Loading...
2122 PBA 18/19-59 Acuity Specialty Products DBA ZEPSXRFORD FINANCE DEPARTMENT p AA LCD4 k Ir) c - I he item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ ❑ Development Order Final Plat El Mayor's signature El (original mylars) Letter ❑R Recording El of Credit Maintenance El Rendering ❑ Bond Ordinance Safe keeping (Vault) ❑ Performance Bond ❑ F] Deputy City Manager Payment Bond Resolution❑City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: Fj Return originals to Purchasing- Department M Return copies r-1 Special Instructions: U4� f3ojadzqe,.,- From SharePoint—Finance—Purchasing_Fonns - 2018.doc Date Acuity Specialty Products, Inc., Doing Business AsZe , Inc., Piggyback Contract JIF PBA 18119-59 Janitorial Su i es The City of Sanford ('City") enters this "Piggyback" Contract with Acuity Specialty Products, Inc,, a Georgia corporation (hereinafter referred to as the "Vendor"), whose Principal and mailing address is 3330 Cumberland Boulevard, Suite 700, Atlanta, Georgia 30339, doing business as ZeP Sales and Service, whose address is 3330 Cumberland Boulevard, Suite 700, Atlanta, Georgia 30339 under the terms and conditions hereinafter Provided. The City and the Vendor agree a rm s follows: 0)- The Purchasing Policy for the City of Sanford allows for "Piggybacking" contracts. Pursuant to this Procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, Proposals or bids. The parties agree that the Vendor has entered a contract with Region XIV Education Service Center of Abilene, Texas, said contract being identified as the -Comprehensive Operational & Janitorial Supplies Solutions - National Cooperative Purchasing Alliance- RFP # "02-28" Or the "Comprehensive Operational and Janitorial Supplies Solutions" agreement, as May have been amended, in order for the Vendor to Provide a wide array of operational and janitorial Supplies relating to the City's various projects (said original contract being referred to as the "original government contract"). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set Out In the original government contract are fully binding on the Parties and Said terms and conditions are incorporated herein; Provided, however, that the Region XIV Education Service Center Friday, February 1s`, 2019 Acuity Specialty Products, dba Zep, Inc. ATTN: Jenifer Dozier 1310 Seaboard Industrial Blvd NW Atlanta, GA 30318 Re: Annual Renewal of NCPA contract #02-28 Dear Jenifer: 185o Highway 351 Abilene, TX 796o1-4750 325-675-8600 FAX 325-675-8659 Region XIV Education Service Center is happy to announce that Acuity Specialty Products, dba Zep, Inc. has been awarded an. annual contract renewal for Comprehensive Operational and Janitorial Supplies Solutions based on the proposal submitted to Region XIV ESC. The contract will expire on April 30`h, 2020, completing the fourth year of a possible five-year term. If your company is not in agreement, please contact me immediately. If you have any questions or concerns, feel free to contact me at 325-675-8600. Sincerely, Shane Fields Region XIV, Executive Director e ■- - 'R Me$ - $ - e 14 Education Service Center m $ ■ - ' - $ $ - , $ , � , $ . National $ $ ■ - - Purchasing � ' - ■ � , ® $ e $ $ ' Tab 1- Signature Form Tab 2 - NCPA Administration Agreement Tab 3 - Vendor Questionnaire Tab 4 -- Vendor Profile Tab 5 - Products and Services f Scope Tab d - References > Tab 7 - Pricing > Tab 8 - value Added Products and Services > Tab 9 - Required Documents Tab 10 - Appendix A > Tab 11- Appendix B Tab 1 - Master Agreement ♦ Customer Support ➢ The vendor shall provide timely and accurate technical advice and sales support. The vendor shall respond to such requests within one (1) working day after receipt of the request ♦ Assignment of Contract No assignment of contract may be made without the prior written approval of Region 14 ESC. Awarded vendor is required to notify Region 14 ESC when any material change in operation is made. ♦ Disclosures ➢ Respondent affirms that he/she 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 or service to a public servant in connection with this contract. The respondent affirms that, to the best of his/her knowledge, the offer has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. * Renewal of Contract > Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew annually for an additional five (5) years if agreed to by Region 14 ESC and the vendor. + Funding Out Clause > Any/all contracts exceeding one (1) year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity's current revenue only, provided the contract contains either or both of the following provisions: > Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract. ♦ Shipments (if applicable) The awarded vendor shall ship ordered products within seven (7) working days for goods available and within four (4) to six (6) weeks for specialty items after the receipt of the order unless modified. If a product cannot be shipped within that time, the awarded vendor shall notify the entity placing the order as to why the product has not shipped and shall provide an estimated shipping date. At this point the participating entity may cancel the order if estimated shipping time is not acceptable. • Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. • Availability of replacement parts • Life expectancy of equipment under normal use • Detailed information as to proposed return policy on all equipment + Indemnity The awarded vendor shall protect, indemnify, and hold harmless Region 14 ESC and its participants, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the vendor, vendor employees or vendor subcontractors in the preparation of the solicitation and the later execution of the contract. * Franchise Tax The respondent hereby certifies that he/she is not currently delinquent in the payment of any franchise taxes. ♦ Supplemental Agreements The entity participating in this contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. * Certificates of Insurance Certificates of insurance shall be delivered to the Public Agency prior to commencement of work. The insurance company shall be licensed in the applicable state in which work is being conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days notice prior to any modifications or cancellation of policies. The awarded vendor shall require all subcontractors performing any work to maintain coverage as specified. * Legal Obligations It is the Respondent's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this RFP and any awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and regulation must be followed even if not specifically identified herein. * Protest A protest of an award or proposed award must be filed in writing within ten (10) days from the date of the official award notification and must be received by 5:00 pm CST. No protest shall lie for a claim that the selected Vendor is not a responsible Bidder. Protests shall be filed with Region 14 ESC and shall include the following: ■ Name, address and telephone number of protester • Original signature of protester or its representative ■ Identification of the solicitation by RFP number ■ Detailed statement of legal and factual grounds including copies of relevant documents and the form of relief requested Any protest review and action shall be considered final with no further formalities being considered. * Force Majeure ➢ If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the Judgment of the party having the difficulty * Prevailing Wage It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. ♦ Miscellaneous ➢ Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. ♦ Open Records Policy Because Region 14 ESC is a governmental entity responses submitted are subject to release as public information after contracts are executed. If a vendor believes that its response, or parts of its response, may be exempted from disclosure, the vendor must specify page -by - page and line -by-line the parts of the response, which it believes, are exempt. In addition, the respondent must specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s). The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 14 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the respondent are not acceptable. Region 14 ESC must comply with the opinions of the OAG. Region14 ESC assumes no responsibility for asserting legal arguments on behalf of any vendor. Respondent are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Process Region 14 ESC will evaluate proposals in accordance with, and subject to, the relevant statutes, ordinances, rules, and regulations that govern its procurement practices. NCPA will assist Region 14 ESC in evaluating proposals. Award(s) will be made to the prospective vendor whose response is determined to be the most advantageous to Region 14 ESC, NCPA, and its participating agencies. To qualify for evaluation, response must have been submitted on time, and satisfy all mandatory requirements identified in this document. + Contract Administration The contract will be administered by Region 14 ESC. The National Program will be administered by NCPA on behalf of Region 14 ESC. ♦ Contract Term The contract term will be for three (3) years starting from the date of the award. The contract may be renewed for up to five (5) additional one-year terms. ♦ Contract Waiver > Any waiver of any provision of this contract shall be in writing and shall be signed by the duly authorized agent of Region 14 ESC. The waiver by either party of any term or condition of this contract shall not be deemed to constitute waiver thereof nor a waiver of any further or additional right that such party may hold under this contract ♦ Products and Services additions Products and Services may be added to the resulting contract during the term of the contract by written amendment, to the extent that those products and services are within the scope of this RFP. ♦ Competitive Range > It may be necessary for Region 14 ESC to establish a competitive range. Responses not in the competitive range are unacceptable and do not receive further award consideration. ♦ Deviations and Exceptions > Deviations or exceptions stipulated in response may result in disqualification. It is the intent of Region 14 ESC to award a vendor's complete line of products and/or services, when possible. ♦ Estimated Quantities The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $35 - $60 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the NCPA program. There is no guarantee or commitment of any kind regarding usage of any contracts resulting from this solicitation ♦ Evaluation Region 14 ESC will review and evaluate all responses in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. NCPA will assist the lead agency in evaluating proposals. Recommendations for contract awards will be based on multiple factors, each factor being assigned a point value based on its importance. ♦ Formation of Contract A response to this solicitation is an offer to contract with Region 14 ESC based upon the terms, conditions, scope of work, and specifications contained in this request. A solicitation does not become a contract until it is accepted by Region 14 ESC. The prospective vendor must submit a signed Signature Form with the response thus, eliminating the need for a formal signing process. ♦ NCPA Administrative Agreement The vendor will be required to enter and execute the National Cooperative Purchasing Alliance Administration Agreement with NCPA upon award with Region 14 ESC. The