That the Contractor has disclosed all relevant infor-
mation and requested the HA to make a determination
with respect to this Contract.
(b) The Contractor agrees that if after award he or she discovers
an organizational conflict of interest with respect to this
contract, he or she shall make an immediate and full disclo-
sure in writing to the HA which shall include a description of
the action which the Contractor has taken or intends to
eliminate or neutralize the conflict. The HA may, however,
terminate the Contract for the convenience of HA if it would
be in the best interest of HA.
(c) In the event the Contractor was aware of an organizational
conflict of interest before the award of this Contract and
intentionally did not disclose the conflict to the HA, the HA
may terminate the Contract for default.
(d) The Contractor shall require a disclosure or representation
from subcontractors and consultants who may be in a position
to influence the advice or assistance rendered to the HA and
shall include any necessary provisions to eliminate or neutralize
conflicts of interest in consultant agreements or subcontracts
involving performance or work under this Contract.
5. Authorized Negotiators (RFPs only)
The offeror represents that the following persons are authorized
to negotiate on its behalf with the PHA in connection with this
request for proposals: (list names, titles, and telephone numbers
of the authorized negotiators):
7. Offeror's Signature
The offeror hereby certifies that the information contained in
these certifications and representations is accurate, complete,
and current.
Signature & Date:
Typed or Printed Name:
Title:
for
Previous edition is obsolete page 2 of 2 ref. Handbook 7460.8
5370-C 1
General Conditions for Non -Construction U.S. Department of Housing and Urban
Contracts Development
Office of Public and Indian Housing
Section I — (With or without Maintenance Work) Office of Labor Relations
OMB Approval No. 2577-0157 (exp. 1/31/2017)
Public Reporting Burden for this collection of information is estimated to average 0.08 hours per response, including the time for reviewing instructions,
searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send
comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the
Reports Management Officer, Office of Information Policies and Systems, U.S. Department of Housing and Urban Development, Washington, D.C.
20410-3600; and to the Office of Management and Budget, Paperwork Reduction Project (2577-0157), Washington, D.C. 20503. Do not send this
completed form to either of these addressees.
Applicability. This form HUD-5370-C has 2 Sections. These
Sections must be inserted into non -construction contracts as
described below:
1) Non -construction contracts (without maintenance)
greater than $100,000 - use Section I;
2) Maintenance contracts (including nonroutine
maintenance as defined at 24 CFR 968.105) greater than
$2,000 but not more than $100,000 - use Section II; and
3) Maintenance contracts (including nonroutine
maintenance), greater than $100,000 — use Sections
and II.
Section I - Clauses for All Non -Construction Contracts greater
than $100,000
1. Definitions
The following definitions are applicable to this contract:
(a) "Authority or Housing Authority (HA)" means the
Housing Authority.
(b) "Contract" means the contract entered into between the
Authority and the Contractor. It includes the contract form,
the Certifications and Representations, these contract
clauses, and the scope of work. It includes all formal
changes to any of those documents by addendum, Change
Order, or other modification.
(c) "Contractor" means the person or other entity entering into
the contract with the Authority to perform all of the work
required under the contract.
(d) "Day" means calendar days, unless otherwise stated.
(e) "HUD" means the Secretary of Housing and Urban
development, his delegates, successors, and assigns, and
the officers and employees of the United States
Department of Housing and Urban Development acting for
and on behalf of the Secretary.
2. Changes
(a) The HA may at any time, by written order, and without
notice to the sureties, if any, make changes within the
general scope of this contract in the services to be
performed or supplies to be delivered.
(b) If any such change causes an increase or decrease in the
hourly rate, the not -to -exceed amount of the contract, or
the time required for performance of any part of the work
under this contract, whether or not changed by the order,
or otherwise affects the conditions of this contract, the HA
shall make an equitable adjustment in the not -to -exceed
amount, the hourly rate, the delivery schedule, or other
affected terms, and shall modify the contract accordingly.
