Loading...
HomeMy WebLinkAboutContract 57802CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement (“Agreement”) is entered into by and between Traffic and Parking Control Co., Inc dba TAPCO (“Vendor”) and the City of Fort Worth, (“City”), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1.This Cooperative Purchase Agreement; 2. Exhibit A – Seller’s Quote, Scope of Services or Purchase Order; 3. Exhibit B – Cooperative Agency Contract OMNIA Partners 2020-200; and 4. Exhibit C – Conflict of Interest Questionnaire Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. City shall pay Vendor in accordance with the fee schedule in Exhibit A and in accordance with the provisions of this Agreement. Total payment made under this Agreement for the first year by City shall not exceed Five Hundred Seven Thousand Three Hundred Sixteen Dollars and Forty-Two Cents ($507,316.42). Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement shall be for one year beginning on March 1, 2022 and ending on February 28, 2023. The City shall be able to renew this agreement for seven (7) one-year renewal options by written agreement of the parties. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: CSC No. 57802 To CITY: City of Fort Worth Attn: Dana Burghdoff, Assistant City Manager 200 Texas Street Fort Worth, TX 76102-6314 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at To VENDOR: Traffic and Parking Control Co., Inc dba T APCO Andrew Bergholz, President/Owner Address: 5100 W Brown Deer Rd Brown Deer, WI 53223 same address Facsimile: NIA The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: By: Name: Dana Burghdoff Title: Assistant City Manager Date: APPROVAL RECOMMENDED: By: Name: William M Johnson Title: Transportation/Public Works Director ATTEST: By: Name: Jannette Goodall Title: City Secretary VENDOR: Traffic and Parking Control Co., Inc dba T APCO By: Date: Digitally signed by Andrew Andrew Bergholz Bergholz Date: 2022.06.1613:32:57 -05'00' Name: Andrew Bergholz Title: President/Owner CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Brandon Callicoat Title: TPW Superintendent APPROVED LEGALITY: By: AS TO Name: Taylor Paris FORM Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 21-0133 AND Brandon Callicoat Digitally signed by Brandon Callicoat Date: 2022.06.28 17:13:10 -05'00' $''$( *#).*)җ 0)сшѶспссрфѷрпҘ Dana Burghdoff (Jul 7, 2022 08:30 CDT) Dana Burghdoff Jannette S. Goodall (Jul 7, 2022 13:10 CDT) Jannette S. Goodall Item Description Quantity UM Price Extension 373-01602 R1-1,30"x30"x.080 5052 HIP,Stop,Sign, Fed Spec Stocked 1 EA 101.15 $101.15 373-00146 R1-2,36"x36"x.080 EGP,Yield 1 EA 135.35 $135.35 373-04938 R1-3P,18"x6"x.080, HIP, ALL WAY sign (Previous MUTCD R1-4) 1 EA 27.55 $27.55 373-02533 R2-1,24"x30" HIP,Speed Limit 25 (Fed Spec) Sign 1 EA 116.35 $116.35 373-01550 R4-7,24"x30" HIP,Keep Right (Symbol) (Fed Spec) Sign,5052 1 EA 87.85 $87.85 373-00530 R5-1,30"x30"x.080 HIP,Do Not Enter (Fed Spec) Sign 1 EA 126.80 $126.80 373-01964 R6-1L,36"x12"x.100 HIP, One Way (Left Arrow) Fed Spec Sign 1 EA 108.75 $108.75 373-04898 Sign,36"x12"x.100 5052 HIP White Fed Spec 1 EA 87.85 $87.85 R6-1R 373-04761 R6-2L,18"x24" HIP,One Way (w/Left Arrow) Fed Spec sign (C1500975) 1 EA 82.15 $82.15 373-04728 R6-2R,18"x24"x.080 HIP,One Way (Right Arrow) Fed Spec Sign 1 EA 82.15 $82.15 119846 R7-2,12"x18"x.080 HIP, No Parking (symbol) 8:30 AM TO 5:30 PM, (Fed Spec) Sign 1 EA 56.50 $56.50 373-05074 S1-1,36"x36"x.080 DG3 FYG,School Crossing (Symbol) (fed spec) sign 1 EA 214.25 $214.25 373-05066 W16-7PL,30"x18"x.080 DG3 FYG,Down Diagonal Left Arw(Fed Spec)sign,1.875"Radius (2)3/8" Holes 3"In 1 EA 124.90 $124.90 373-05065 W16-9P,30"x18"x.080 DG3 FYG,Ahead (Fed Spec) sign,1.875" Radius (2) 3/8" Holes 3" In 1 EA 128.70 $128.70 373-04411 W16-7PL,24"x12" HIP,Down Diagonal Left Arrow (Fed Spec) Sign 1 EA 70.75 $70.75 304152 W16-9p,30"x18"x.080 HIP,Ahead Sign 1.875" Radius (2) 3/8" Holes 3" In 1 EA 116.35 $116.35 $30,742.48$0.00$30,742.48 TotalTaxFreightMerchandise $0.00 Shipment within Acceptance By By Date All prices are listed in US Dollars (USD) For terms and conditions, please visit: https://www.tapconet.com/terms-conditions 5001 James Avenue Traffic Services Fort Worth, TX 76115 5001 James Avenue Page Date Number SALES QUOTE Q22008385 USA Traffic Services City Of Fort Worth Fort Worth, TX 76115 Tyson Whitler City Of Fort Worth 5/18/2022 1 Customer Copy Sell To Cust. C11991 Ship To Cust. SIGNS 6/17/2022 Amy Schmidt-Borden BEST RATEPREPAIDNet 30 DAYS Customer PO #Expires Slsp Terms Freight Ship Via Exhibit A Item Description Quantity UM Price Extension 121850 W1-2L,30"x30"x.080 DG3,Curved Left Arrow FED SPEC SIGN 1 EA 160.05 $160.05 303018 W1-8,18"x24" DG3 Yellow, Right or Left Chevron (Fed Spec) Sign 1 EA 83.10 $83.10 373-00879 R3-4,24"x24"x.080 DG3, No U Turn (Symbol) Sign 1 EA 151.50 $151.50 373-04477 R3-2,24"x24"x.080 HIP,No Left Turn (Symbol) Sign 1 EA 139.15 $139.15 373-04511 R3-1,24"x24"x.080 DG3,No Right Turn (Symbol) Sign 1 EA 151.50 $151.50 373-00948 R1-2,36"x36"x36"x.080 HIP,Yield Sign 1 EA 101.95 $101.95 126146 W1-2R,30"x30"x.080 DG3 Yellow Curved Right Arrow 1 EA 160.05 $160.05 312780 W14-2, 24"x24"x.080,DG3, No Outlet 1 EA 114.45 $114.45 300680 W17-1,30"x30" DG3 Yellow, Speed Hump (Worded) Fed Spec 1 EA 160.05 $160.05 116041 S5-1,24"x48"x.080 DG3 White/FY, School Speed Limit 15 When Flashing 1 EA 252.25 $252.25 301230 R5-2,24"x24"x.080 DG3,No Trucks (Symbol) Fed Spec 1 EA 125.85 $125.85 133031 Lane Delineator, White, 40", Red/White, 2-Sided Reflectors,Tuff-Curb,Quick Release,Hardware Incld 1 EA 218.05 $218.05 373-01646 R1-2,30"x30"x.080 DG3, Fed Spec, Yield Sign (Actual size is 27" due to cut of aluminum) 1 EA 118.95 $118.95 301172 R1-3P,18"x6"x.080 DG3, All Way (worded) Fed Spec 1 EA 49.85 $49.85 302956 W10-9P,30"x24"x.080 DG3 Yellow,No Train Horn 1.5" Rad, (2)3/8" holes 3" in 1 EA 136.30 $136.30 302404 NCPZ,24"x18" DG3, No Cell Phone Zone (Fed Spec) Sign 1 EA 70.37 $70.37 $30,742.48$0.00$30,742.48 TotalTaxFreightMerchandise $0.00 Shipment within Acceptance By By Date All prices are listed