agreement establishes the requirements of the vendor with respect to a nationwide contract effort. ♦ Clarifications / Discussions Region 14 ESC may request additional information or clarification from any of the respondents after review of the proposals received for the sole purpose of elimination minor irregularities, informalities, or apparent clerical mistakes in the proposal. Clarification does not give respondent an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistakes results in a revision. After the initial receipt of proposals, Region 14 ESC reserves the right to conduct discussions with those respondent's whose proposals are determined to be reasonably susceptible of being selected for award. Discussions occur when oral or written communications between Region 14 ESC and respondent's are conducted for the purpose clarifications involving information essential for determining the acceptability of a proposal or that provides respondent an opportunity to revise or modify its proposal. Region 14 ESC will not assist respondent bring its proposal up to the level of other proposals through discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet to neither obtain further consideration nor will it provide any information about other respondents' proposals or prices. ♦ Multiple Awards Multiple Contracts may be awarded as a result of the solicitation. Multiple Awards will ensure that any ensuing contracts fulfill current and future requirements of the diverse and large number of participating public agencies. * Past Performance Past performance is relevant information regarding a vendor's actions under previously awarded contracts; including the administrative aspects of performance; the vendor's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the vendor's businesslike concern for the interests of the customer. Evaluation Criteria ♦ Pricing (40 points) > Electronic Price Lists ■ Products, Services, Warranties, etc. price list ■ Prices listed will be used to establish both the extent of a vendor's product lines, services, warranties, etc. available from a particular bidder and the pricing per item. ♦ Ability to Provide and Perform the Required Services for the Contract (25 points) ➢ Product Delivery within participating entities specified parameters > Number of line items delivered complete within the normal delivery time as a percentage of line items ordered. Vendor's ability to perform towards above requirements and desired specifications. > Quantity of line items available that are commonly purchased by the entity. > Quality of line items available compared to normal participating entity standards. ♦ References (15 points) > A minimum often (10) customer references for product and/or services of similar scope dating within past 3 years Technology for Supporting the Program (10 points) ��- Electronic on-line catalog, order entry use by and suitability for the entity's needs > Quality of vendor's on-line resources for NCPA members. > Specifications and features offered by respondent's products and/or services Value Added Services Description, Products and/or Services (10 points) > Marketing and Training > Customer Service Signature Form The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this bid in collusion with any other Respondent and that the contents of this proposal as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. Prices are guaranteed: 120 days Company name Acuity Specialty Products d/b/a Zep Inc Address 1310 Seaboard industrial Blvd NW City/State/Zip Atlanta, GA 30318 Telephone No. 404-603-7809 Fax No. 404-367-4082 Email address ^jenifer.dozier@zep.com Printed name jenifer Dozier Position with company Director Authorized signature 0 rn 11�- , • This Administration Agreement is made as of April 11,2016 by and between National Cooperative Purchasing Alliance ("NCPA") and Acuity Special Products d/b/ ("Vendor"). Zep Inc Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated April 11, 2016 referenced as Contract Number 02-28-----, by and between Region 14 ESC and Vendor, as may be amended from time to time in accordance with the terms thereof (the "Master Agreement"), for the purchase of Comprehensive Operational and janitorial Supplies Solutions; WHEREAS, said Master Agreement provides that any state, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution, other government agency or nonprofit organization (hereinafter referred to as "public agency" or collectively, "public agencies") may purchase products and services at the prices indicated in the Master Agreement, WHEREAS, NCPA has the administrative and legal capacity to administer purchases under the Master Agreement to public agencies; WHEREAS, NCPA serves as the administrative agent for Region 14 ESC in connection with other master agreements offered by NCPA WHEREAS, Region 14 ESC desires NCPA to proceed with administration of the Master Agreement; WHEREAS, NCPA and Vendor desire to enter into this Agreement to make available the Master Agreement to public agencies on a national basis; NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, NCPA and Vendor hereby agree as follows; + General Terms and Conditions The Master Agreement, attached hereto as Tab 1 and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. NCPA shall be afforded all of the rights, privileges and indemnifications afforded to Region 14 ESC under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to NCPA under this Agreement including, but not limited to, the Vendor's obligation to provide appropriate insurance and certain indemnifications to Region 14 ESC. Vendor shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement NCPA shall perform all of its duties, responsibilities, and obligations as administrator of purchases under the Master Agreement as set forth herein, and Vendor acknowledges that NCPA shall act in the capacity of administrator of purchases under the Master Agreement. With respect to any purchases made by Region 14 ESC or any Public Agency pursuant to the Master Agreement, NCPA (a) shall not be construed as a dealer, re -marketer, representative, partner, or agent of any type of Vendor, Region 14 ESC, or such Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Region 14 ESC, any Public Agency or any employee of Region 14 ESC or Public Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated, liable or responsible for any failure by the Public Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. NCPA makes no representations or guaranties with respect to any minimum purchases required to be made by Region 14 ESC, any Public Agency, or any employee of Region 14 ESC or Public Agency under this Agreement or the Master Agreement. > The Public Agency participating in the NCPA contract and Vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the Public Agency and Vendor. NCPA, its agents, members and employees shall not be made party to any claim for breach of such agreement Term of Agreement > This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the obligation to pay all amounts owed by Vendor to NCPA through the termination of this Agreement and all indemnifications afforded by Vendor to NCPA shall survive the term of this Agreement. Fees and Reporting The awarded vendor shall electronically provide NCPA with a detailed monthly or quarterly report showing the dollar volume of all sales under the contract for the previous month or quarter. Reports shall be sent via e-mail to NCPA offices at reporting@ncpa.us. Reports are due on the fifteenth (15ffi) day after the close of the previous month or quarter. It is the responsibility of the awarded vendor to collect and compile all sales under the contract from participating members and submit one (1) report. The report shall include at least the following information as listed in the example below: Entity Name Zip Code State PO or job # Sale Amount Total Each quarter NCPA will invoice the vendor based on the total of sale amounts) reported. t From the invoice the vendor shall pay to NCPA an administrative fee based upon the tiered fee schedule below. Vendor's annual sales shall be measured on a calendar year basis. Deadline for term of payment will be included in the invoice NCPA provides. Annual Sales Through Contract Administrative Fee 0 - $30,000,000 2% $30,000,001- $50,000,000 1.S% $SO,000,001+ 1% Supplier shall maintain an accounting of all purchases made by Public Agencies under the Master Agreement. NCPA and Region 14 ESC reserve the right to audit the accounting for a period of four (4) years from the date NCPA receives the accounting. In the event of such an audit, the requested materials shall be provided at the location designated by Region 14 ESC or NCPA. In the event such audit reveals an underreporting of Contract Sales and a resulting underpayment of administrative fees, Vendor shall promptly pay NCPA the amount of such underpayment, together with interest on such amount and shall be obligated to reimburse NCPA's costs and expenses for such audit. * General Provisions This Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding. Awarded vendor agrees to allow NCPA to use their name and logo within website, marketing materials and advertisement. Any use of NCPA name and logo or any form of publicity regarding this contract by awarded vendor must have prior approval from NCPA. 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 such party may be entitled. Neither this Agreement nor any rights or obligations hereunder shall be assignable by Vendor without prior written consent of NCPA. Any assignment without such consent will be void. This Agreement and NCPA's rights and obligations hereunder may be assigned at NCPA's sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform NCPA's obligations hereunder All written communications given hereunder shall be delivered to the addresses as set fort -ii below. National Cooperative Purchasing Alliance: Vendor: Acuity Special Products d/b/ Zep Inc Name: Matthew Macke[ Name: William Redmond Title: Director, Business Development Title: Address: PO Box 701273 Houston, TX 77270 Signature: Address: Signature: Date: April 11, 2016 Date: CEO 1310 Seaboard Industrial Blvd NW Atlanta, GA 30318 Tab 3 - Vendor I Please provide responses to the following questions that address your company's operations, organization, structure, and processes for providing products and services. States Covered > Bidder must indicate any and all states where products and services can be offered. ➢ Please indicate the price co -efficient for each state if it varies. El SO States & District of Columbia (Selecting this box is equal to checking all boxes below) ❑ Alabama ❑ Alaska ❑ Arizona ❑ Arkansas ❑ California ❑ Colorado ❑ Connecticut ❑ Delaware ❑ District of Columbia ❑ Florida ❑ Georgia n Hawaii F] Idaho ❑ Illinois ❑ Indiana ❑ Iowa ❑ Kansas Kentucky ❑ Louisiana Maine ❑ Maryland ❑ Massachusetts ❑ Michigan ❑ Minnesota ❑ Mississippi ❑ Missouri ❑ Montana ❑ Nebraska ❑ Nevada ❑ New Hampshire ❑ New Jersey ❑ New Mexico 0 New York M North Carolina ❑ North Dakota ❑ Ohio ❑ Oklahoma El Oregon El Pennsylvania ❑ Rhode Island n South Carolina ❑ South Dakota ❑ Tennessee ❑ Texas ❑ Utah ❑ Vermont Virginia ❑ Washington ❑ West Virginia El Wisconsin ❑ Wyoming F-1 All US Territories and Outlying Areas (Selecting this box is equal to checking all boxes below) R American Somoa R Northern Marina Islands F-1 Federated States of Micronesia El Puerto Rico n Guam ❑ Midway Islands [:] U.S. Virgin Islands * Minority and Women Business