(c) The Contractor must assert its right to an equitable
adjustment under this clause within 30 days from the date
of receipt of the written order. However, if the HA decides
that the facts justify it, the HA may receive and act upon a
proposal submitted before final payment of the contract.
(d) Failure to agree to any adjustment shall be a dispute under
clause Disputes, herein. However, nothing in this clause
shall excuse the Contractor from proceeding with the
contract as changed.
(e) No services for which an additional cost or fee will be
charged by the Contractor shall be furnished without the
prior written consent of the HA.
3. Termination for Convenience and Default
(a) The HA may terminate this contract in whole, or from time
to time in part, for the HA's convenience or the failure of the
Contractor to fulfill the contract obligations (default). The
HA shall terminate by delivering to the Contractor a written
Notice of Termination specifying the nature, extent, and
effective date of the termination. Upon receipt of the notice,
the Contractor shall: (i) immediately discontinue all services
affected (unless the notice directs otherwise); and (ii)
deliver to the HA all information, reports, papers, and other
materials accumulated or generated in performing
this contract, whether completed or in process.
(b) If the termination is for the convenience of the HA, the HA
shall be liable only for payment for services rendered
before the effective date of the termination.
(c) If the termination is due to the failure of the Contractor to
fulfill its obligations under the contract (default), the HA may
(i) require the Contractor to deliver to it, in the manner
and to the extent directed by the HA, any work as
described in subparagraph (a)(ii) above, and compensation
be determined in accordance with the Changes clause,
paragraph 2, above; (ii) take over the work and prosecute
the same to completion by contract or otherwise, and the
Contractor shall be liable for any additional cost incurred by
the HA; (iii) withhold any payments to the Contractor, for the
purpose of off -set or partial payment, as the case may
be, of amounts owed to the HA by the Contractor.
(d) If, after termination for failure to fulfill contract obligations
(default), it is determined that the Contractor had not failed,
the termination shall be deemed to have been effected for
the convenience of the HA, and the Contractor shall been
titled to payment as described in paragraph (b) above.
(e) Any disputes with regard to this clause are expressly made
subject to the terms of clause titled Disputes herein.
4. Examination and Retention of Contractor's Records
(a) The HA, HUD, or Comptroller General of the United States,
or any of their duly authorized representatives shall, until 3
years after final payment under this contract, have access
to and the right to examine any of the Contractor's directly
pertinent books, documents, papers, or other records
involving transactions related to this contract for the
purpose of making audit, examination, excerpts, and
transcriptions.
Section I - Page 1 of 6 form HUD-5370-C (01/2014)
(b) The Contractor agrees to include in first -tier subcontracts
under this contract a clause substantially the same as
paragraph (a) above. "Subcontract," as used in this clause,
excludes purchase orders not exceeding $10,000.
(c) The periods of access and examination in paragraphs (a)
and (b) above for records relating to:
(i) appeals under the clause titled Disputes;
(ii) litigation or settlement of claims arising from the
performance of this contract; or,
(iii) costs and expenses of this contract to which the HA,
HUD, or Comptroller General or any of their duly
authorized representatives has taken exception shall
continue until disposition of such appeals, litigation,
claims, or exceptions.
5. Rights in Data (Ownership and Proprietary Interest)
The HA shall have exclusive ownership of, all proprietary
interest in, and the right to full and exclusive possession of all
information, materials and documents discovered or produced
by Contractor pursuant to the terms of this Contract, including
but not limited to reports, memoranda or letters concerning the
research and reporting tasks of this Contract.
6. Energy Efficiency
The contractor shall comply with all mandatory standards and
policies relating to energy efficiency which are contained in the
energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (Pub.L. 94-163) for the State in
which the work under this contract is performed.
7. Disputes
(a) All disputes arising under or relating to this contract, except
for disputes arising under clauses contained in Section lll,
Labor Standards Provisions, including any claims for
damages for the alleged breach there of which are not
disposed of by agreement, shall be resolved under this
clause.
