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