Enterprise (MWBE) and (HUB) Participation It is the policy of some entities participating in NCPA to involve minority and women business enterprises (MWBE) and historically underutilized businesses (HUB) in the purchase of goods and services. Respondents shall indicate below whether or not they are an M/WBE or HUB certified. • Minority / Women Business Enterprise *Respondent Certifies that this firm is a M/WBE E] • Historically Underutilized Business a Respondent Certifies that this firm is a HUB El * Residency Responding Company's principal place of business is in the city of Atlanta State of Georgia * Felony Conviction Notice ➢ Please Check Applicable Box; A publically held corporation; therefore, this reporting requirement is not applicable. ❑ Is not owned or operated by anyone who has been convicted of a felony. ❑ Is owned or operated by the following individual(s) who has/have been convicted of a felony If the 3rd box is checked, a detailed explanation of the names and convictions must be attached, ♦ Distribution Channel Which best describes your company's position in the distribution channel: n Manufacturer Direct F1 Certified education/government reseller n Authorized Distributor F1 Manufacturer marketing through reseller n Value-added reseller ❑ Other: ♦ Processing Information Provide company contact information for the following: X Sales Reports / Accounts Payable Contact Person: 'Michelle Kowalsky Title: Sr Business Analyst Company: Acuity Specialty Products Inc, d/b/a Zep Inc Address: 1310 Seaboard Industrial Blvd NW City: Atlanta State: Georgia Zip: 30318 Phone: 877-428-9937 ext 45571 Email: micliell-e.kowalsky@zep.com ■ Purchase Orders Contact Person: Vickie Bancifort Title: Customer Service Representative Company: Zep Address: - 1310 Seaboard Industrial Blvd NW City: Atlanta State: .. Georgia Zip: 30318 Phone: 877-428-9937 ext 47305 - Email: vickie.bancifort@zei).com ■ Sales and Marketing Contact Person: lenifer Dozier Title: Director Company: ZeI2 Address: 1310 Seaboard Industrial Blvd NW City: Atlanta State: . Georgia Zip: 30318 Phone: 404-603-7809 Email: jenifer.dozierC@zep.com Pricing Information In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all future product introductions at prices that are proportionate to Contract Pricing. • If answer is no, attach a statement detailing how pricing for NCPA participants would be calculated for future product introductions. F1 Yes ❑ No Pricing submitted includes the required NCPA administrative fee. The NCPA fee is calculated based on the invoice price to the customer. M Yes ❑ No Vendor will provide additional discounts for purchase of a guaranteed quantity. ❑ Yes ❑ No Please provide the following information about your company: ♦ Company's official registered name. Acuity Specialty Products, Inc d/b/a/ Zep Sales & Set -vice + Brief history of your company, including the year it was established. Since its beginning in Atlanta, Georgia in 1937, Zep's focus has been to offer customers the widest selection of top ---quality industrial cleaning products with superior personal service and professional technical support. 79 years later, Zep continues to do it better than anyone else in the industry and all over the world. Zep has a solid presence throughout America and in the international marketplace, reaching into every major city and countries around the world on five continents. Certified as art IS09001 & 14001 manufacturer, Zep produces a full line of sanitation and maintenance chemicals for professional use. More than 3,500 quality products beat- the Zep name, including detergents, disinfectants, hand cleaners, degreasers, deodorants, lubricants, and floorfinishes. 0 Zep services over 300,000 customers in a variety of industries including ------ federal and local government, education, automotive, hospitality, food processing, car washing, manufacturing, and institutional. As our partners, Zep Customers enjoy the best we have to offer: • Trained, knowledgeable network of direct Zep Reps throughout theworld • Widest product line serving diverse industries t. • Technical assistance from professional laboratorychemists • Fast, accurate delivery • Regulatory and compliance information, including MSDS's, OSHA requirementsand Hazardous material disposal procedures ♦ Company's Dun & Bradstreet (D&B) number. 58-2633373 * Company's organizational chart of those individuals that would be involved in the contract: * Corporate office location. Zep Sales & Service 1310 Seaboard Industrial Blvd NW Atlanta, GA 30318 > List the number of sales and services offices for states being bid in solicitation. Offices are located in: Atlanta, Georgia Briengsville, Pennsylvania Cleveland, Ohio Corona, California Desoto, Texas Glendale Heights, Illinois Seattle, Washington Customer Service and Inside Sales is centrally managed with Customer Services personnel located in multiple locations: Inside Sales Charles Abate Inside Sales Manager Phone 877-428-9937 ext 47643 CuNtolLigi, Service Barb Arthur Sr. Customer Service Manager Phone — 877-428-9937 ext 44150 Email — bai-b.artl-lLir(@zel2.com customer service zep.com > List the names of key contacts at each with title, address, phone and e-mail address. Atlanta - Angela Coleman, Customer Service Supervisor Email - angela.colemanOze12.com 877-428-9937 ext 47011 Briengsville-Barb Arthur, Sr Customer Service Manager Email - barb.arthur(@zep.com 877-428-9937 ext 44150 Cleveland- Angela Coleman, Customer Service Supervisor Email - barb.arthur2zep.com 877-428-9937 ext 44150 Corona- Michael Fariss, Customer Service Manager Email - niicliael.fariss@Dzep.com 877-428-9937 ext 47201 Desoto - Wendi Mott, Customer Service Supervisor Email - wendi.mott@zep.com 877-428-9937 ext 47507 Glendale Heights - Wynter Evans, Customer Service Supervisor Email - bai-b.ai-thur@zel).com 877-428-9937 ext 47608 Seattle- Michael Fariss, Customer Service Manager Email - michael.farissftzep.com 877-428-9937 ext 47201 ♦ Define your standard terms of payment. Net 30 Days ♦ Who is your competition in the marketplace? janitorial chemicals and associated non chemical supplies for the b2b market are provided through a variety of different channels. The b2b buyer has a number of choices, including: • Locally owned janitorial distributors • National paper/janitorial distributors • Industrial distributors • Retail/shopping clubs • Direct manufacturer, e.g. Zep Taking into consideration the entire facility supplies and chemical portfolio, it is the chemical category that requires the most hands oil training and technical service and support. Therefore, we feel that at Zep, we provide a unique customer experience with over 600 direct sales representatives offering training and technical support across the country. + What differentiates your company from competitors? Zep Sales & Service is highly experienced at providing a wide range of high ---efficacy maintenance and cleaning solutions to thousands of Public Agencies across the country through a national cooperative purchasing organization. Zep has proven to be an effective supplier over the last five years. Zep has over 600 direct sales representatives and 25 inside soles reps across the country selling into Public Agencies across all 50 states, plus a regional customer service, manufacturing, and distribution locations. This is in addition to the technical service team who consults with Public Agency employees whenever needed to help to ensure that they are using the specialty chemicals and janitorial supplies safely and effectively. Zep is committed to providing support that only a manufacturer with a national direct rep model can provide: • Dedicated personnel • Newly established members in management, sales, and internalsupport • 600+ National sales reps in total with technical knowledge • Customer training and support on all product • Zep direct compliance and technical support on-site, by web, email or phone • Responsive solution provider • Innovative, Quality, high efficacy products • National sales cover -age, one SOUrcesupplier • Streamlined, effective distribution provider • Zep is large enough to purchase direct as well as through wholesalers. Our customers know that we will work to get them the bestsolution Zep leverages its total financial commitment to buy direct and to partner with our wholesaler. Together we provide industry leading supply chain/logistics, a broad line assortment with access to —$150m in inventory, and innovative analytics/marketing programs to fit requirements of the National Cooperative Purchasing Alliance. This combined tear is positioned to provide Region 14 ESC and NCPA with a broad array of high quality products, with a majority of items being delivered timely at the most efficient price. * Describe how your company will market this contract if awarded. Zep has been managing a marketing and sales strategy over the past several years for the current NCPA Cooperative Purchasing Agreement. In coordination with the launch of the new contract with Region 14 ESC and DCPA, we would plan to refresh our marketing plan, etc. Our updated marketing strategy would specifically reflect the combined goals, messaging, and value. In addition, our field sales team would continue to drive Public Agency prospects to the website as it helps bring real credibility to our message and overall value proposition. A typical example in which we transition Public Agencies to the Master Agreement includes the following steps: 1. We determine the current level of set -vice they request/require, i.e. in ---house sales service or local rep service, 1 We then track the results of the initial call by either our inside or outside representative, 3. We track progress leading to an initial order. 4. Every 6 months we re-evaluate the account to ensure they are maintained at the right level of service, i.e. inside or outside sales representation, + Describe how you intend to introduce N CPA to your company. Marketing arid selling chemicals, facility supplies, and equipment to public agencies through t�� 0 9 cooperative purchasing have been Zep's primary go -to -market strategy for over 10 years, In fact, over 600 of our sales team inembers have gained years of experience selling and servicing public agencies through cooperative purchasing programs. Many tools and processes are tl� 9 already in place and with some enhancements, we can update and prepare the sales team for the launch and implementation of a new agreement through: • Online training • Various sales and marketing pieces • Regional sales meetings hosted by our regional sales leaders • Ongoing sales webinar training to provide timely updates and to other pertinent news about the program We have also organized our inside sales team to support our business with public agencies, especially with those smaller agencies that prefer support via phone vs. a local representative. ♦ Describe your firm's capabilities and functionality of your on-line catalog/ ordering website. Zep currently manages an otilirie catalog and ordering website. Additional background: Zep can receive orders via ED[ Sterling's (IBM) system and Supplier Solutions E -Store Connect product (https://w,�kw.zepcontiect.coni) Telephone orders can be processed in the system by users. Credit or procurement card orders can be submitted by the customer user on the web site, or can be entered /selected by a system User. EDI can be used for "card" based orders where card tokens are already stored in the system and can be defaulted as the method of