in US Dollars (USD) For terms and conditions, please visit: https://www.tapconet.com/terms-conditions 5001 James Avenue Traffic Services Fort Worth, TX 76115 5001 James Avenue Page Date Number SALES QUOTE Q22008385 USA Traffic Services City Of Fort Worth Fort Worth, TX 76115 Tyson Whitler City Of Fort Worth 5/18/2022 2 Customer Copy Sell To Cust. C11991 Ship To Cust. SIGNS 6/17/2022 Amy Schmidt-Borden BEST RATEPREPAIDNet 30 DAYS Customer PO #Expires Slsp Terms Freight Ship Via Item Description Quantity UM Price Extension 373-05063 W16-7PR,30"x18"x.080,DG3 FY,Down Diagonal Right Arrow Sign,1.875" Radius (2) 3/8" Holes 3" In 1 EA 130.60 $130.60 373-05061 W16-7PR,24"x12"x.080 DG3 FY,Down Diagonal Right Arrow 1 EA 59.35 $59.35 1636-00041 Lane Delineator,YEL,40",Yellow/Yellow,2Sided Reflectors,Tuff-Curb,QuickRelease,Hardware Incld 1 EA 328.05 $328.05 373-05309 W3-2,30"x30"x.080 DG3,Yield Ahead (Symbol) Fed Spec Sign 1 EA 271.25 $271.25 373-05073 S1-1,30"x30" DG3 FYG,School Crossing (Symbol) Fed Spec Sign 1 EA 154.35 $154.35 302176 R2-1,24"x30" DG3,Speed Limit 30 (Fed Spec) Sign 1 EA 119.20 $119.20 128813 Poster,2021 MUTCD, Rolled, Jumbo Size 36"x48" For Use Referencing Traffic Signs 1 EA 41.75 $41.75 133032 Lane Delineator, White, 40", White/Black, 2-Sided Reflectors,Tuff-Curb,Quick Release,Hardware Incld 1 EA 218.05 $218.05 302478 R3-5L,24"x30" DG3,Left Turn Only (Fed Spec) Sign (C1501773) 1 EA 138.20 $138.20 112387 W1-1R,30"x30"x.080 DG3 Yellow, Turn Right Arrow Sign 1 EA 160.05 $160.05 373-00706 CW-2,18"x24"x.080 EGP,Warning Neighborhood Crime Watch Area (fed spec) Sign (C1606818) 1 EA 101.15 $101.15 373-01499 W11-2,30"x30"x.080 DG3 FY,Pedestrian Crossing (Symbol) Fed Spec - Fluorescent Yellow 1 EA 139.15 $139.15 373-05080 R1-1,30"x30"x.080 DG3, Stop,(Fed spec) sign 1 EA 132.50 $132.50 373-05060 W16-7PL,24"x12"x.080 DG3 FY,Down Diagonal Left Arrow 1 EA 59.35 $59.35 301240 R5-1,30"x30"x.080 DG3,Do Not Enter (Fed Spec)1 EA 166.70 $166.70 $30,742.48$0.00$30,742.48 TotalTaxFreightMerchandise $0.00 Shipment within Acceptance By By Date All prices are listed in US Dollars (USD) For terms and conditions, please visit: https://www.tapconet.com/terms-conditions 5001 James Avenue Traffic Services Fort Worth, TX 76115 5001 James Avenue Page Date Number SALES QUOTE Q22008385 USA Traffic Services City Of Fort Worth Fort Worth, TX 76115 Tyson Whitler City Of Fort Worth 5/18/2022 3 Customer Copy Sell To Cust. C11991 Ship To Cust. SIGNS 6/17/2022 Amy Schmidt-Borden BEST RATEPREPAIDNet 30 DAYS Customer PO #Expires Slsp Terms Freight Ship Via Item Description Quantity UM Price Extension 302186 R2-1,24"x30" DG3,Speed Limit 35 (Fed Spec) Sign 1 EA 138.20 $138.20 340-00003 Cobra Combi Gas Powered Drill/Breaker,7/8"x4- 1/4" Chuck,Handle Width 23",55lbs,2,700BPM,Unleaded Gas 1 EA 6,903.50 $6,903.50 2180-C00203 Blinkersign, W2-1, 30", 4-way Inter, DG3, FY, Solar, 8 Amb LEDs 1 EA 1,672.00 $1,672.00 102112 S4-I100,24"x48".080HIP/DG3 FYG,School Speed Limit 20 On School Days When Child.. Fed Spec,C1502628 1 EA 195.20 $195.20 121182 Sign,24"x36"x.080 DG3 White/FYG 1 Color Print 1 EA 220.00 $220.00 END SCHOOL ZONE 148034 Gate, Access Pro, 24VDC, White, 15' Arm Included 1 EA 4,847.15 $4,847.15 137806 Solar Power Option w/100W Panel 1 EA 1,625.75 $1,625.75 500146 Controller, 12V, 136921, Radio, 44 Ah, No Pushbutton 1 EA 2,015.00 $2,015.00 2180-00225DF BlinkerSign, W1-8, 24x30", Chevron, DG3, FY, Direct Fire, 10 Amb LEDs 1 EA 1,045.00 $1,045.00 2438-00001 Sign Mounting Kit, Square/U-Channel, Anti- Vandal For Mounting One Blinker Sign to 2" Sq & U-Channel 1 EA 16.10 $16.10 078-00001-TX Glass Beads,50 lb Bag,TX Type 3, for painting and epoxy,mix with paint to make lines reflective 1 EA 86.95 $86.95 2180-00246 BlinkerSign, W3-3, 30", Signal Ahead, DG3, FY, Solar, 8 Amber LEDs 1 EA 1,672.00 $1,672.00 102112 S4-I100,24"x48".080HIP/DG3 FYG,School Speed Limit 20 On School Days When Child.. Fed Spec,C1502628 1 EA 195.20 $195.20 145928 Signs,30"x24"x.080, DG3,FY 1 Color Print 1.5" Radius, (4)3/8" Holes 3" in on corners 1 EA 164.80 $164.80 373-01726 Sign,30"x36"x.080 DG3 White Fed Spec 1 EA 208.55 $208.55 $30,742.48$0.00$30,742.48 TotalTaxFreightMerchandise $0.00 Shipment within Acceptance By By Date All prices are listed in US Dollars (USD) For terms and conditions, please visit: https://www.tapconet.com/terms-conditions 5001 James Avenue Traffic Services Fort Worth, TX 76115 5001 James Avenue Page Date Number SALES QUOTE Q22008385 USA Traffic Services City Of Fort Worth Fort Worth, TX 76115 Tyson Whitler City Of Fort Worth 5/18/2022 4 Customer Copy Sell To Cust. C11991 Ship To Cust. SIGNS 6/17/2022 Amy Schmidt-Borden BEST RATEPREPAIDNet 30 DAYS Customer PO #Expires Slsp Terms Freight Ship Via Item Description Quantity UM Price Extension 310107 R3-7R,30"x30"x.080 DG3 White/Black RIGHT LANE MUST TURN RIGHT - STD MUTCD SIGN 1 EA 119.86 $119.86 301228 R3-4,36"x36"x.080 DG3,No U Turn (Symbol) Fed Spec 1 EA 256.05 $256.05 137679 Sign,30"x36"x.125 DG3 White 1 Color Print Fed Spec 1 EA 271.25 $271.25 100451 Sign,36"x42"x.125 5052 DG3 White 1 EA 316.25 $316.25 301226 R3-4,36"x36"x.080 HIP,No U Turn (Symbol) Fed Spec 1 EA 227.55 $227.55 302480 R3-5L,30"x36"x.080 HIP,Left Turn Only (Fed Spec) Sign 1 EA 176.20 $176.20 2180-00225 Blinkersign, W1-8L, 24x30", Left Chevron, DG3, FY, Solar, 10 Amb LEDs 1 EA 1,672.00 $1,672.00 373-01287 Sign,30"x36"x.080 HIP White 1 Color Print Fed Spec 1 EA 151.50 $151.50 106684 R5-2,30"x30"x.080 HIP,No Trucks (Symbol) Fed Spec 1 EA 161.00 $161.00 311576 S5-3, 24"x30"x.080, HIP End School Speed Limit 1 EA 104.95 $104.95 147242 S5-1(MOD),24"x48"x.080 DG3 White/FYG School Speed Limit (Blank) When Flashing 1 EA 199.95 $199.95 TAPCO OMNIA Partners Contract # 2020-200 FREE SHIPPING TAPCO'S OMNIA Contract # 2020-200 Thank You - Amy Schmidt-Borden Email: amy.schmidtborden@tapconet.com Office Number: 262-649-5218 $30,742.48$0.00$30,742.48 TotalTaxFreightMerchandise $0.00 Shipment within Acceptance By By Date All prices are listed in US Dollars (USD) For terms and conditions, please visit: https://www.tapconet.com/terms-conditions 