(b) All claims by the Contractor shall be made in writing and
submitted to the HA. A claim by the HA against the
Contractor shall be subject to a written decision by the HA.
(c) The HA shall, with reasonable promptness, but in no event
in no more than 60 days, render a decision concerning any
claim hereunder. Unless the Contractor, within 30 days after
receipt of the HA's decision, shall notify the HA in writing
that it takes exception to such decision, the decision
shall be final and conclusive.
(d) Provided the Contractor has (i) given the notice within the
time stated in paragraph (c) above, and (ii) excepted its
claim relating to such decision from the final release, and (iii)
brought suit against the HA not later than one year after
receipt of final payment, or if final payment has not been
made, not later than one year after the Contractor has had a
reasonable time to respond to a written request by the HA
that it submit a final voucher and release, whichever is
earlier, then the HA's decision shall not be final or
conclusive, but the dispute shall be determined on the
merits by a court of competent jurisdiction.
(e) The Contractor shall proceed diligently with performance of
this contract, pending final resolution of any request for
relief, claim, appeal, or action arising under the contract,
and comply with any decision of the HA.
8. Contract Termination; Debarment
A breach of these Contract clauses may be grounds for
termination of the Contract and for debarment or denial of
participation in HUD programs as a Contractor and a
subcontractor as provided in 24 CFR Part 24.
9. Assignment of Contract
The Contractor shall not assign or transfer any interest in this
contract; except that claims for monies due or to become due
from the HA under the contract may be assigned to a bank,
trust company, or other financial institution. If the Contractor is
a partnership, this contract shall inure to the benefit of the
surviving or remaining member(s) of such partnership approved
by the HA.
10. Certificate and Release
Prior to final payment under this contract, or prior to settlement
upon termination of this contract, and as a condition precedent
thereto, the Contractor shall execute and deliver to the HA a
certificate and release, in a form acceptable to the HA, of all
claims against the HA by the Contractor under and by virtue of
this contract, other than such claims, if any, as may be
specifically excepted by the Contractor in stated amounts set
forth therein.
11. Organizational Conflicts of Interest
(a) The Contractor warrants that to the best of its knowledge
and belief and except as otherwise disclosed, it does not
have any organizational conflict of interest which is defined
as a situation in which the nature of work under this
contract and a contractor's organizational, financial,
contractual or other interests are such that:
(i) Award of the contract may result in an unfair
competitive advantage; or
(ii) The Contractor's objectivity in performing the contract
work may be impaired.
(b) The Contractor agrees that if after award it discovers an
organizational conflict of interest with respect to this contract
or any task/delivery order under the contract, he or she shall
make an immediate and full disclosure in writing to the
Contracting Officer which shall include a description of the
action which the Contractor has taken or intends to take to
eliminate or neutralize the conflict. The HA may, however,
terminate the contract or task/delivery order for the
convenience of the HA if it would be in the best interest
of the HA.
(c) In the event the Contractor was aware of an organizational
conflict of interest before the award of this contract and
intentionally did not disclose the conflict to the Contracting
Officer, the HA may terminate the contract for default.
(d) The terms of this clause shall be included in all
subcontracts and consulting agreements wherein the work
to be performed is similar to the service provided by the
prime Contractor. The Contractor shall include in such
subcontracts and consulting agreements any necessary
provisions to eliminate or neutralize conflicts of interest.
12. Inspection and Acceptance
(a) The HA has the right to review, require correction, if
necessary, and accept the work products produced by the
Contractor. Such review(s) shall be carried out within 30
days so as to not impede the work of the Contractor. Any
Section I - Page 2 of 6 form HUD-5370-C (01/2014)
product of work shall be deemed accepted as submitted if
the HA does not issue written comments and/or required
corrections within 30 days from the date of receipt of such
product from the Contractor.
(b) The Contractor shall make any required corrections
promptly at no additional charge and return a revised copy
of the product to the HA within 7 days of notification or a
later date if extended by the HA.