payment. Today Zep has a fully functional SAP 6.0 ERP application that includes order entry, order processing, delivery and billing. Zep partners with Supplier Solutions to utilize the E -Store Connect application which includes puncliout using CXML. Zep's customers are currently integrated with multiple partners including Ariba or compatible electronic protocols. We are evaluating a replacement \upgrade to our e-commerce presence. Zep can create and assign Roles for online users that includes multiple rule sets for rule based approvals, route approvals to appropriate supervisors, route approvals based on dollar threshold, etc. Zep and Supplier Solutions has integrated with numerous ERP systems and maintains a staff of professionals to continue to provide support for ourcustomers. Describe your company's Customer Service Department (hours of operation, number of service centers, etc.) 8:00 am to 8:00pm EST, M --F 877-428-9937 email- customer-Service@zep.com Green Initiatives: At Zep Inc., we are committed to creating sustainable cleaning products and solutions, not only because it makes sound business sense, but also because diligent environmental stewardship ensures a better quality of life for current and future generations. Our goal is to incorporate sustainability best practices into every facet of our business operations. We work continuously develop processes, products and services that reduce waste and minimize negative environmental impact. At the same time, we are conducting research and refining innovative technologies and solutions that will positively impact the environment far into the future. Our areas of focus on sustainability are guided by threetenets: Listening to our customers. We feel it is our responsibility to help our customers fulfill their need for sustainable cleaningsolutions. Meeting our own sustainability objectives. Our goal is to create and manufacture high efficacy products without negatively affecting theenvironment. Setting an example for others. As a company that manufactures over4,000 products, we have both an opportunity and an obligation to influenceothers. Zep has developed an extensive line of'products marketed under our own GreenLink and EnviroEdge labels that meet selected criteria for environmentally preferable products, along with products that are approved and certified by third party agencies such as GreenSeal, Ecologo, etc. We have started and will continue to reduce and eliminate APE's and phosphates from many of our product offerings. We actively work with suppliers to evaluate alternative greener raw materials to incorporate into our products. In addition, we use packaging components such as 100% recycled corrugate and HDPE bottles that contain recycled material. In addition, Zep Inc. is a founding member of the American Chemistry Society Green Chemistry Institute Formulators Roundtable. Its mission is to be a driving force in the formulated products industry to use green chemistry in creating innovative products that are environmentally responsible. Participation in the roundtable is an example of Zep's commitment to advance the industry toward a more sustainable future. Moreover, it supports the ongoing development of the GreenLink brand product line, helping Zep to meet evolving customer needs. ♦ Vendor Certifications (if applicable) > Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing respondent to perform the covered services including, but not limited to, licenses, registrations, or certifications. Certifications can include M/WBE, HUB, and manufacturer certifications for sales and service. See Appendix B for ISO 9001 and 14001 Certification 0 Greenlink: Zep's internal certification meeting designated environmental, health and safety requirements. • Green Seal • Ecologo • CPG (EPA comprehensive procurement guidelines for paper and plastic) ♦ Respondent shall perform and provide these products and/or services under the terms of this agreement. The supplier shall assist the end user with making a determination of their individual needs. ♦ The following is a list of suggested (but not limited to) categories. List all categories along with manufacturer that you are responding with: > Cleaning Supplies - Floor and carpet cleaning tools, window cleaning tools, general purpose cleaning tools and accessories. ➢ Cleaning Chemicals > Dilution Control Cleaning Chemical Systems > Floor Finishes and Floor Sealers > Wood Floor Cleaning and Maintenance Products > Cleaning Equipment Vacuums, floor machines, wet/dry vacuums, sweepers, scrubbers, carpet cleaning machines, restroom cleaning systems and other cleaning equipment > Food Service Disposable Products ➢ Safety Supplies > Lighting 0 Fixtures, lamps, equipment, parts, tools and accessories. ➢ Plumbing 0 Fixtures, equipment, parts, tools and accessories. > Electrical Fixtures, equipment, parts, tools and accessories. > Heating, Ventilating and Air Conditioning 0 Equipment, parts, tools and accessories. ➢ Hand Tools ➢ Power Tools ➢ Office Supplies 0 Office Furniture 0 Automotive 'I Parts, Cleaning Supplies, Tools > Building Materials 0 Clothing & Apparel 0 Doors &Windows 0 Hardware and Accessories ➢ Electrical ➢ Lawn &Garden > Paint & Painting Supplies > Storage and Organization CATEGORY Air care ! odor c! tl, carpet care chemicals, chemical management industrialdisinfectants/pest control, floor care chemicals, general purpose chemicals, glass # bench maintenance chemicals, institutionalproducts, polishes, restroorn cleaners, specialty chemicals, and other miscellaneous cleaningchemicals. Category overview Chemical Management Safe2Dose "'A Chemicals Safe2Dose Equipment o Safe2Dose Modular Watt -mounted System • Safe2Dose Portable System Cleaners Et Degreasers Cleaners Ft Degreasers Water Based Products Solvent Based Products Specialty Cleaners Restroorn Care Bathroom Sanitation Products Glass Care Nand Care Industrial Handcare Handcare Front of House Food Application Handcare Hand Sanitizing Disinfectants Disinfectants cleaners, sanitizers Floor Care Floor Seater Floor Finish Floor Stripper Restorer Products Maintenance Products Carpet Care Concrete Floor Care Lubricants Et Penetrants Industrial Greases Dry Film Lubricants Penetrants and Lubricants Grounds, Building Fx Equipment Ice Melt Maintenance Metalworking Graffiti Removal. Paint Removal Absorbents Pesticides and Herbicides Parts Washing Chemicals Protective Coatings Odor Control Air Care Deodorants and Odor Control Portable Toilet Deodorants Laundry Products Detergents ft Alkaline Boosters Destaining Products Softener Ft Sour Products Stain Remover Et Specialty Products Automotive\Transportation Hight pH Presoaks/ Detergents Low pH Presoaks Automotive\Transportation (cont) Shampoos Drying Agents/Sealers Protectants and Polishes Powdered Detergents Tire Dressings/Vinyt Dressings Wheel and Tire Cleaners Asphalt Release Agents Detailing and Other Extras Underbody Protection Vehicle Care - Other Brake Cleaners Aircraft Cleaning Concrete Truck Cleaning Food Retail Processing Et Food Service Alkaline Cleaners Acid Cleaners Sanitizers Lubricants Specialty Food Service Warewash Cleaners Oven Cleaning Pricing ♦ Please submit price list electronically (pricing can be submitted as Discount off MSRP, cost plus, etc). Products, services, warranties, etc. should be included in price list. Prices submitted will be used to establish the extent of a respondent's products and services (Tab 5) that are available and also establish pricing per item. ♦ Price lists must contain the following: ➢ Product name and part number (include both manufacturer part number and respondent part number if different from manufacturers). ➢ Description > Vendor's List Price > Percent Discount to NCPA participating entities Zep Chemical 38% discount from Zep List Non Chemical 25% discount from Zep List * Submit price list electronically on CD, DVD, or Flash Drive. Include respondents name, name of solicitation, and date on media of choice. See enclosed Flash Drive ♦ Not To Exceed Pricing > NCPA requests pricing be submitted as "not to exceed pricing" for any participating entity. > The awarded vendor can adjust submitted pricing lower but cannot exceed original pricing submitted for solicitation. > NCPA requests that vendor honor lower pricing for similar size and scope purchases to other members. include any additional products and/or services available that vendor currently performs in their normal course ofbusiness that ionot included iothe scope ofthe solicitation that you think will enhance and add alue to this contract for Region 14 ESC and all NCPA participating entries. General Process Description This policy describes the procedures to use when requesting a return authorization. |tdetails the information that isrequired for processing the request, aswell aulimitations onwhat can bereturned toour distribution centers and branches. Please take a moment to review this policy so you are familiar with its requirements and can effectively communicate the pertinent details toyourcu5torners. The first step in the return process is to contact Customer Service or the Rep Service Center. All return requests must be submitted to customer service / rep service center with the following information in order to be processed. These requests can be made via phone, email or fax. Upon receiving the information below, customer service will provide an RMA (Return 1. Customer name 1 Customer account number 3, Contact Name and phone number 4. Invoice #mfProduct tobereturned E Product k»bereturned buinclude name, size, g4antity,oLc. 6. Batch code ifchemical product 7. Reason for return - a. Is the product defective? b. Has an analytical sample kit been sent to the customer? Generally most products can be returned but there are certain limitations where a product is not eligiblefor 1. Purchase in last 90 days. The customer has 90 days from the date of sale to request a return. 7. New Condition. Product must be in new resellable condition. If product is dirty, damaged or otherwise in less than new condition it will not be approved for return. ~ 3. Product cannot be opened. Chemical products that have been opened are not eligible fmrreturn. Per company environmental policy open products are considered hazardous waste, Exceptions to this are those products where a QC Alert has been issued or a sample was submitted to our lab confirming it is off spec due to manufacturing issues. Analytical Sample Kits (958700) are available at no cost for taking a sample and submitting to the lab. 4. Expiration Date. Product cannot be past its expiration date or older than 12 months whichever is applicable. An example is a product containing bleach which has a 6 month shelf life. 5. Confirmed Non Conformance issue, Any confirmed non conformance due to product quality is authorized to be returned. 