5001 James Avenue Traffic Services Fort Worth, TX 76115 5001 James Avenue Page Date Number SALES QUOTE Q22008385 USA Traffic Services City Of Fort Worth Fort Worth, TX 76115 Tyson Whitler City Of Fort Worth 5/18/2022 5 Customer Copy Sell To Cust. C11991 Ship To Cust. SIGNS 6/17/2022 Amy Schmidt-Borden BEST RATEPREPAIDNet 30 DAYS Customer PO #Expires Slsp Terms Freight Ship Via MEMORANDUM OF NEGOTIATION RFP# 2020-200 Barron County and TAPCO (Traffic & Parking Control Co., Inc.) hereby agree to the following in the execution of Contract 2020-200. The period of the contract is from March 1, 2020, through February 28, 2025, with five (5), one (1) year renewal options. The final contract contains the following items: A The Memorandum of Negotiation B. Barron County Affidavit of Publication C.Barron County RFP# 2020-200 and all Addenda D.TAPCO (Traf fic & Parking Control Co., Inc.) Technical proposal as amended by this Memorandum of Negotiations E.TAPCO (Traffic & Parking Control Co., Inc.) Cost proposal as amended by this Memorandum of Negotiations ACCEPTED BY: d:3 :::r c:JJ; /tr /;aAndrew Bergholz VP, Sales TAPCO (Traffic & Parking Control Co., Inc.) l{/i 1/40/�1-o �k I High::C::sioner Barron County, WI Exhibit B STATE OF WISCONSIN ss BARRON COUNTY Mark C. Bell, being first duly sworn, says: That he is the publisher of the Barron News-Shield, which is a weekly newspaper of a general circulation, printed and published in the City of Barron, in said County and State; that a notice of which the annexed is a printed copy taken from said newspaper, was printed and pub- lished in the full regular edition once in each week for ' a)O successive week(s), commencing and the first such publication being on the i]�`" day of �.p � (-���� {��A.D., 20� and ending and the la ps b ication being on the /6�S``fa` day of � � � �� A.D., 20�, being � such pub ication(s). �� � e Subscribed and sworn to before me this � day of o�eoa�osaa1� i�3�eel����f'�, % `��e�e°�1�,�.�� � •.✓�i�i�-l�� ��{(` fi.�., 20`! � . p T �,q ;G�,C.,�+�- _ " � � �� o c � ��CSL =�` ��= Notary Public, Barron County, Wis. ' . ,� �`n� � �81�\�' ' � � Commission expires �� � .soyT� o •���`a> o���°''��;;���Lines � Col. � Time(s)$1��-� First Insertion at •� per �_ lines $�tv -�5 Succeeding Insertion(s) at ��r � I lines $ ZC) - � Affidavit 1.00 Total $� � �' � . � � ` � / • STATE OF WISCONSIN ss BARRON COUNTY Mark C. Bell, being first duly sworn, says: That he is the publisher of the Barron News-Shield, which is a weekly newspaper of a general circulation, printed and published in the City of Barron, in said County and State; that a notice of which the annexed is a printed copy taken from said newspaper, was printed and pub- lished in the full regular edition once in each week for �-Zx>�� successive week(s), commencing and the first such publication being on the � day of (��- }�e� A.D., 20_�_L__ and ending and the last publication being on the `��`` day of �c � U��- A.D.,20 �' _,being �z� such publication(s). � � Subscribed and sworn to before me this �`� day of `���v►aao�tear� f��i_ J ? ��ae�����\��JA����'��i,l CJ V L.� fi.D.� 2� ( CI . � ��� e �� � � �, � �o � � C/�`R-�. � � �! .<L!Z-�"�-'� e � = e� � L, "�� Notary Public, B arron County, Wis . e� `. ���e�� .� �� Commission expires �� ' C�� ) ''ss�; °�. s.°'�,���.� '''`''���t� �Lines �_ Col. v2 Time(s)$ � - c� First Insertion at i(�? /� 7per � D lines $ i �� S Succeeding Insertion(s) at� � �1(�per � lines $ •� Affidavit 1.00 Total $ �� - �1 � -1- COMPETITIVE SOLICITATION BY BARRON COUNTY FOR TRAFFIC CONTROL PRODUCTS AND RELATED PRODUCTS AND SOLUTIONS ON BEHALF OF ITSELF AND OTHER GOVERNMENT AGENCIES RFP # 2020-200 -2- TABLE OF CONTENTS Notice to Vendors ................................................................................................................3 Proposal Cover Sheet ...........................................................................................................4 Introduction and Background ..............................................................................................5 Overview ..........................................................................................................................5 Introduction ..................................................................................................................5 Objectives .....................................................................................................................6 General Terms and Conditions .....................................................................................6 OMNIA Partners, Inc. ......................................................................................................9 General Definitions of Products and/or Services……………………………………...10 Scope of Contract……………………………………………………………………...10 RFP Questions…………………………………………………………………………12 Contract Period and Renewal………………………………………………………….12 Termination of Contract……………………………………………………………….12 Calendar of Events…………………………………………………………………….13 Proposal Instructions…………………………………………………………………..13 Contact for Contractual Matters………………………………………………………15 Submission of Proposals………………………………………………………………16 Proposer Personnel Requirements and Determination of Responsibility……………..16 Late Proposals…………………………………………………………………………17 Period That Proposals Remain Valid………………………………………………….17 Evaluation of Proposal – Selection Factors……………………………………………17 Trade Secret/Proprietary Information…………………………………………………17 OMNIA Partners Attachment A…………………………………………………………19 Attachment B (Market Basket Pricing for Evaluation Purposes Only) as separate Excel document -3- NOTICE TO VENDORS Notice is hereby given that Barron County (County) on behalf of itself and other government agencies and made available through the OMNIA Partners, Inc. will receive proposals for: TRAFFIC CONTROL PRODUCTS AND RELATED PRODUCTS AND SOLUTIONS RFP # 2020-200 Sealed proposals for the material described herein will be received until 11:00 AM local time on October 29, 2019 by the Barron County Highway Department, Office of the Highway Commissioner, 260 North 