(c) Failure by the Contractor to proceed with reasonable
promptness to make necessary corrections shall be a
default. If the Contractor's submission of corrected work
remains unacceptable, the HA may terminate this contract
(or the task order involved) or reduce the contract price or
cost to reflect the reduced value of services received.
13. Interest of Members of Congress
No member of or delegate to the Congress of the United States
of America or Resident Commissioner shall be admitted to any
share or part of this contract or to any benefit to arise there from,
but this provision shall not be construed to extend to this
contract if made with a corporation for its general benefit.
14. Interest of Members, Officers, or Employees and Former
Members, Officers, or Employees
No member, officer, or employee of the HA, no member of the
governing body of the locality in which the project is situated, no
member of the governing body in which the HA was activated,
and no other pubic official of such locality or localities who
exercises any functions or responsibilities with respect to the
project, shall, during his or her tenure, or for one year
thereafter, have any interest, direct or indirect, in this contract or
the proceeds thereof.
15. Limitation on Payments to Influence Certain Federal
Transactions
(a) Definitions. As used in this clause:
"Agency", as defined in 5 U.S.C. 552(f), includes Federal
executive departments and agencies as well as independent
regulatory commissions and Government corporations, as
defined in 31 U.S.C. 9101(1).
"Covered Federal Action" means any of the following
Federal actions:
(i) The awarding of any Federal contract;
(ii) The making of any Federal grant;
(iii) The making of any Federal loan;
(iv) The entering into of any cooperative agreement; and,
(v) The extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or
cooperative agreement.
Covered Federal action does not include receiving from an
agency a commitment providing for the United States to insure
or guarantee a loan.
"Indian tribe" and "tribal organization" have the meaning
provided in section 4 of the Indian Self -Determination and
Education Assistance Act (25 U.S.C. 450B). Alaskan Natives
are included under the definitions of Indian tribes in that Act.
"Influencing or attempting to influence" means making, with
the intent to influence, any communication to or appearance
before an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with any covered
Federal action.
"Local government" means a unit of government in a State
and, if chartered, established, or otherwise recognized by a
State for the performance of a governmental duty, including a
local public authority, a special district, an intrastate district, a
council of governments, a sponsor group representative
organization, and any other instrumentality of a local
government.
"Officer or employee of an agency" includes the following
individuals who are employed by an agency:
(i) An individual who is appointed to a position in the
Government under title 5, U.S.C., including a position
under a temporary appointment;
(ii) A member of the uniformed services as defined in
section 202, title 18, U.S.C.;
(iii) A special Government employee as defined in section
202, title 18, U.S.C.; and,
(iv) An individual who is a member of a Federal advisory
committee, as defined by the Federal Advisory
Committee Act, title 5, appendix 2.
"Person" means an individual, corporation, company,
association, authority, firm, partnership, society, State, and local
government, regardless of whether such entity is operated for
profit or not for profit. This term excludes an Indian tribe, tribal
organization, or other Indian organization with respect to
expenditures specifically permitted by other Federal law.
"Recipient" includes all contractors, subcontractors at any
tier, and subgrantees at any tier of the recipient of funds received
in connection with a Federal contract, grant, loan, or cooperative
agreement. The term excludes an Indian tribe, tribal organization,
or any other Indian organization with respect to
expenditures specifically permitted by other Federal law.
"Regularly employed means, with respect to an officer or
employee of a person requesting or receiving a Federal
contract, grant, loan, or cooperative agreement, an officer or
employee who is employed by such person for at least 130
working days within one year immediately preceding the date of
the submission that initiates agency consideration of such
person for receipt of such contract, grant, loan, or cooperative
agreement. An officer or employee who is employed by such
person for less than 130 working days within one year
immediately preceding the date of submission that initiates
agency consideration of such person shall be considered to be
regularly employed as soon as he or she is employed by such
person for 130 working days.