6. Sales Reps picking up a return and rebilling to another Customer: For reps picking up a return from one customer and delivering to another customer in order to credit the original customer and rebid the new customer, RSC will only process the rebill if it is within 90 days of the original sale. Once the above information has been validated the customer service will prepare the call tags, contact the appropriate carrier to request the pickup, and forward the RMA information and appropriate shipping documentation to the carrier. Please note that customers and sales reps are not allowed under any circumstances to bypass the above procedures; this includes dropping off product at the branch or arranging a return with a carrier. The authorization for a return rests with Customer Service. All unauthorized returns to the distribution center or branch may be refused, returned to the customer, or accepted into stock with no credit to be issued. We don't cancel the order or require a reorder if our field rep chooses to allow the order to hold, in which case it is then held until the product becomes available. ® No restocking charges within first 30 days or after for Zep products Cooperative purchasing customers have a process to address technical issues with their direct sales rep. If an issue needs to be elevated, the customer will be supported by Zep technical service (TS) Or Out - inhouse Research and Development lab, Our TS group is staffed with chemists to address any customer issue. Between our TS group and R&D department, our senior employees average 25 years withZep. Zep is an ISO 9001:2008 certified company. As such, we have a quality manual and a quality policy to form -the backbone Of Out- Quality System. We perform internal quality audits of each department once pet, year id we have annual audits conducted by our registrar, We have a process in place to segregate non--- otilorming products as well as a corrective action process. We check key incoming raw materials and provide in -,process and finished batch testing. All batches are tested by our QC Chemists to ensure that the products meet our quality specifications. No products are until QC approval is given.Plant operators perform quality inspections during packaging, including first piece inspection followed hnhourly checks for quality —`'tributes including vvei�hta,cap re000val torques, bot�e,cap, label, case quaUty3�ributes,and \eaktestiog. We have a corrective action process in place. Our CAR process is used for product disposals, customer complaints, Quality Alerts/Recalls, incidents or problems inthe plant. The CAR process uses a form that utilizes 5 steps. Step 1. is a description of the problem. Step 2 is a short term corrective action to "Fix" the immediate problem at hand. Step 3 is a root cause analysis. Step 4iSa/Dngterm corrective action. Step 5 is follow --- up verification that the corrective action taken has been effective. Each customer complaint isinvestigated. Each quarter [l[generates aParetochart ofthe complaints for the )revious quarter and creates a CAR so that the root cause of the problems can be determined and fixed, Another example isa Supplier Corrective Action. Ifthere isanissue with araw material, chennical0r packaging, vwecontact the vendor tolet them know about the issue. |fitissomething that can beeasily handled and fixed, noCAR will beissued. |ffor some reason vve are not able toget the problem resolved wveescalate the issue toour Global Sourcing group tmwork with the vendor. Customer complaints are entered through Zep'sTechnica| Services group. The complaint information issent to QC, R&D, and others. Retained samples of batches are checked within 24 hours and a report is made. If there is a packaging issue it will also be investigated. The information is entered into a database which is maintained by QC. As mentioned in the previous question, the database is used to generate the Pareto chart for the implementation of[AR'seach quarter. Generally, we group the complaints by product name and/ornumber. Capability ofsourcing products from noo suppliers and honn line card extensions o{catalog With our dedicated nQarkebD�hCaDD,�Oana[scturingcapabilities and strategic supplier partnerships Zep reviews the product line quarterly for any new program updates. Zcpwill add additional products and promotions for Region 14 ESC and NCPA customers when new products are launched. New product communications and promotions will be provided toourEcommerce customers, sales reps, Region 14 ESC and the N CPA. Equipment training will also bemade available b}Region I4ESC and NCB\Custonnero. Our partnership with LaoaSseSvveetwill allow oSLnbroaden the scope 0Fthe contract into the following categories: Office Products, Technology and Maintenance Repair and Operation (K{RO).This partnership would provide acomprehensive one stop shopping solution tOall NCPA customers. Zeo's "Gneen\ink Program" has been specifically designed to help customers achieve LEED EBDK4 certification. For those organizations not pursuing certification, it helps them implement green cleaning and maintenance "best practices" to create healthy, safe, and vibrant work and study environments. The Greenlink Program includes: e Green building audit * Products & equipment audit ^ Staff green cleaning training »«/xvmrkbnoks � Green cleaning Standard Operating Procedures m Marketing Communications Program topromote Implementation � LE�Dpoint guide The Zep TCO audit is a thorough and comprehensive program nohelp identify areas for potential cost savings within our customers chemical supply regimen.|t isavalue added program wveoffer toPublic Agencies participating inthe Master Agreement. The audit analyzes each product category byproduct application, cleaning efficacy, suggested usage rates., and application dilution suggestions if any. The end result is a detailed spreadsheet/report which identifies potential annual savings by product within each product category. Not shown are the series ofspreadsheets that support the program. Tia- b 9 - Required Documents * Clean Air and Water Act / Debarment Notice ♦ Contractors Requirements * Antitrust Certification Statements ♦ FEMA Standard Terms and Conditions Addendum for Contracts and Grants ♦ Required Clauses for Federal Assistance by FTA + State Notice Addendum Clean Air and Water Act & Debarment Notice 1, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended C42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment 0, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations Potential Vendor Print Name Address Blit <e4Ao,4 B16J,,VII City, Sate, Zip Aye, J 64 Authorized signature Date 3 /v- 1/0 Contractor Requirements Contractor Certification Contractor's Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract Participating Government Entities including School Districts may request verification of compliance from any Contractor orsubcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect orfind that the Contractor or any o[its subcontractors are not in compliance, they may pursue any and all remedies allowed bylaw, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The offeror complies and maintains compliance with the appropriate statutes which reqinescompliaoce with federal immigration laws by State employers, State contractors and State subcontractors in -� Contractor shall comply with governing board policy of the NCPAParticipating entities inwhich work |sbeing performed - Fingerprint & Background Checks Ifrequired toprovide services onschool district property atleast five (5)times during amonth, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement may be made asauthorized inGoverning Board policy. The district shall conduct afingerprint check inaccordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted tothe district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District. The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed Business Operations in Sudan, Iran in accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the contractor does not have scrutinized business operations inSudan and/or Iran. Authorized Antitrust Certification Statements (Tex. Government Code § 2155.005 | affirm under penalty of perjury of the laws of the State ofTexas that: (1) 1 am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership orindividual ([onopany)listed below; (2) In connection with this bid, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. @ Comm. Code Chapter 15; (3) in connection with this bid, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line ofbusiness as the Company. Company name Address Telephone No. Fax No. Email address Printed name Position with company Authorized signature Acuity Specialty Products Inc, d/b/a Zepbnc 131USeaboard Industrial Blvd NW Atlanta, GA3O318 I/Oy � Q 3 '?-52,17 &A Amd,-011/& ZeP/"c.��� ~~� _ FEMA Standard Terms and Conditions Addendum for Contracts and Grants _ ifany purchase made under the Master Agreement isfunded inwhole oriopart byFederal Emergency Management Agency ("FEk4A")grants, Contractor ohaUcwmpk/whhaUbdena||awsandreBo|ationsapp|icab|etotherece|ptofFEK4A grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13("44CFR 13"). |naddition, Contractor agrees tothe following specific provisions: 1) Pursuant to 44 CFR 13.36(i)(1), University is entitled to exercise all administrative,contractual, orother remedies permitted by law to enforce Contractor's compliance with the terms of this Master Agreement, including but not limited tothose remedies set forth at44CFR 13.43. 2) Pursuant to 44 CFR 13.36(i)(2), University may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3) Pursuant tu44CFR 13.36(i)(3)'(6)(12),and (13)'Contractor shall comply with the following federal laws: a. Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor ("DOL") regulations (41CFR Ch. GO); b. Copeland "Anb'Kickback"Act (18U.S.[.O74},assupplemented inDOL regulations (29CFR Part 3); c. Davis -Bacon Act (4OU.SI.276a-276a-7)assupplemented byDOL regulations (Z9CFR Part 5); d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-30) as supplemented byDOL regulations (Z9CFR Part S); e. Section 3OGofthe Clean Air Act (42U.SI.1057(h),section 5O8ofthe Clean Water Act (3]U.S.[.136O), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15); and f. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation play issued in compliance with the Energy Policy and Conservation Act (Pub. L.94-163, 89 Stat. 871). 4) Pursuant to 44 CFR 13.36(i)(7), Contractor shall comply with FEMA requirements and regulations pertaining to reporting, in6ud|ngbut not limited tothose set forth at44CFR 40and 41. S) Pursuant to 44 CFR 13.36(i)(8), Contractor agrees to the following provisions 72 regarding patents: a. All rights to inventions and/or discoveries that arise or are developed, in the course of or under this Agreement, shall belong tothe participating agency and bedisposed ofinaccordance with the participating agencies policy. The participating agency, at its own discretion, may file for patents in connection with all rights toany such inventions and/or discoveries. G) Pursuant to 44 CFR 13.36(i)(9), Contractor agrees to the following provisions, regarding copyrights: a. If this Agreement results in any copyrightable material or inventions, in accordance with 44 CFR 13.34, FEMA reserves a royalty -free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, for Federal Government purposes: l) The copyright inany work developed under agrant orcontract; and 2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7) Pursuant to 44 CFR 13.36(i)(10), Contractor shall maintain any books, documents, papers, and records of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as the participating agency deems necessary, Contractor shall permit participating agency, FEMA, the Comptrnilpr General of United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination, excerpts, and transcriptions. D) Pursuant to 44 CFR 13.36(i)(11), Contractor shall retain all required records for three years after FEMA or participating agency makes final payments and all other pending matters are closed. In addition, Contractor shall comply with record retention requirements set forth in44CFR 13.42. ACCESS TO RECORDS AND REPORTS Contractor agrees to: a) Maintain all books, records, accounts and reports required under this Contract for a period of not less than three (3) years after the date of termination or expiration of this Contract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until Public Agency, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims orexceptions related thereto. 