7th Street, Barron, WI 54812, whereupon the sealed proposals received will be opened and evaluated. Proposals must be sealed, prominently marked with the RFP number, title, due date, time, and name of vendor on outside of envelope. Facsimile (FAX) copies of the RFP will not be allowed. Copies of the RFP documents may be downloaded at www.barroncountywi.gov The County reserves the right to accept or reject any or all proposals, to waive any technicalities, and to select the proposal deemed most advantageous to the Barron County Highway Department and Participating Public Agencies. RFP 2020-200 PROPOSAL COVER SHEET -4- TRAFFIC CONTROL PRODUCTS AND RELATED PRODUCTS AND SOLUTIONS This Proposal submitted by: Name of Organization: ___________________________________________ Address: ___________________________________________ ___________________________________________ City/State/Zip: ___________________________________________ Primary Contact Person: ___________________________________________ Phone: ___________________________________________ Fax: ___________________________________________ E-mail: ___________________________________________ In accordance with the following and in compliance with all terms and conditions, unless otherwise noted, the undersigned offers and agrees, if the proposal is accepted, to furnish items or services for which prices are quoted, delivered or furnished to designated points within the time specified. It is understood and agreed that with respect to all terms and conditions accepted by Barron County the items or services offered, and accompanying attachments shall constitute a contract. By signing this proposal, Vendor certifies, acknowledges, understands, and agrees to be bound by the conditions set forth in this Request for Proposal. ___________________________________ Vendor Legally Authorized Signature ___________________________________ Print Name ___________________________________ Title ___________________________________ Date RFP 2020-200 GENERAL INFORMATION -5- 1. INTRODUCTION Barron County (herein “Principal Purchasing Agency (PPA)”) on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein “Participating Public Agencies”) is soliciting proposals from qualified suppliers to enter into a Master Agreement for a complete line of Traffic Control Products, Related Products and Solutions (herein “Products and Services”). Proposals will be received until to 11:00 A.M. local time on October 29, 2019. Envelopes must be sealed, prominently marked with the RFP number, RFP title, RFP opening time/date and name of vendor, and submitted to: BARRON COUNTY HIGHWAY DEPARTMENT OFFICE OF THE HIGHWAY COMMISSIONER 260 NORTH 7TH STREET BARRON, WI 54812 Proposals must be received no later than the time and date designated above. Proposals received later than the designated time and date will not be accepted. Facsimile (FAX) copies of the RFP will not be accepted. This request does not commit the County to pay for any costs incurred in the submission of the RFP, or in making necessary studies for the preparation thereof, nor to procure or contract for the services or materials. There will be no “oral communications” with any County employees regarding this RFP. ALL PRODUCTS OFFERED MUST BE NEW, UNUSED, LATEST DESIGN AND TECHNOLOGY. Include in your offering trade-ins, leasing/financing and provide structure for each of these items. RFP 2020-200 GENERAL INFORMATION -6- 2. OBJECTIVES A. Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Participating Public Agencies; B. Establish the Master Agreement as a Supplier’s primary offering to Participating Public Agencies; C. Achieve cost savings for Suppliers and Participating Public Agencies through a single competitive solicitation process that eliminates the need for multiple proposals; D. Combine the volumes of Participating Public Agencies to achieve cost effective pricing; E. Reduce the administrative and overhead costs of Suppliers and Participating Public Agencies through state-of-the-art ordering and delivery systems; F. Provide Participating Public Agencies with environmentally responsible products and services. 3. GENERAL TERMS AND CONDITIONS Taxes – Taxes shall not be included in unit prices. Brand Name and Number–The Vendors shall state the brand name and number in the column provided. If none is indicated, it shall be understood that the vendor is quoting on the exact brand name and number specified in the RFP form. Should any item for which proposals are requested be patented, or otherwise protected or designated by the particular name of the maker and the Vendor desires to offer the item of equal character and quality, it may offer such substitute item by clearly indicating that such substitution is intended and specify the brand. Such substitution shall be accepted only if deemed by the Highway Commissioner to be equal in all respects to that specified. Samples – If needed, samples shall be furnished free of cost to the County after the RFP opening. If requested, they are to be sent within seven (7) days to the Barron County Highway Department, Office of the Highway Commissioner, 260 N 7th Street, Barron, WI 54812, unless otherwise specified. The County reserves the right to reject the RFP of any Vendor failing to submit samples as requested. Samples must be plainly marked with name of vendor, RFP number and date of the RFP opening. Samples of the successful Vendors may be retained for comparison with deliveries. Vendors may pick up samples (if not destroyed by test) on notice from the Office of the Highway Commissioner. If not picked up within fifteen (15) calendar days after date of such notice, samples may be disposed of by the County. Vendors (or their agent) hereby assume all risks of loss or damage to samples whatever the cause. Quantity and Quality of Materials or Services– The successful Vendor(s) shall furnish and deliver the quantities designated in the RFP or purchase order. All materials, supplies or RFP 2020-200 GENERAL INFORMATION -7- services furnished under the contract shall be in accordance with the