"State" means a State of the United States, the District of
Columbia, the Commonwealth of Puerto Rico, a territory or
possession of the United States, an agency or instrumentality of
a State, and a multi -State, regional, or interstate entity having
governmental duties and powers.
(b) Prohibition.
(i) Section 1352 of title 31, U.S.C. provides in part that no
appropriated funds may be expended by the recipient
of a Federal contract, grant, loan, or cooperative
agreement to pay any person for influencing or
attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member
of Congress in connection with any of the following
covered Federal actions: the awarding of any Federal
contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any
cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of
any Federal contract, grant, loan, or cooperative
agreement.
(ii) The prohibition does not apply as follows:
Section I - Page 3 of 6 form HUD-5370-C (01/2014)
(1) Agency and legislative liaison by Own
Employees.
(a) The prohibition on the use of appropriated
funds, in paragraph (i) of this section, does not
apply in the case of a payment of reasonable
compensation made to an officer or employee of
a person requesting or receiving a Federal
contract, grant, loan, or cooperative agreement, if
the payment is for agency and legislative
activities not directly related to a covered Federal
action.
(b) For purposes of paragraph (b)(i)(1)(a) of
this clause, providing any information specifically
requested by an agency or Congress is permitted
at any time.
(c) The following agency and legislative liaison
activities are permitted at any time only where
they are not related to a specific solicitation for
any covered Federal action:
(1) Discussing with an agency (including
individual demonstrations) the qualities and
characteristics of the person's products or
services, conditions or terms of sale, and service
capabilities; and,
(2) Technical discussions and other
activities regarding the application or adaptation
of the person's products or services for an
agency's use.
(d) The following agency and legislative liaison
activities are permitted where they are prior to
formal solicitation of any covered Federal action:
(1) Providing any information not
specifically requested but necessary for an
agency to make an informed decision about
initiation of a covered Federal action;
(2) Technical discussions regarding the
preparation of an unsolicited proposal prior to its
official submission; and
(3) Capability presentations by persons
seeking awards from an agency pursuant to the
provisions of the Small Business Act, as
amended by Public Law 95-507 and other
subsequent amendments.
(e) Only those activities expressly authorized
by subdivision (b)(ii)(1)(a) of this clause are
permitted under this clause.
(2) Professional and technical services.
(a) The prohibition on the use of appropriated
funds, in subparagraph (b)(i) of this clause,
does not apply in the case of-
(i) A payment of reasonable compensation
made to an officer or employee of a
person requesting or receiving a
covered Federal action or an extension,
continuation, renewal, amendment, or
modification of a covered Federal
action, if payment is for professional or
technical services rendered directly in
the preparation, submission, or
negotiation of any bid, proposal, or
application for that Federal action or for
meeting requirements imposed by or
pursuant to law as a condition for
receiving that Federal action.
(ii) Any reasonable payment to a person,
other than an officer or employee of a
person requesting or receiving a
covered Federal action or an extension,
continuation, renewal, amendment, or
modification of a covered Federal action
if the payment is for professional or
technical services rendered directly in
the preparation, submission, or
negotiation of any bid, proposal, or
application for that Federal action or for
meeting requirements imposed by or
pursuant to law as a condition for
receiving that Federal action. Persons
other than officers or employees of a
person requesting or receiving a
covered Federal action include
consultants and trade associations.
(b) For purposes of subdivision (b)(ii)(2)(a) of
clause, "professional and technical services"
shall be limited to advice and analysis
directly applying any professional or
technical discipline.
(c) Requirements imposed by or pursuant to law
as a condition for receiving a covered
Federal award include those required by law
or regulation, or reasonably expected to be
required by law or regulation, and any other
requirements in the actual award
documents.
(d) Only those services expressly authorized by
subdivisions (b)(ii)(2)(a)(i) and (ii) of this
section are permitted under this clause.
(iii) Selling activities by independent sales
representatives.