6) Permit any of the foregoing parties toinspect all work, materials, payrolls, and other data and records with regard to the Project, and to audit the books, records, and accounts with regard to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. FTA does not require the inclusion ofthese requirements of Article 1.02insubcontracts, Reference 49CFR 18.39 (i)(11), CIVIL RIGHTS / TITLE VI REQUIREMENTS 1) |naccordance with Title Nofthe Civil Rights Act of 1964, as amended, 42U.S/�g 2000d Section 3O3ofthe Age Discrimination Act ufl97S,asamended, 42U.SI.g61DZ Section 2O2ofthe Americans with Disabilities Act ofI99O'asamended, 4ZU.5.[§1l13Z,and Federal Transit Lawat49U.S.[ § 5332, Contractor or subcontractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, marital status age, or disability. In addition, Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2) Equal Employment Opportunity. The following Equal Employment Opportunity requirements apply tothis a. |naccordance with Title VUofthe Civil Rights Act, as amended, 42U�.C.y2000e and Federal Transit Lawat49U.S.[§5332,the[ontractoragreestuoump|ywithaU applicable Equal Employment Opportunity requirements of U.S. Dept. of Labor regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, 41 CFR, Parts 6Uet seq., and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of this Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, marital status, or age. Such action shall include, but not belimited 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. In addition, Contractor agrees tocomply with any implementing requirements FTA may issue. b. Age. in accordance with the Age Discrimination in Employment Act (ADEA) of 1967, as amended,29 U.S.C.Sections 6Z1through G34 and Equal Employment Opportunity Commission (EEOC)implementing _ regulations, "Age Discrimination in Employment Act", 29 CFR Part 1625, prohibit employment employees. In addition, Contractor agrees tocomply with any implementing requirements FTA may c. Disabilities. In accordance with Section 102 of the Americans with Disabilities Act of 1990,as amended (AJ}A),4ZU.S.[Sections 121O1etaeq,prohibits discrimination against qualified individuals with disabilities in programs, activities, and services, and imposes specific requirements on public and private entities. Contractor agrees that it will comply with the requirements of the Equal Employment Opportunity Commission (E EOC), "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR, Part 1630, pertaining to employment of persons with disabilities and with their responsibilities under Titles I through V of the ADA in employment, public services, public accommodations, telecommunications, and other provisions. d. Segregated Facilities. Contractor certifies that their company does not and will not maintain or provide for their employees any segregated facilities at any of their establishments, and that they do not and will not permit their employees to perform their services at any location under the Contractor's control where segregated facilities are maintained. As used in this certification the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom, or otherwise. Contractor agrees that a breach of this certification will be a violation of this Civil Rights clause. 3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment. |nall solicitations, either by competitive bidding or negotiation, made by Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Contract and the regulations relative to non-discrimination on the grounds of race, color, creed, sex, disability, age or national origin. 4) {nthe event ofContractor's non-compliance with the non-discrimination provisions ufthis Contract, Public Agency shall impose such Contract sanctions asitorthe FTA may determine tobeappropriate, including, but not limited to: ]UWithholding ufpayments toContractor under the Contract until Contractor complies, and/or; 2) Cancellation, termination or suspension of the Contract, in whole orinpart. Contractor agrees to include the requirements ofthis clause in each subcontractfinanced /nwhole m'inpart with Federal assistance provided byFTA, modified only if necessary to identify the affected parties. DISADVANTAGED BUSINESS PARTICIPATION This Contract is subject tnthe requirements o[Title 49,Code ofFederal Regulations, Part 26,"Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs", therefore, itbthe policy ofthe Department ofTransportation (DOT)toensu,ethatDisadvanto8edBusinesEnterphes(DBEs),asdeAnedin 49 CFR Part 26, have an equal opportunity to receive and participate in the performance of DOT -assisted contracts. 1) Contractor msubcontractor shall not discriminate onthe basis nfrace, color, national origin, orsex {nthe performance ofthis Contract. Contractor shall carry out all applicablerequirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or other such remedy as public agency deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13(b)). 2) Prompt Payment. Contractor brequired to pay each subcontractor performing Work under this prime Contract for satisfactory performance ofthat work nolater than thirty (30) days after Contractor's receipt of — payment for that Work from public agency, |naddition, Contractor isrequired toreturn any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this Contract is satisfactorily completed and any liens have been secured. Any delay or postponement of payment from the above time frames may occur only for good cause following written approval of public agency. This clause applies toboth DBE and non -DBE subcontractors. Contractor must promptly notify public agency whenever a DBE subcontractor performing Work related to this Contract is terminated or fails to complete its Work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount ofwork. Contractor may not terminate any DBE subcontractor and perform that Work through its own forces, or those of an affiliate, without prior written consent of public agency. 3) DBE Program. In connection with the performance of this Contract, Contractor will cooperate with public agency in meeting its commitments and goals to ensure that DBEs shall have the maximum practicable opportunity to compete for subcontract work, regardless of whether a contract goal is set for this Contract. Contractor agrees to use good faith efforts to carry out a policy in the award of its subcontracts, agent agreements, and procurement contracts which will, to the fullest extent, utilize DBEs consistent with the efficient performance ufthe Contract. ENERGY CONSERVATION REQUIREMENTS Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plans issued under the Energy Policy and Conservation Act,asamended, 42U.S.[ Sections 6]2letseq.and 41CFR Part 3Ul,2O. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives,including without limitation those listed directly or by reference in the Contract between public agency and the FTA, as they may beamended orpromulgated from time tutime during the term ofthis contract. Contractor's failure tosocomply shall constitute amaterial breach ofthis Contract, INCORPORATION OFFEDERAL TRANSIT ADMINISTRATION (FTA)TERMS The provisions include, in part, certain Standard Terms and Conditions required by the U.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding Contract provisions. All contractual provisions required by the DOT as set forth in the most current FTA Circular 4220.1F, dated November 1~ 2008 are hereby incorporated byreference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. Contractor agrees not toperform any act, fail to perform any act, or refuse to comply with any public agency requests that would cause public agency to beinviolation ofthe FTA terms and conditions. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES Agency and Contractor acknowledge and agree that, absent the Federal Government's express written consent and notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to agency, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. Contractor agrees toinclude the above clause in each subcontractfinanced in whole orinpart with federal assistance provided by the FTA. It isfurther agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE O0FRAUDULENT STATEMENTS Contractor acknowledges that the provisions ofthe Program Froud[ivURemedies&ctof19D8 osamended, 31U.S.C.§g 3O0letseq. and U.S.DOT regulations, "Program Fraud Civil Remedies,"49 CFR Part 31,apply toits actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining to the underlying Contract or the FTA assisted project for which this Contract Work isbeing performed. |naddition toother penalties that may beapplicable, Contractor further acknowledges that if itmakes, mcauses to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate. Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right toimpose the penalties of2OU.5.C.§1OO1and 49U.S.[.§53O7(n)(1)unthe Contractor, tothe extent the Federal Government deems appropriate. Contractor agrees to include the above clauses in each subcontractfinanced inwhole orinpart with Federal assistance - pnovkJedbyF7A. /tisfurther agreed that the clauses shall not 6emodified, except toidentify the subcontractor who will State Notice Addendum Pursuant to certain state notice provisions the following public agencies and political subdivisions of the referenced public agencies are eligible to access the contract award made pursuant to this solicitation. Public agencies and political subdivisions are hereby given notice of the foregoing request for proposal for purposes of complying with the procedural requirement of said statutes: Nationwide: http://www,usa.gov/Agencies/`­Local_-Government/­­Cities.shtmi Other States: Cities, Towns, Villages, and Boroughs No. 54 CITY OF MOSIER Cities, Towns, Villages and Boroughs in Oregon 55 CITY OF NEWBERG 1 CEDAR MILL COMMUNITY LIBRARY 56 CITY OF NORTH PLAINS 2 CITY COUNTY INSURANCE SERVICES 57 CITY OF OREGON CITY 3 CITY OF ADAIR VILLAGE 58 CITY OF PHOENIX 4 CITY OF ALBANY 59 CITY OF PILOT ROCK 5 CITY OF ASHLAND 60 CITY OF PORT ORFORD 6 CITY OF ASTORIA OREGON 61 CITY OF PORTLAND 7 CITY OF AUMSVILLE 62 CITY OF POWERS 8 CITY OF AURORA 63 CITY OF REDMOND 9 CITY OF BEAVERTON 64 CITY OF REEDSPORT 10 CITY OF BOARDMAN 65 CITY OF RIDDLE 11 CITY OF BURNS 66 CITY OF SALEM 12 CITY OF CANBY 67 CITY OF SANDY 13 CITY OF CANNON BEACH OR 68 CITY OF SANDY 14 CITY OF CANYONVILLE 69 CITY OF SCAPPOOSE 15 CITY OF CENTRAL POINT POLICE DEPARTMENT 70 CITY OF SEASIDE 16 CITY OF CLATSKANIE 71 CITY OF SHADY COVE 17 CITY OF COBURG 72 CITY OF SHERWOOD 18 CITY OF CONDON 73 CITY OF SPRINGFIELD 19 CITY OF COOS BAY 74 CI'T'Y OF ST. PAUL 20 CITY OF COTTAAGEE 75 CITY OF STAYTON 21 CITY OF COTTAGE GROVE 76 CITY OFTIGARD, OREGON 22 CITY OF CRESWELL 77 CITY OF TUALATIN, OREGON 23 CITY OF DALLAS 78 CITY OF WARRENTON 24 CITY OF DAMASCUS 79 CITY OF WEST UNN/PARKS 25 CITY OF DUNDEE 80 CITY OF WILSONVILLE 26 CITY OF EAGLE POINT 81 CITY OF WINSTON 27 CITY OF ECHO 82 CITY OF WOOD VILLAGE 28 CITY OF ESTACADA 83 CITY OF WOODBURN 29 CITY OF EUGENE 84 CITY OF YACHATS 30 CITY OF FAIRVIEW 85 FLORENCE AREA CHAMBER OF COMMERCE 31 