RFP specifications and the County’s sample or the sample furnished by the Vendors and accepted by the County. When a sample is taken from a shipment and sent to a laboratory for testing and the test shows that the sample does not comply with the RFP specifications, the cost of such test shall be paid by the Vendor(s). The Vendor certifies that all materials conform to all applicable requirements of Wisconsin OSHA and all other requirements of law. All items of equipment and individual components, where applicable standards have been established, shall be listed by the Underwriter Laboratories, Inc., and bear the UL label. Safety Data Sheets – For all products requiring a Safety Data Sheet – The County requires that a Safety Data Sheet accompany all orders at the time of delivery. Severability – If any provisions of this agreement shall be held invalid or unenforceable by a court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provisions hereof. Amendments – The terms of this Agreement shall not be waived, altered, modified, supplemented or amended in any manner whatsoever except by written agreement signed by the parties. Entire Agreement – This RFP and all attachments thereto constitutes the entire agreement between the parties. There are no understandings, agreements, representations or warranties, express or implied, not specified in the Agreement. Vendor, by the execution of his/her signature on the RFP Form acknowledges that he/she has and read this Agreement, understands it, and agrees to be bound by its terms and conditions. Force Majeure Clause – The parties to the contract shall be excused from performance thereunder during the time and to the extent that they are prevented from obtaining, delivering or performing by act of God, fire, strike, loss or shortage of transportation facilities, lockout, or commandeering of materials, products, plants or facilities by the government, when satisfactory evidence thereof is presented to the other party, provided that it is satisfactorily established that the nonperformance is not due to the fault or neglect of the party not performing. Hold Harmless Clause – The successful Vendor agrees to indemnify, defend and save harmless Barron County and Participating Agencies, its governing board, related divisions and entities, officers, agents, and employees from and against any and all claims, demands, losses, defense costs, or liability of any kind or nature which the County, it’s officers, agents, and employees may sustain or injure or which may be imposed upon them for injury to or death of persons, or damage to property as a result of, arising out of, or in any manner connected with the Vendor or Vendor’s agents, employees or subcontractor’s performance under the terms of this contract, excepting only liability arising out of the sole negligence of the County. Prevailing Law – In the event of any conflict or ambiguity between these instructions and state or federal law or regulations, the latter shall prevail. Additionally, all equipment to be RFP 2020-200 GENERAL INFORMATION -8- supplied or services to be performed under the RFP proposal shall conform to all applicable requirements of local, state and federal law. Governing Law and Venue – In the event of litigation, the RFP documents, specifications and related matters shall be governed by and construed only in accordance with the laws of the State of Wisconsin. Venue shall only be with the appropriate state or federal court exercising jurisdiction over Barron County. Permits and Licenses – The successful Vendors and all of its employees or agents shall secure and maintain in force such licenses and permits as are required by law, in connection with the furnishing of materials, articles or services herein listed. All operations and materials shall be in accordance with law. Anti-discrimination – It is the policy of the Barron County Board of Supervisors, that in connection with all work performed under Contracts there shall be no discrimination against any prospective or active employee engaged in the work because of sexual orientation, physical and mental disability, medical conditions, marital status, age, pregnancy, veteran status, gender, race, color, ancestry, national origin, sex, or religious creed. Therefore, the Vendor agrees to comply with applicable Federal and Wisconsin laws including, but not limited to, the Wisconsin Fair Employment Act. In addition, the successful Vendors agree to require like compliance by all subcontractors employed on the work by him. RFP 2020-200 GENERAL INFORMATION -9- 4. NATIONAL CONTRACT Barron County, as the Principal Procurement Agency, defined in Attachment A, has partnered with OMNIA Partners to make the resultant contract (also known as the “Master Agreement” in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. Barron County is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a “Participating Public Agency”) and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Purchasing Cooperative Agreement, a form of which is attached hereto on ATTACHMENT A, or as otherwise agreed to. ATTACHMENT A contains additional information about OMNIA Partners and the cooperative purchasing program. OMNIA Partners is the largest and most experienced purchasing organization for public and private sector procurement. Through the economies of scale created by OMNIA Partners public sector subsidiaries, National IPA and U.S. Communities, our participants now have access to more competitively solicited and publicly awarded cooperative agreements. The lead agency contracting process continues to be the foundation on which we are founded. OMNIA Partners is proud to offer more value and resources to state and local government, higher education, K-12 education and non-profits. OMNIA Partners provides shared services and supply chain optimization to government, education and the private sector. As a channel partner with Vizient (formally, Novation), OMNIA Partners leverages over $100 billion in annual supply spend to command the best prices for products and services. With