(c) The prohibition on the use of appropriated funds, in
subparagraph (b)(i) of this clause, does not apply to the
following selling activities before an agency by independent
sales representatives, provided such activities are prior to
formal solicitation by an agency and are specifically limited
to the merits of the matter:
(i) Discussing with an agency (including individual
demonstration) the qualities and characteristics of the
person's products or services, conditions or terms of
sale, and service capabilities; and
(ii) Technical discussions and other activities regarding
the application or adaptation of the person's products
or services for an agency's use.
(d) Agreement. In accepting any contract, grant, cooperative
agreement, or loan resulting from this solicitation, the
person submitting the offer agrees not to make any
payment prohibited by this clause.
(e) Penalties. Any person who makes an expenditure
prohibited under paragraph (b) of this clause shall be
subject to civil penalties as provided for by 31 U.S.C. 1352.
An imposition of a civil penalty does not prevent the
Government from seeking any other remedy that may be
applicable.
(f) Cost Allowability. Nothing in this clause is to be interpreted
to make allowable or reasonable any costs which would be
unallowable or unreasonable in accordance with Part 31 of
the Federal Acquisition Regulation (FAR), or OMB
Circulars dealing with cost allowability for recipients of
assistance agreements. Conversely, costs made
specifically unallowable by the requirements in this clause
will not be made allowable under any of the provisions of
FAR Part 31 or the relevant OMB Circulars.
Section I - Page 4 of 6 form HUD-5370-C (01/2014)
16. Equal Employment Opportunity
During the performance of this contract, the Contractor agrees
as follows:
(a) The Contractor shall not discriminate against any employee
or applicant for employment because of race, color,
religion, sex, or national origin.
(b) The Contractor shall take affirmative action to ensure that
applicants are employed, and that employees are treated
during employment without regard to their race, color,
religion, sex, or national origin. Such action shall include,
but not be limited to (1) employment; (2) upgrading; (3)
demotion; (4) transfer; (5) recruitment or recruitment
advertising; (6) layoff or termination; (7) rates of pay or
other forms of compensation; and (8) selection for training,
including apprenticeship.
(c) The Contractor shall post in conspicuous places available
to employees and applicants for employment the notices to
be provided by the Contracting Officer that explain this
clause.
(d) The Contractor shall, in all solicitations or advertisements
for employees placed by or on behalf of the Contractor,
state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex,
or national origin.
(e) The Contractor shall send, to each labor union or
representative of workers with which it has a collective
bargaining agreement or other contract or understanding,
the notice to be provided by the Contracting Officer
advising the labor union or workers' representative of the
Contractor's commitments under this clause, and post
copies of the notice in conspicuous places available to
employees and applicants for employment.
(f) The Contractor shall comply with Executive Order 11246,
as amended, and the rules, regulations, and orders of the
Secretary of Labor.
(g) The Contractor shall furnish all information and reports
required by Executive Order 11246, as amended and by
rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto. The Contractor shall permit access to its
books, records, and accounts by the Secretary of Labor for
purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(h) In the event of a determination that the Contractor is not in
compliance with this clause or any rule, regulation, or order
of the Secretary of Labor, this contract may be canceled,
terminated, or suspended in whole or in part, and the
Contractor may be declared ineligible for further
Government contracts, or federally assisted construction
contracts under the procedures authorized in Executive
Order 11246, as amended. In addition, sanctions may be
imposed and remedies invoked against the Contractor as
provided in Executive Order 11246, as amended, the rules,
regulations, and orders of the Secretary of Labor, or as
otherwise provided by law.
(i) The Contractor shall include the terms and conditions of
this clause in every subcontract or purchase order unless
exempted by the rules, regulations, or orders of the
Secretary of Labor issued under Executive Order 11246,
as amended, so that these terms and conditions will be
binding upon each subcontractor or vendor. The
Contractor shall take such action with respect to any
subcontractor or purchase order as the Secretary of
Housing and Urban Development or the Secretary of Labor
may direct as a means of enforcing such provisions,
including sanctions for noncompliance; provided that if the
Contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such
direction, the Contractor may request the United States to
enter into the litigation to protect the interests of the United
States.