CITY OF FALLS CITY 86 GASTON RURAL FIRE DEPARTMENT 32 CITY OF GATES 87 GLADSTONE POLICE DEPARTMENT 33 CITY OF GEARHART 88 HOUSING AUTHORITY OF THE CITY OF SALEM 34 CITY OF GERVAIS 89 KEIZER POLICE DEPARTMENT 35 CITY OF GOLD HILL 90 LEAGUE OF OREGON CITIES 36 CITY OF GRANTS PASS 91 MALIN COMMUNITY PARK AND RECREATION DISTRICT 37 CITY OF GRESHAM 92 METRO 38 CITY OF HAPPY VALLEY 93 MONMOUTH - INDEPENDENCE NETWORK 39 CITY OF HILLSBORO 94 PORTLAND DEVELOPMENT COMMISSION 40 CITY OF HOOD RIVER 95 RAINIER POLICE DEPARTMENT 41 CITY OF JOHN DAY 96 RIVERGROVE WATER DISTRICT 42 CITY OF KLAMATH FALLS 97 SUNSET EMPIRE PARK AND RECREATION 43 CITY OF LA GRANDE 98 THE NEWPORT PARK AND RECREATION CENTER 44 CITY OF LAKE OSWEGO 99 TILLAMOOK PEOPLES UTILITY DISTRICT 45 CITY OF LAKESIDE 100 TUALATIN VALLEY FIRE & RESCUE 46 CITY OF LEBANON 101 WEST VALLEY HOUSING AUTHORITY 47 CITY OF MALIN No. Counties and Parishes 48 CITY OF MCMINNVILLE 1 ASSOCIATION OF OREGON COUNTIES 49 CITY OF MEDFORD 2 BENTON COUNTY SO CITY OF MILL CITY 3 CLACKAMAS COUNTY DEPT OF TRANSPORTATION 51 CITY OF MILLERSBURG 4 CLATSOP COUNTY 52 CITY OF MILWAUKIE 5 COLUMBIA COUNTY, OREGON S3 CITY OF MORO 6 COOS COUNTY HIGHWAY DEPARTMENT 7 CROOK COUNTY ROAD DEPARTMENT 8 CURRY COJNTY OREGON 3 BAKER SCHOOL DISTRICT 5-J 9 DESCHUTES COUNTY 4 BANDON SCHOOL DISTRICT 10 DOUGLAS COUNTY 5 BANKS SCHOOL DISTRICT 11 GILLIAM COUNTY 6 BEAVERTON SCHOOL DISTRICT 12 GILLIAM COUNTY OREGON 7 BEND / LA PINE SCHOOL DISTRICT 13 GRANT COUNTY, OREGON 8 BEND-LA PINE SCHOOL DISTRICT 14 HARNEY COUNTY SHERIFFS OFFICE 9 BROOKING HARBOR SCHOOL DISTRICT NO.17-C is HOOD RIVER COUNTY 10 CANBY SCHOOL DISTRICT 16 HOUSING AUTHORITY OF CLACKAMAS COUNTY 11 CANYONVILLE CHRISTIAN ACADEMY 17 JACKSON COUNTY HEALTH AND HUMAN SERVICES 12 CASCADE SCHOOL DISTRICT 18 JEFFERSON COUNTY 13 CASCADES ACADEMY OF CENTRAL OREGON 19 KLAMATH COUNTY VETERANS SERVICE OFFICE 14 CENTENNIAL SCHOOL DISTRICT 20 LAKE COUNTY 15 CENTRAL CATHOLIC HIGH SCHOOL 21 LANE COUNTY 16 CENTRAL POINT SCHOOL DISTRICT NO.6 22 LINCOLN COUNTY 17 CENTRAL SCHOOL DISTRICT 13) 23 LINN COUNTY 18 CLACKAMAS EDUCATION SERVICE DISTRICT 24 MARION COUNTY, SALEM, OREGON 19 COOS BAY SCHOOL DISTRICT 25 MORROW COUNTY 20 COOS BAY SCHOOL DISTRICT NO.9 26 MULTNOMAH COUNTY 21 COQUILLE SCHOOL DISTRICT 8 27 MULTNOMAH COUNTY 22 COUNTY OF YAMHILL SCHOOL DISTRICT 29 28 MULTNOMAH LAW LIBRARY 23 CRESWELL SCHOOL DISTRICT 29 NAMI LANE COUNTY 24 CROSSROADS CHRISTIAN SCHOOL 30 POLK COUNTY 25 CULVER SCHOOL DISTRICT NO. 31 SHERMAN COUNTY 26 DALLAS SCHOOL DISTRICT NO.2 32 UMATILLA COUNTY, OREGON 27 DAVID DOUGLAS SCHOOL DISTRICT 33 UNION COUNTY 28 DAYTON SCHOOL DISTRICT NO.8 34 WALLOWA COUNTY 29 DE LA SALLE N CATHOLIC HS 35 WASCO COUNTY 30 DESCHUTES COUNTY SD NO.6 -SISTERS SO 36 WASHINGTON COUNTY 31 DOUGLAS COUNTY SCHOOL DISTRICT 116 37 YAMHILL COUNTY 32 DOUGLAS EDUCATION SERVICE DISTRICT 1 BOARD OF WATER SUPPLY 33 DUFUR SCHOOL DISTRICT NO.29 2 COUNTY CF HAWAII 34 ELKTON SCHOOL DISTRICT NO.34 3 MAUI COUNTY COUNCIL 35 ESTACADA SCHOOL DISTRICT NO.108 No. Higher Education 36 FOREST GROVE SCHOOL DISTRICT 1 BIRTHINGWAY COLLEGE OF MIDWIFERY 37 GASTON SCHOOL DISTRICT 5111 2 BLUE MOUNTAIN COMMUNITY COLLEGE 38 GEN CONF OF SDA CHURCH WESTERN OR 3 CENTRALOREGON COMMUNITY COLLEGE 39 GLADSTONE SCHOOL DISTRICT 4 CHEMEKETA COMMUNITY COLLEGE 40 GLENDALE SCHOOL DISTRICT 5 CLACKAMAS COMMUNITY COLLEGE 41 GLIDE SCHOOL DISTRICT NO.12 6 COLUMBIA GORGE COMMUNITY COLLEGE 42 GRANTS PASS SCHOOL DISTRICT 7 7 GEORGE FOX UNIVERSITY 43 GREATER ALBANY PUBLIC SCHOOL DISTRICT 8 KLAMATH COMMUNITY COLLEGE DISTRICT 44 GRESHAM-BARLOW SCHOOL DISTRICT 9 LANE COMMUNITY COLLEGE 45 HARNEY COUNTY SCHOOL DIST. NO3 10 LEWIS AND CLARK COLLEGE 46 HARNEY EDUCATION SERVICE DISTRICT 11 LINFIELD COLLEGE 47 HEAD START OF LANE COUNTY 12 LINN-BENTON COMMUNITY COLLEGE 48 HERITAGE CHRISTIAN SCHOOL 13 MARYLHURST UNIVERSITY 49 HIGH DESERT EDUCATION SERVICE DISTRICT 14 MT. HOOD COMMUNITY COLLEGE SO HOOD RIVER COUNTY SCHOOL DISTRICT i5 MULTNOMAH BIBLE COLLEGE 51 JACKSON CO SCHOOL DIST NO.9 16 NATIONAL COLLEGE OF NATURAL MEDICINE 52 JEFFERSON COUNTY SCHOOL DISTRICT 509-J 17 NORTHWEST CHRISTIAN COLLEGE 53 JEFFERSON SCHOOL DISTRICT 18 OREGON HEALTH AND SCIENCE UNIVERSITY 54 KLAMATH FALLS CITY SCHOOLS 19 OREGON UNIVERSITY SYSTEM 55 LA GRANDE SCHOOL DISTRICT 20 PACIFIC UNIVERSITY 56 LAKE OSWEGO SCHOOL DISTRICT 7J 21 PORTLAND COMMUNITY COLLEGE 57 LANE COUNTY SCHOOL DISTRICT 4J 22 PORTLAND STATE UNIV. 58 LANE COUNTY SCHOOL DISTRICT 69 23 REED COLLEGE 59 LEBANON COMMUNITY SCHOOLS NO.9 24 ROGUE COMMUNITY COLLEGE 60 LINCOLN COUNTY SCHOOL DISTRICT 25 SOUTHWESTERN OREGON COMMUNITY COLLEGE 61 LINN CO. SCHOOL DIST. 95C - SCIO SO 26 TILLAMOOK BAY COMMUNITY COLLEGE 62 LOST RIVER JR/SR HIGH SCHOOL 27 UMPQUA COMMUNITY COLLEGE 63 LOWELL SCHOOL DISTRICT NO.71 28 WESTERN STATES CHIROPRACTIC COLLEGE 64 MARION COUNTY SCHOOL DISTRICT 103 - WASHINGTON ES 29 WILLAMETTE UNIVERSITY 65 MCMINNVILLE SCHOOL DISTRICT NOA0 1 ARGOSY UNIVERSITY 66 MEDFORD SCHOOL DISTRICT 5490 2 BRIGHAM YOUNG UNIVERSITY- HAWAII 67 MITCH CHARTER SCHOOL 3 COLLEGE OF THE MARSHALL ISLANDS 68 MOLALLA RIVER ACADEMY 4 RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII 69 MOLALLA RIVER SCHOOL DISTRICT NO.35 5 UNIVERSITY OF HAWAII AT MANOA 70 MONROE SCHOOL DISTRICT NOAJ No K _ 12 71 MORROW COUNTY SCHOOL DISTRICT 72 MT. ANGEL SCHOOL DISTRICT NO.91 1 ARCHBISHOP FRANCIS NORBERT BLANCHET SCHOOL 2 BAKER COUNTY SCHOOL DIST. 16J - MALHEUR ESD 73 MT.SCOTT LEARNING CENTERS 74 MULTISENSORY LEARNING ACADEMY 75 MULTNOMAH EDUCATION SERVICE DISTRICT 16 BONNEVILLE ENVIRONMENTAL FOUNDATION 76 MYRTLE POINT SCHOOL DISTRICT NO.41 17 BOYS AND GIRLS CLUBS OF PORTLAND METROPOLITAN AREA 77 NEAH-KAH-NIE DISTRICT NO.56 18 BROAD BASE PROGRAMS INC. 78 NESTUCCA VALLEY SCHOOL DISTRICT NO.101 19 CANBY FOURSQUARE CHURCH 79 NOBEL LEARNING COMMUNITIES 20 CANCER CARE RESOURCES 80 NORTH BEND SCHOOL DISTRICT 13 21 CASCADIA BEHAVIORAL HEALTHCARE 81 NORTH CLACKAMAS SCHOOL DISTRICT 22 CASCADIA REGION GREEN BUILDING COUNCIL 82 NORTH SANTIAM SCHOOL DISTRICT 29J 23 CATHOLIC CHARITIES 83 NORTH WASCO CTY SCHOOL DISTRICT 21 - CHENOWITH 24 CATHOLIC COMMUNITY SERVICES 84 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT 25 CENTER FOR RESEARCH TO PRACTICE 85 NYSSA SCHOOL DISTRICT NO. 26 26 CENTRAL BIBLE CHURCH 86 ONTARIO MIDDLE SCHOOL 27 CENTRAL CITY CONCERN 87 OREGON TRAIL SCHOOL DISTRICT NO.46 28 CENTRAL DOUGLAS COUNTY FAMILY YMCA 88 OUR LADY OF THE LAKE SCHOOL 29 CENTRAL OREGON COMMUNITY ACTION AGENCY NETWORK 89 PHILOMATH SCHOOL DISTRICT 30 CHtLDPEACE MONTESSORI 90 PHOENIX -TALENT SCHOOL DISTRICT NO.4 31 CITY BIBLE CHURCH 91 PORTLAND ADVENTIST ACADEMY 32 CLACKAMAS RIVER WATER 92 PORTLAND JEWISH ACADEMY 33 CLASSROOM LAW PROJECT 93 PORTLAND PUBLIC SCHOOLS 34 COAST REHABILITATION SERVICES 94 RAINIER SCHOOL DISTRICT 35 COLLEGE HOUSING NORTHWEST 95 REDMOND SCHOOL DISTRICT 36 COLUMBIA COMMUNITY MENTAL HEALTH 96 REEDSPORT SCHOOL DISTRICT 37 COMMUNITY ACTION ORGANIZATION 97 REYNOLDS SCHOOL DISTRICT 38 COMMUNITY ACTION TEAM, INC. 98 ROGUE RIVER SCHOOL DISTRICT NO.35 39 COMMUNITY CANCER CENTER 99 ROSEBURG PUBLIC SCHOOLS 40 COMMUNITY HEALTH CENTER, INC 100 SALEM-KEIZER PUBLIC SCHOOLS 41 COMMUNITY VETERINARY CENTER 101 SCAPPOOSE SCHOOL DISTRICT 11 42 CONFEDERATED TRIBES OF GRAND RONDE 102 SEASIDE SCHOOL DISTRICT 10 43 CONSERVATION BIOLOGY INSTITUTE 103 SEVEN PEAKS SCHOOL 44 CONTEMPORARY CRAFTS MUSEUM AND GALLERY 104 SHERWOOD SCHOOL DISTRICT 881 45 CORVALLIS MOUNTAIN RESCUE UNIT 105 SILVER FALLS SCHOOL DISTRICT 46 COVENANT CHRISTIAN HOOD RIVER 106 SIUSLAW SCHOOL DISTRICT 47 COVENANT RETIREMENT COMMUNITIES 107 SOUTH COAST EDUCATION SERVICE DISTRICT 48 DECISION SCIENCE RESEARCH INSTITUTE, INC. 108 SOUTH LANE SCHOOL DISTRICT 4513 49 DELIGHT VALLEY CHURCH OF CHRIST 109 SOUTHERN OREGON EDUCATION SERVICE DISTRICT 50 DOGS FOR THE DEAF, INC. 110 SOUTHWEST CHARTER SCHOOL 51 DOUGLAS ELECTRIC COOPERATIVE, INC. 111 SPRINGFIELD SCHOOL DISTRICT NO.19 52 EAST HILL CHURCH 112 STANFIELD SCHOOL DISTRICT 53 EAST SIDE FOURSQUARE CHURCH 113 SWEET HOME SCHOOL DISTRICT N0.55 54 EAST WEST MINISTRIES INTERNATIONAL 114 THE CATLIN GABEL SCHOOL 55 EDUCATIONAL POLICY IMPROVEMENT CENTER 115 TIGARD-TUALATIN SCHOOL DISTRICT 56 ELMIRA CHURCH OF CHRIST 116 UMATILLA-MORROW ESD 57 EMERALD PUD 117 VERNON IA SCHOOL DISTRICT 47J 58 EMMAUS CHRISTIAN SCHOOL 118 WEST HILLS COMMUNITY CHURCH 59 EN AVANT, INC. 119 WEST LINN WILSONVILLE SCHOOL DISTRICT 60 ENTERPRISE FOR EMPLOYMENT AND EDUCATION 120 WHITEAKER MONTESSORI SCHOOL 61 EUGENE BALLET COMPANY 121 YONCALLA SCHOOL DISTRICT NO.32 62 EUGENE SYMPHONY ASSOCIATION, INC. 1 CONGREGATION OF CHRISTIAN BROTHERS OF HAWAII, INC. 63 EUGENE WATER & ELECTRIC BOARD 2 EMMANUAL LUTHERAN SCHOOL 64 EVERGREEN AVIATION MUSEUM AND CAP. MICHAEL KING. 3 HANAHAU'OLI SCHOOL 65 FAIR SHARE RESEARCH AND EDUCATION FUND 4 HAWAII TECHNOLOGY ACADEMY 66 FAITH CENTER 5 ISLAND SCHOOL 67 FAITHFUL SAVIOR MINISTRIES 6 KAMEHAMEHA SCHOOLS 68 FAMILIES FIRST OF GRANT COUNTY, INC. 7 KE KULA 0 S. M. KAMAKAU 69 FANCONI ANEMIA RESEARCH FUND INC. 8 MARYKNOLL SCHOOL 70 FARMWORKER HOUISNG DEV CORP 9 PACIFIC BUDDHIST ACADEMY 71 FIRST CHURCH OF THE NAZARENE No. Nonprofit & Other 72 FIRST UNITARIAN CHURCH 1 2111NFO 73 FORD FAMILY FOUNDATION 2 ACUMENTRA HEALTH 74 FOUNDATIONS FOR A BETTER OREGON 3 ADDICTIONS RECOVERY CENTER, INC 75 FRIENDS OF THE CHILDREN 4 ALLFOURONEICRESTVIEW CONFERENCE CTR. 76 GATEWAY TO COLLEGE NATIONAL NETWORK 5 ALVORD-TAYLOR INDEPENDENT LIVING SERVICES 77 GOAL ONE COALITION 6 ALZHEIMERS NETWORK OF OREGON 78 GOLD BEACH POLICE DEPARTMENT 7 ASHLAND COMMUNITY HOSPITAL 79 GOOD SHEPHERD COMMUNITIES 8 ATHENA LIBRARY FRIENDS ASSOCIATION 80 GOODWILL INDUSTRIES OF LANE AND SOUTH COAST COUNTIES 9 BARLOW YOUTH FOOTBALL 81 GRANT PARK CHURCH 10 BAY AREA FIRST STEP, INC. 82 GRANTS PASS MANAGEMENT SERVICES, DBA 11 BENTON HOSPICE SERVICE 83 GREATER HILLSBORO AREA CHAMBER OF COMMERCE 12 BETHEL CHURCH OF GOD 84 HALFWAY HOUSE SERVICES, INC. 13 BIRCH COMMUNITY SERVICES, INC. 85 HEARING AND SPEECH INSTITUTE INC 14 BLACHLY LANE ELECTRIC COOPERATIVE 86 HELP NOW! ADVOCACY CENTER 15 BLIND ENTERPRISES OF OREGON 87 HIGHLAND HAVEN 88 HIGHLAND UNITED CHURCH OF CHRIST 160 PLANNED PARENTHOOD OF SOUTHWESTERN OREGON 89 HIV ALLIANCE, INC 161 PORT CITY DEVELOPMENT CENTER 90 HOUSING AUTHORITY OF LINCOLN COUNTY 162 PORTLAND ART MUSEUM 91 HOUSING AUTHORITY OF PORTLAND 163 PORTLAND BUSINESS ALLIANCE 92 HOUSING NORTHWEST 164 PORTLAND HABILITATION CENTER, INC. 93 INDEPENDENT INSURANCE AGENTS AND BROKERS OF OREGON 165 PORTLAND SCHOOLS FOUNDATION 94 INTERNATIONAL SOCIETY FOR TECHNOLOGY IN EDUCATION 166 PORTLAND WOMENS CRISIS LINE 95 INTERNATIONAL SUSTAINABLE DEVELOPMENT FOUNDATION 167 PREGNANCY RESOUCE CENTERS OF GRETER PORTLAND 96 IRCO 168 PRINGLE CREEK SUSTAINABLE LIVING CENTER 97 JASPER MOUNTAIN 169 PUBLIC DEFENDER SERVICES OF LANE COUNTY, INC. 98 JUNIOR ACHIEVEMENT 170 QUADRIPLEGICS UNITED AGAINST DEPENDENCY, INC. 99 KLAMATH HOUSING AUTHORITY 171 REBUILDING TOGETHER - PORTLAND INC. 100 LA CLINICA DEL CARING FAMILY HEALTH CARE CENTER 172 REGIONAL ARTS AND CULTURE COUNCIL 101 LA GRANDE UNITED METHODIST CHURCH 173 RELEVANT LIFE CHURCH 102 LANE ELECTRIC COOPERATIVE 174 RENEWABLE NORTHWEST PROJECT 103 LANE MEMORIAL BLOOD BANK 175 ROGUE FEDERAL CREDIT UNION 104 LANECO FEDERAL CREDIT UNION 176 ROSE VILLA, INC. 105 LAUREL HILL CENTER 177 SACRED HEART CATHOLIC DAUGHTERS 106 LIFEWORKS NW 178 SAIF CORPORATION 107 LIVING WAY FELLOWSHIP 179 SAINT ANDREW NATIVITY SCHOOL 108 LOAVES & FISHES CENTERS, INC. 180 SAINT CATHERINE OF SIENA CHURCH 109 LOCAL GOVERNMENT PERSONNEL