corporate, pricing and sales commitments from the Supplier, OMNIA Partners provides marketing and administrative support for the Supplier that directly promotes the Supplier’s products and services to Participating Public Agencies though multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Public Agencies benefit from pricing based on aggregate spend and the convenience of a contract that has already been advertised and publicly competed. The Supplier benefits from a contract that allows Participating Public Agencies to directly purchase goods and services without the Supplier’s need to respond to additional competitive solicitations. As such, the Supplier must be able to accommodate a nationwide demand for services and to fulfill obligations as a nationwide Supplier and respond to the OMNIA Partners documents (Attachment A). Barron County anticipates spending approximately $175,000 over the full potential Master Agreement term for Traffic Control Products and Related Products and Solutions. While no minimum volume is guaranteed to the Supplier, the estimated annual volume of Traffic Control RFP 2020-200 GENERAL INFORMATION -10- Products and Related Products and Solutions purchased under the Master Agreement through OMNIA Partners, Public Sector is approximately $25 million. This projection is based on the current annual volumes among Barron County, other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between the Supplier and OMNIA Partners. 5. GENERAL DEFINITION OF PRODUCTS AND/OR SERVICES This Solicitation is to establish a nationwide master agreement for the acquisition of the following products. The category descriptive examples below are not to be considered restrictive, but rather, provide a general, non-inclusive, description of the category. The intent is for each Supplier to submit its complete line of Traffic Control Products, Related Products and Solutions so that Participating Public Agencies may order a wide array of products, services and solutions as appropriate for their needs. Suppliers should have a demonstrated experience in providing the Products as defined in this RFP. Exceptions, deviations and/or variations should be cleared identified in your response. 6. SCOPE OF CONTRACT: The purpose of this Request for Proposal is to solicit sealed proposals to establish a cooperative contract or contracts for Traffic Control Products, and Related Products and Solutions for Barron County, Wisconsin and on behalf of all states, local governments, school districts, and higher education institutions in the United States of America, and other governmental agencies and nonprofit organizations. Product offerings include but not limited to; A. Intelligent Warning Systems (Solar & Wireless) Products: BlinkerSigns™ and BlinkerBeacons™, RRFB-XL Crosswalks, Fire Preemptions Systems, Dangerous Curve Warnings, Web-based Traffic Monitoring & Control, Radar Feedback Signage, Wrong Way Activation Signage, Emergency Vehicle & Firehouse Warning Systems, Bike Path Warning Systems, Lighted In-road Lights, Solar Railroad Crossing Warnings, and any other Intelligent Warning Systems (Solar & Wireless) Products offered by Supplier. B. Parking and ITS Solutions: Cameras, Parking Gate Operators, Swing Gate Operators, Slide Gate Operators, Phone Entry Systems, Mobile Traffic Trailers, Crash Barriers, Overhead Clearance Tubes, Electric Car Recharging Stations, Shelters, Gate Arms, Turnstiles, Proximity Sensors, Blank Out Signs, Undercarriage Mirrors, Wheel Immobilizers and any other Parking and ITS Solutions offered by Supplier. RFP 2020-200 GENERAL INFORMATION -11- C. Work Zone Products: Crowd Control Barricades, Safety Mirrors, Wheel Chocks, Non-Skid Tapes, Eyewash Stations, Floor Signage, Wall & Pole Guards, Guardrail, Exit Signs, Dock Bumpers, Exit and Egress Signing, Changeable Message Boards, Directional Arrow Boards, Barricade Lights Flares, Beacons, Flashlights, Incident Response Roll-up Signs, Radar Feedback Signs, Barrier Webbing, Reflectors, Traffic Paddles, Barriers, Cones, Cone signs and any other Industrial and Work Zone Products offered by Supplier. D. Traffic, Pavement Marking and Striping Products: Car Stops, Speed Humps, Speed Tables, Guardrail Reflectors, Cable Guards, Covers, Push & Rider Stripers, Stencils, Paint, Thermoplastics, Pothole Patch, In-Road LED Markers, Measuring Wheels and any other Traffic, Pavement Marking and Striping Products offered by Supplier. E. Delineators and Markers: Delineators, In-Road Crosswalk Signs, Snow Markers, Snow Poles, Utility Marking Flags, Hydrant Markers, Modular Signs, Butyl Pads, Curbing, Butyl Pads & Epoxy and any other Delineators and Markers offered by Supplier. F. Signing and Digital Sign Marking: MUTCD Signs, Blanks, Sheeted Blanks, Sheeted Blanks with Border, Federal Advisory Signage, Sign Mounting Brackets, Hardware, Sandwich Boards, Lawn Signage, Digital Print capabilities, Screen Printing Equipment, Reflective Sheeting & Vinyl Rolls, Plotters, Cutters, Sign Making Software and any other Signing and Digital Sign Marking offered by Supplier. G. Posts, Poles and Bases: Square Posts, U-Channel Posts, Wood Posts, Signal Poles, Round Posts, T-Posts, Flexible Posts, Pole Packages, Anchors, Crosspieces, Portable Sign Bases, and any other Posts, Poles and Bases offered by Supplier. H. Streetscape Decorative Products: Decorative Poles, Decorative Bases, Luminaries, Decorative Brackets, Sign Backers, Ornate Lighting, Finial Pole Toppers, LED Retrofit Lighting, Street Clocks and any other Streetscape Decorative Products offered by Supplier. I. Parks and Recreation Products: Benches, Tables, Waste Receptacles, Drinking Fountains, Message Centers, Bike Racks, Snuffers, State Flags, Flag Poles, Bulletin Boards, and any other Parks and Recreation Products offered by Supplier. J. Service and Preventative IWS (Intelligent Warning Solutions), Parking and Door Structures and Revenue Control Related Maintenance. Service, repair, warranty, on-call and preventative maintenance work shall be performed, but not limited to the following areas; Parking Revenue Control, IWS (Intelligent Warning Solutions), ITS (Intelligent Transportation Systems), Overhead door and garage control, Crosswalk systems, and other related services. RFP 2020-200 GENERAL INFORMATION -12- K. Related Products, Solutions and Services: The complete range of Related Traffic Products and Solutions such as Personal Protective Equipment and any other Related Products and Services offered by the Supplier. L. Balance of Line/Comprehensive Product Offering The complete catalog of Traffic Control Products and Related Products and Solutions. Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line for ground maintenance equipment items and accessories. Pricing for complete product offering/balance of line items will be determined by a percentage discount off the offeror’s retail price list. The pricing percentage discount offered must be included in the Cost Proposal Tab. The County reserves the right to accept or reject any or all balance of line items offered. A successful offeror will not be awarded complete product offering/balance of line items that are awarded as an item to another vendor as part of this solicitation. 7. RFP QUESTIONS: a. The County shall not be bound by and the Proposer shall not request or rely on any oral interpretation or clarification of this RFP. Therefore, any questions regarding this RFP are encouraged and should be submitted in writing by email to: Highway Commissioner: Mark Servi E-Mail: bchdtcp@co.barron.wi.us b. Questions received up to the deadline to submit questions in the Calendar of Events will be answered in writing per the Calendar of Events. Answers to questions from any Proposer will be provided to all Proposers. c. All communications regarding this proposal shall only be through the County’s point of contact listed above. No communication is to be directed to any other County personnel. 8. CONTRACT PERIOD AND RENEWAL: a. The term of the contract will be for five (5) years following the contract award date. b. Barron County may, at its option, renew the term of this Contract up to a maximum of five (5) years, one (1) year at a time. The Contractor shall be notified in writing by the County of its intention to extend the contract term at least thirty (30) calendar days prior to the expiration of the original contract term. c. Any requests for reasonable price adjustments must be submitted sixty (60) days prior to the Contract annual anniversary date. Requests for adjustment in cost of labor and/or materials must be justified and based upon verifiable criteria such as the Consumer Price Index (CPI-U), U.S. City Averages, or other relevant indices. RFP 2020-200 GENERAL INFORMATION -13- d. At any time after the date of the Request for Proposal the Contractor makes a general price reduction in the comparable price of any material covered by the contract to customers generally, an equivalent price reduction based on similar quantities and/or considerations shall apply to this contract for the duration of the contract period (or until the price is further reduced). 9. MODIFICATION OF TERMS: Participating Agencies commonly require a modification to a term of the Contract (e.g. governing law). The awarded Supplier and Participating Agencies may agree to modify terms on any specific purchase by a Participating Agency without being in conflict with the Contract. 10. TERMINATION OF CONTRACT: This Contract may be terminated at any time by mutual written consent, or by the County, with or without cause, upon giving thirty (30) days written notice. The County, at its convenience, by written notice, may terminate this Contract, in whole or in part. If this Contract is terminated, the County shall be liable only for payment for services rendered and accepted material received by the County before the effective date of termination. The County reserves the right to terminate the whole or any part of this Contract due to the failure of the Contractor to carry out any term or condition of the Contract. The County will issue a written ten (10) day notice of default to the Contractor for acting or failing to act as specified in any of the following: In the opinion of the County, the Contractor provides personnel that do not meet the requirements of the Contract; In the opinion of the County, the Contractor fails to perform adequately the stipulations, conditions or services/specifications required in this Contract; In the opinion of the County, the Contractor attempts to impose personnel, materials, products or workmanship of an unacceptable quality; The Contractor fails to furnish the required service and/or product within the time stipulated in the Contract; In the opinion of the County, the Contractor fails to make progress in the performance of the requirements of the Contract; The Contractor gives the County a positive indication that the Contractor will not or cannot perform to the requirements of the Contract. Each payment obligation of the County created by this Contract is conditioned upon the availability of County, State and Federal funds that are appropriated or allocated for the payment of such an obligation. If funds are not allocated by the County and available for the continued purchase of the services and/or materials provided under this Contract, this Contract may be terminated by the County at the end of the period for which funds are available. The County will endeavor to notify the Contractor in the event that continued service will or may be affected by non-appropriation. No penalty shall accrue to the County in the event this RFP 2020-200 GENERAL INFORMATION -14- provision is exercised, and the County shall not be obligated or liable for any future payments due or for any damages as a result of termination under this paragraph. 