17. Dissemination or Disclosure of Information
No information or material shall be disseminated or disclosed to
the general public, the news media, or any person or
organization without prior express written approval by the HA.
18. Contractor's Status
It is understood that the Contractor is an independent contractor
and is not to be considered an employee of the HA, or assume
any right, privilege or duties of an employee, and shall save
harmless the HA and its employees from claims suits, actions
and costs of every description resulting from the Contractor's
activities on behalf of the HA in connection with this Agreement.
19. Other Contractors
HA may undertake or award other contracts for additional work
at or near the site(s) of the work under this contract. The
contractor shall fully cooperate with the other contractors and
with HA and HUD employees and shall carefully adapt
scheduling and performing the work under this contract to
accommodate the additional work, heeding any direction that
may be provided by the Contracting Officer. The contractor shall
not commit or permit any act that will interfere with the
performance of work by any other contractor or HA employee.
20. Liens
The Contractor is prohibited from placing a lien on HA's
property. This prohibition shall apply to all subcontractors.
21. Training and Employment Opportunities for Residents in
the Project Area (Section 3, HUD Act of 1968; 24 CFR 135)
(a) The work to be performed under this contract is subject to the
requirements of section 3 of the Housing and Urban Development
Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The
purpose of section 3 is to ensure that employment and other
economic opportunities generated by HUD assistance or HUD -
assisted projects covered by section 3, shall, to the greatest
extent feasible, be directed to low- and very low-income persons,
particularly persons who are recipients of
HUD assistance for housing.
(b) The parties to this contract agree to comply with HUD's
regulations in 24 CFR Part 135, which implement section 3. As
evidenced by their execution of this contract, the parties to this
contract certify that they are under no contractual or other
impediment that would prevent them from complying with the
Part 135 regulations.
(c) The contractor agrees to send to each labor organization or
representative of workers with which the contractor has a
collective bargaining agreement or other understanding, if any, a
notice advising the labor organization or workers' representative
of the contractor's commitments under this section 3 clause, and
will post copies of the notice in conspicuous places at the work
site where both employees and applicants for training and
employment positions can see the notice. The notice shall
describe the section 3 preference, shall set forth minimum
number and job titles subject to hire, availability of
Section I - Page 5 of 6 form HUD-5370-C (01/2014)
apprenticeship and training positions, the qualifications for each;
and the name and location of the person(s) taking applications
for each of the positions; and the anticipated date the work shall
begin.
(d) The contractor agrees to include this section 3 clause in every
subcontract subject to compliance with regulations in 24 CFR
Part 135, and agrees to take appropriate action, as provided in
an applicable provision of the subcontract or in this section 3
clause, upon a finding that the subcontractor is in violation of the
regulations in 24 CFR Part 135. The contractor will not
subcontract with any subcontractor where the contractor has
notice or knowledge that the subcontractor has been found in
violation of the regulations in 24 CFR Part 135.
(e) The contractor will certify that any vacant employment positions,
including training positions, that are filled (1) after the contractor is
selected but before the contract is executed, and (2) with persons
other than those to whom the regulations of 24 CFR Part 135
require employment opportunities to be directed, were not filled to
circumvent the contractor's obligations under 24 CFR
Part 135.
(f) Noncompliance with HUD's regulations in 24 CFR Part 135 may
result in sanctions, termination of this contract for default, and
debarment or suspension from future HUD assisted contracts.
22. Procurement of Recovered Materials
(a) In accordance with Section 6002 of the Solid Waste Disposal Act,
as amended by the Resource Conservation and Recovery Act,
the Contractor shall procure items designated in guidelines of the
Environmental Protection Agency (EPA) at 40 CFR Part 247 that
contain the highest percentage of recovered materials
practicable, consistent with maintaining a satisfactory level of
competition. The Contractor shall procure items designated in the
EPA guidelines that contain the highest percentage of
recovered materials practicable unless the Contractor
determines that such items: (1) are not reasonably available in a
reasonable period of time; (2) fail to meet reasonable
performance standards, which shall be determined on the basis
of the guidelines of the National Institute of Standards and
Technology, if applicable to the item; or (3) are only available at
an unreasonable price.