INSTITUTE 181 SAINT JAMES CATHOLIC CHURCH 110 LOOKING GLASS YOUTH AND FAMILY SERVICES 182 SALEM ALLIANCE CHURCH 111 MACDONALD CENTER 183 SALEM ELECTRIC 112 MAKING MEMORIES BREAST CANCER FOUNDATION, INC. 184 SALMON -SAFE INC. 113 METRO HOME SAFETY REPAIR PROGRAM 185 SCIENCEWORKS 114 METROPOLITAN FAMILY SERVICE 186 SE WORKS 115 MID COLUMBIA COUNCIL OF GOVERNMENTS 187 SECURITY FIRST CHILD DEVELOPMENT CENTER 116 MID -COLUMBIA CENTER FOR LIVING 188 SELF ENHANCEMENT INC. 117 MID -WILLAMETTE VALLEY COMMUNITY ACTION AGENCY, INC 189 SERENITY LANE 118 MORNING STAR MISSIONARY BAPTIST CHURCH 190 SEXUAL ASSAULT RESOURCE CENTER 119 MORRISON CHILD AND FAMILY SERVICES 191 SEXUAL ASSAULT RESOURCE CENTER 120 MOSAICCHURCH 192 SHELTERCARE 121 NATIONAL PSORIASIS FOUNDATION 193 SHERIDAN JAPANESE SCHOOL FOUNDATION 122 NATIONAL WILD TURKEY FEDERATION 194 SHERMAN DEVELOPMENT LEAGUE, INC. 123 NEW AVENUES FOR YOUTH INC 195 SILVERTON AREA COMMUNITY AID 124 NEW BEGINNINGS CHRISTIAN CENTER 196 SISKIYOU INITIATIVE 125 NEW HOPE COMMUNITY CHURCH 197 SMART 126 NEWBERG FRIENDS CHURCH 198 SOCIAL VENTURE PARTNERS PORTLAND 127 NORTH BEND CITY- COOS/URRY HOUSING AUTHORITY 199 SOUTH COAST HOSPICE, INC. 128 NORTHWEST FOOD PROCESSORS ASSOCIATION 200 SOUTH LANE FAMILY NURSERY DBA FAMILY RELIEF NURSE 129 NORTHWEST UNE JOINT APPRENTICESHIP & TRAINING COMMITTEE 201 SOUTHERN OREGON CHILD AND FAMILY COUNCIL, INC. 130 NORTHWEST REGIONAL EDUCATIONAL LABORATORY 202 SOUTHERN OREGON HUMANE SOCIETY 131 NORTHWEST YOUTH CORPS 203 SPARC ENTERPRISES 132 OCHIN 204 SPIRIT WIRELESS 133 OHSU FOUNDATION 205 SPONSORS, INC, 134 OLIVET BAPTIST CHURCH 206 SPOTLIGHT THEATRE OF PLEASANT HILL 135 OMNIMEDIX INSTITUTE 207 SPRINGFIELD UTILITY BOARD 136 OPEN MEADOW ALTERNATIVE SCHOOLS, INC. 208 ST VINCENT DE PAUL 137 OREGON BALLET THEATRE 209 ST. ANTHONY CHURCH 138 OREGON CITY CHURCH OF THE NAZARENE 210 ST. ANTHONY SCHOOL 139 OREGON COAST COMMUNITY ACTION 211 ST. MARYS OF MEDFORD, INC. 140 OREGON DEATH WITH DIGNITY 212 ST. VINCENT DEPAUL OF LANE COUNTY 141 OREGON DONOR PROGRAM 213 STAND FOR CHILDREN 142 OREGON EDUCATION ASSOCIATION 214 STAR OF HOPE ACTIVITY CENTER INC. 143 OREGON ENVIRONMENTAL COUNCIL 215 SUMMIT VIEW COVENANT CHURCH 144 OREGON MUSUEM OF SCIENCE AND INDUSTRY 216 SUNNYSIDE FOURSQUARE CHURCH 145 OREGON FROGRESS FORUM 217 SUNRISE ENTERPRISES 146 OREGON REPERTORY SINGERS 218 SUSTAINABLE NORTHWEST 147 OREGON STATE UNIVERSITY ALUMNI ASSOCIATION 219 TENAS ILLAHEE CHILDCARE CENTER 148 OREGON SUPPORTED LIVING PROGRAM 220 THE EARLY EDUCATION PROGRAM, INC. 149 OSLC COMMUNITY PROGRAMS 221 THE NATIONAL ASSOCIATION OF CREDIT MANAGEMENT -OREGON, 15D OUTSIDE IN INC. 151 OUTSIDE IN 222 THE NEXT DOOR 152 PACIFIC CASCADE FEDERAL CREDIT UNION 223 THE OREGON COMMUNITY FOUNDATION 153 PACIFIC FISHERY MANAGEMENT COUNCIL 224 THE SALVATION ARMY - CASCADE DIVISION 154 PACIFIC INSTITUTES FOR RESEARCH 225 TILLAMOOK CNTY WOMENS CRISIS CENTER 155 PACIFIC STATES MARINE FISHERIES COMMISSION 226 TILLAMOOK ESTUARIES PARTNERSHIP 156 PARALYZED VETERANS OF AMERICA 227 TOUCHSTONE PARENT ORGANIZATION 157 PARTNERSHIPS IN COMMUNITY LIVING, INC. 228 TRAILS CLUB 158 PENDLETON ACADEMIES 229 TRAINING EMPLOYMENT CONSORTIUM 159 PENTAGON FEDERAL CREDIT UNION 230 TRI -COUNTY HEALTH CARE SAFETY NET ENTERPRISE 231 TRILLIUM FAMILY SERVICES, INC. 9 DESCHUTES COUNTY RFPD NO.2 232 UMPQUA COMMUNITY DEVELOPMENT CORPORATION 10 DESCHUTES PUBLIC LIBRARY SYSTEM 233 UNION GOSPEL MISSION 11 EAST MULTNOMAH SOIL AND WATER CONSERVANCY 234 UNITED CEREBRAL PALSY OF OR AND SW WA 12 GASTON RURAL FIRE DEPARTMENT 235 UNITED WAY OF THE COLUMBIA WILLAMETTE 13 GLADSTONE POLICE DEPARTMENT 236 US CONFERENCE OF MENONNITE BRETHREN CHURCHES 14 GLENDALE RURAL FIRE DISTRICT 237 US FISH AND WILDLIFE SERVICE 15 HOODLAND FIRE DISTRICT NO.74 238 USAGENCIES CREDIT UNION 16 HOODLAND FIRE DISTRICT #74 239 VERMONT HILLS FAMILY LIFE CENTER 17 HOUSING AUTHORITY AND COMMUNITY SERVICES AGENCY 240 VIRGINIA GARCIA MEMORIAL HEALTH CENTER 18 KLAMATH COUNTY 9-1-1 241 VOLUNTEERS OF AMERICA OREGON 19 LANE EDUCATION SERVICE DISTRICT 242 WE CARE OREGON 20 LANE TRANSIT DISTRICT 243 WESTERN RIVERS CONSERVANCY 21 MALIN COMMUNITY PARK AND RECREATION DISTRICT 244 WESTERN STATES CENTER 22 MARION COUNTY FIRE DISTRCT#1 245 WESTSIDE BAPTIST CHURCH 23 METRO 246 WILD SALMON CENTER 24 METROPOLITAN EXPOSITION -RECREATION COMMISSION 247 WILLAMETTE FAMILY 25 MONMOUTH - INDEPENDENCE NETWORK 248 WILLAMETTE VIEW INC. 26 MULTONAH COUNTY DRAINAGE DISTRICT #1 249 WOODBURN AREA CHAMBER OF COMMERCE 27 NEAR KAH NIE WATER DISTRICT 250 WORD OF LIFE COMMUNITY CHURCH 28 NW POWER POOL 251 WORKSYSTEMS INC 29 OAK LODGE WATER DISTRICT 252 YOUTH GUIDANCE ASSOC, 30 OR INT'L PORT OF COOS BAY 253 YWCA SALEM 31 PORT OF ST HELENS 1 ALOCHOLIC REHABILITATION SVS OF HI INC DBA HINA MAUKA 32 PORT OF UMPQUA 2 ALOHACARE 33 REGIONAL AUTOMATED INFORMATION NETWORK 3 AMERICAN LUNG ASSOCIATION 34 RIVERGROVE WATER DISTRICT 4 BISHOP MUSEUM 35 SALEM AREA MASS TRANSIT DISTRICT 5 BUILDING INDUSTRY ASSOCIATION OF HAWAII 36 SANDY FIRE DISTRICT NO. 72 6 CTR FOR CULTURAL AND TECH INTERCHNG BETW EAST AND WEST 37 SUNSET EMPIRE PARK AND RECREATION 7 EAH, INC. 38 THE NEWPORT PARK AND RECREATION CENTER 8 EASTER SEALS HAWAII 39 THE PORT OF PORTLAND 9 GOODWILL INDUSTRIES OF HAWAII, INC. 40 TILLAMOOK PEOPLES UTILITY DISTRICT 10 HABITAT FOR HUMANITY MAUI 41 TUALATIN HILLS PARK AND RECREATION DISTRICT 11 HALE MAHAOLU 42 TUALATIN VALLEY FIRE & RESCUE 12 HAROLD K.L. CASTLE FOUNDATION 43 TUALATIN VALLEY WATER DISTRICT 13 HAWAII AGRICULTURE RESEARCH CENTER 44 UNION SOIL & WATER CONSERVATION DISTRICT 14 HAWAII EMPLOYERS COUNCIL 45 WEST MULTNOMAH SOIL AND WATER CONSERVATION DISTRICT 15 HAWAII FAMILY LAW CLINIC DBA ALA KUOLA 46 WEST VALLEY HOUSING AUTHORITY 16 HONOLULU HABITAT FOR HUMANITY 47 WILLAMALANE PARK AND RECREATION DISTRICT 17 IUPAT, DISTRICT COUNCIL 50 48 YOUNGS RIVER LEWIS AND CLARK WATER DISTRICT 18 LANAKILA REHABILITATION CENTER INC. No. State Agencies 19 LEEWARD HABITAT FOR HUMANITY 1 BOARD OF MEDICAL EXAMINERS 20 MAUI COUNTY FCU 2 OFFICE OF MEDICAL ASSISTANCE PROGRAMS 21 MAUI ECONOMIC DEVELOPMENT BOARD 3 OFFICE OF THE STATE TREASURER 22 MAUI ECONOMIC OPPORTUNITY, INC. 4 OREGON BOARD OF ARCHITECTS 23 MAUI FAMILY YMCA 5 OREGON CHILD DEVELOPMENT COALITION 24 NA HALE O MAUI 6 OREGON DEPARTMENT OF EDUCATION 25 NA LEI ALOHA FOUNDATION 7 OREGON DEPARTMENT OF FORESTRY 26 NETWORK ENTERPRISES, INC. 8 OREGON DEPT OF TRANSPORTATION 27 ORI ANUENUE HALE, INC. 9 OREGON DEPT. OF EDUCATION 28 PARTNERS IN DEVELOPMENT FOUNDATION 10 OREGON LOTTERY 29 POLYNESIAN CULTURAL CENTER 11 OREGON OFFICE OF ENERGY 30 PUNAHOU SCHOOL 12 OREGON STATE BOARD OF NURSING 31 ST. THERESA CHURCH 13 OREGON STATE POLICE 32 WAIANAE COMMUNITY OUTREACH 14 OREGON TOURISM COMMISSION 33 WAILUKU FEDERAL CREDIT UNION 15 OREGON TRAVEL INFORMATION COUNCIL 34 YMCA OF HONOLULU 16 SANTIAM CANYON COMMUNICATION CENTER No. Special/independent Districts 17 SEW LOCAL 503, OPEU 1 SAY AREA HOSPITAL DISTRICT 1 ADMIN. SERVICES OFFICE 2 CENTRAL OREGON INTERGOVERNMENTAL COUNCIL 2 HAWAII CHILD SUPPORT ENFORCEMENT AGENCY 3 CENTRAL OREGON IRRIGATION DISTRICT 3 HAWAII HEALTH SYSTEMS CORPORATION 4 CHEHALEM PARK AND RECREATION DISTRICT 4 SOH -JUDICIARY CONTRACTS AND PURCH 5 CITY COUNTY INSURANCE SERVICES 5 STATE DEPARTMENT OF DEFENSE 6 CLEAN WATER SERVICES 6 STATE OF HAWAII 7 COLUMBIA 911 COMMUNICATIONS DISTRICT 7 STATE OF HAWAII 8 COLUMBIA RIVER PUO 8 STATE OF HAWAII, DEPT. OF EDUCATION Tab 10 -Appendix A Equipment Warranty >> Proposals should address each of the following: o •- Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. We can usually respond in 24 - 48 hours for repair. We are subject to supplier addressing but usually handle within that time frame. 0 50 Availability of replacement parts Most parts can be shipped same day if order received by I:OOPM o 00 Life expectancy of equipment under normal use Most floor machines will last atleast 10 years if properly maintained and cared for. o 00 Detailed information as to proposed return policy on all equipment o It is the customer responsibility to get the unit to the nearest Zep location or service center. Many times branches pay for this depending on the account size. This is included in the warranty I have provided. o The policy is found on www.zequil2inent.com ai co Ul co mato 0 -k Q 'an% M �2 M r4 N r-4 C- , z:- cr ca w x �o 0 0 CL .r- 0 m w CL 0) 00 to m C� E LL 0 2 0 V4 w Ix C) cl 0) cc IL > 0 LU I 211 uj > ca sz Ul co mato 0 -k Q 'an% M �2 M r4 N r-4 C- , z:- _.,.. ,. ;�..:.�.. ..,. �;._,. ,.n> .....�.�,-_...,.q...�...., .....«.,�. e; c j vki4— � E R too °o � 57) o o rjh j A Qto c aoi O C 4cg � N 16 4r, y: v a DO " z p cis 70 'p O a pa �E� CacC 0 IS W 'moi �' a o Q o' i+ ti 0`�_ w s ,w ' National Cooperative Purchasing Alliance '�LiperiorSoluti ns Zep Contract Award Janitorial Supplies, Equipment, Maintenance & Repair. Contract Details Lead Public Agency: Region 14 Education Services Center of Abilene, TX. Contract Number: NCPA02-10. Contract Term: One year Jan 1, 2012 to Nov 30, 2016, Intergovernmental Agreement • Master Intergovernmental Agreement • Competitively and publicly solicited by lead public agency. • Available to all 50 states. Benefits • No contract user fees. • Zep quality at lowest overall pricing. • Access to contracts with over 45 wodddass companies. • Free uptime and overall administrative costs. • 2% rebate for online ordering through ZepConnect. Register Today 1. Go to www.ncpa.us. 2. (lick on'Register.' 3. Click on your state from the U.S. map. 4. Complete single page form with contact information and Federal Tax ID. S. Click onSubmif at bottom. —Equipment —Green (leaning Superior olutioris National Cooperative Purchasing Alliance You Know Zep Since its beginning In Atlanta, Georgia in 1937, Zeps focus has been to offer customers the widest selection of top-quality commercial and industrial cleaning products with superior personal service and professional technical support. Over 75 years later, Zep continues to do it better than anyone else in the industry. Ourfull line of sanitation and maintenance chemicals are now matched with a complete line of facility supplies and equipment to fulfill all of your janitorial and maintenance needs. Zep and NPA Zeps partnership with NCPA brings Zep's best products and services at our best overall pricing to local government, education and non -profits through a publicly solicited contract by Region 14 FSC, making it easier than ever to do business with Zep. Nationally - local Business Zeps local Sales/Seivice Professionals provide onsite service throughout North America. ZeVs local teams bring a wealth of industry knowledge to help train your staff on the proper use and safety of our products which ensures you are able to reduce your spend by achieving the best end use cost from your cleaning and maintenance products. Helping to Green Your Cleaning The Zep Greenlink° Program provides you everything you need to implement a commercial green cleaning program in your facilities. It includes a full suite of certified cleaning and maintenance chemicals, tools and equipment, standard operating procedures, training, and a turnkey promotional kit to help gain visibility for your efforts. Contact Zep to Start Saving Today Call 1-8771 BUY ZEP (800-428-9937). For additional information, please visit our website www.zep.com/ncpa.asp. --janitorial —Porks & Recreation —Dept of Public Works —fireltawEnforement —Maintenance 4afereiialBreakroom —fleet Cleaning & l3aintenonce —NeofthlSafety Ai 4 1 o 3x411tlUUY5%ili3!i133?S#1i3439 3A 3 7 int � f