(b) Paragraph (a) of this clause shall apply to items purchased under
this contract where: (1) the Contractor purchases in excess of
$10,000 of the item under this contract; or (2) during the
preceding Federal fiscal year, the Contractor: (i) purchased any
amount of the items for use under a contract that was funded
with Federal appropriations and was with a Federal agency or a
State agency or agency of a political subdivision of a State; and
(ii) purchased a total of in excess of $10,000 of the item both
under and outside that contract.
Section I - Page 6 of 6 form HUD-5370-C (01/2014)
SECTION 3 CLAUSE
SECTION 3 CLAUSE: Sec. 135.38 Section 3 clause. All section 3 covered contracts shall
include the following clause (referred to as the section 3 clause):
A. The work to be performed under this contract is subject to the requirements of section 3 of
the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (section 3).
The purpose of section 3 is to ensure that employment and other economic opportunities
generated by HUD assistance or HUD -assisted projects covered by section 3, shall, to the
greatest extent feasible, be directed to low- and very low-income persons, particularly persons
who are recipients of HUD assistance for housing.
B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135,
which implement section 3. As evidenced by their execution of this contract, the parties to this
contract certify that they are under no contractual or other impediment that would prevent them
from complying with the part 135 regulations.
C. The contractor agrees to send to each labor organization or representative of workers with
which the contractor has a collective bargaining agreement or other understanding, if any, a
notice advising the labor organization or workers' representative of the contractor's
commitments under this section 3 clause, and will post copies of the notice in conspicuous
places at the work site where both employees and applicants for training and employment
positions can see the notice. The notice shall describe the section 3 preference, shall set forth
minimum number and job titles subject to hire, availability of apprenticeship and training
positions, the qualifications for each; and the name and location of the person(s) taking
applications for each of the positions; and the anticipated date the work shall begin.
D. The contractor agrees to include this section 3 clause in every subcontract subject to
compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as
provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding
that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will
not subcontract with any subcontractor where the contractor has notice or knowledge that the
subcontractor has been found in violation of the regulations in 24 CFR part 135.
E. The contractor will certify that any vacant employment positions, including training positions,
that are filled (1) after the contractor is selected but before the contract is executed, and (2) with
persons other than those to whom the regulations of 24 CFR part 135 require employment
opportunities to be directed, were not filled to circumvent the contractor's obligations under 24
CFR part 135.
F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions,
termination of this contract for default, and debarment or suspension from future HUD assisted
contracts.
G. With respect to work performed in connection with section 3 covered Indian housing
assistance, section 7(b) of the Indian Self- Determination and Education Assistance Act (25
U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires
that to the greatest extent feasible (i) preference and opportunities for training and employment
shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be
given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract
that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to
the maximum extent feasible, but not in derogation of compliance with section 7(b).
HUD Act of 1968, Section 3 Requirements, as revised June 30, 1994: The successful
Contractor shall comply with the provisions of Section 3 as set forth in 24 CFR part 135 and all
other applicable rules in the hiring of replacement and new personnel. Interested offerors shall
complete and submit necessary forms from Section 3 Special Conditions with their offer.
Contract amount will be the total labor, materials, overhead, change orders and other costs
relative to the project. Total labor dollars shall mean 35% of the contract amount. A sliding
scale to calculate the Section 3 obligation shall apply in determining the contractual obligation
due. The general Section 3 requirements are shown as Section 3 Special Conditions in this
Request for Qualifications. Contact Yvette Hurley at (520) 837-5314 with all questions
regarding the Section 3 Clause and Section 3 Special Conditions.