11. CALENDAR OF EVENTS (Subject to Change): Event Date Issue RFP September 5, 2019 Pre-proposal meeting September 23, 2019, 3pm CST In Person: Barron County Hwy. Office Conference Room 260 North 7th Street, Barron, WI By phone: 1-832-856-4663 Conference ID: 29158283 Deadline for receipt of questions via email October 4, 2019, 11:00 am CST Proposal due date October 29, 2019, 11:00 am CST Evaluation period November 30, 2019 Contract start date March 1, 2020 12. PROPOSAL INSTRUCTIONS: a. The Proposer must submit the Technical Proposal in a tab containing the following information. This information will be considered the minimum content of the proposal. Proposal contents shall be arranged in the same order and identified with headings as presented herein. Tab 1 – COVER LETTER: Submit completed Proposal Cover Sheet. Additionally, include a cover letter which will provide a brief history of the Proposer and its organization. The letter will indicate the principal or officer of the Proposer organization who will be the County’s primary point of contact during negotiations. This individual must have the authority to negotiate all aspects on the scope of products, services and solutions on behalf of the Proposer. An officer authorized to bind the Proposer to the terms and conditions of this RFP must sign the cover letter transmitting the proposal. Tab 2 - EXECUTIVE SUMMARY: The Proposer will provide an Executive Summary that presents in brief, concise terms a summary level description of the contents of the Proposal. Tab 3 – PROPOSER PROFILE: The Proposer must provide a profile of its organization and all other affiliated companies as outlined in OMNIA Partners Response to National Cooperative Contract. Tab 4 – STATEMENT OF QUALIFICATIONS: RFP 2020-200 GENERAL INFORMATION -15- This section shall describe the Proposer’s ability and experience related to the programs and services proposed. All project personnel, as applicable, shall be listed including a description of assignments and responsibilities, a resume of professional experience, an estimate of the time each would devote to this program, and other pertinent information. Describe the current distribution model capable of delivering products nationwide, including the number, size and location of your company’s distribution facilities, warehouses and retail network, where applicable. Describe your coverage of the United States. Tab 5 – FINANCIAL STATEMENTS: Proposer must provide detailed, audited income statements and balance sheets from two of the most recent reporting periods. Tab 6 – OMNIA Partners Provide a response to the national program. a. Include a detailed response to Attachment A, Exhibit A, OMNIA Partners Response for National Cooperative contract. Responses should highlight experience, demonstrate a strong national presence, describe how offeror will educate its national sales force about the contract, describe how products and services will be distributed nationwide, include a plan for marketing the products and services nationwide, and describe how volume will be tracked and reported to OMNIA Partners. b. The successful offeror will be required to sign Attachment A, Exhibit B, OMNIA Partners Administration Agreement. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror’s response should include any proposed exceptions to the OMNIA Partners Administration Agreement. c. OMNIA Partners Exhibit F & G completed/signed Tab 7 – Submit any initialed and/or signed Addenda (if applicable). Tab 8 – Proposer’s catalog Tab 9 - COST PROPOSAL INSTRUCTIONS: a. Provide the pricing using a fixed percentage (%) discount off PROPOSER’S CATALOG PRICE LIST or other objectively verifiable criteria in Excel format. b. Provide the reference to the standard index or other objective criteria used to determine pricing of each Product category and state why this is most advantageous to Participating public Agencies. Copies of the relevant price lists in Excel format must be included in the Cost Proposal. c. If offered, provide Proposer pricing for custom signs. RFP 2020-200 GENERAL INFORMATION -16- d. Provide the pricing for any services and solutions offered using a mark-up percentage over cost. Cost shall be substantiated by an actual invoice indicating the amount paid for services or solutions. Proposer may propose alternative methodologies for pricing services if it feels it is in the best interest of Participating Public Agencies. e. Provide the pricing for any related products and services offered by your company. f. Detail any additional pricing incentives or rebates that may be available such as for large volume purchase by Participating Public Agencies. g. Prices/discounts shall be F.O.B. destination. h. It is the Proposer’s responsibility to provide the County and Participating Public Agencies with an up-to-date price list and any necessary brochures, finish material samples or related materials at no charge for the duration of the contract. i. The Proposer must submit Market Basket Pricing in ATTACHMENT B for evaluation purposes only. Pricing should be based on Proposers fixed percentage discount off its manufacturer catalog price list. Proposer may take into consideration any pricing incentives or rebates it is offering through this contract. j. Special Offers/Promotions: In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Vendor may conduct sales promotions involving price reductions for a specified lesser period. Vendor may offer Participating Agencies competitive pricing which is lower than the not- to-exceed price set forth herein at any time during the Contract term and such lower pricing shall not be applied as a global price reduction under the Contract. Note: Market Basket Pricing is not to be construed as Proposer’s complete offer nor is it a core list. It is for evaluation purposes only. Proposer’s entire catalog list/assortment will be Proposer’s offer to Barron County and Participating Public Agencies. 13. CONTACT FOR CONTRACTUAL MATTERS: a. All communications and requests for information and clarifications shall be directed to the following official: Mark Servi, Highway Commissioner Barron County Highway Department E-mail: bchdtcp@co.barron.wi.us b. No attempt shall be made by any Proposer to contact members of the Evaluation Team or others at the County about this procurement. RFP 2020-200 GENERAL INFORMATION -17- 14. SUBMISSION OF PROPOSALS: a. One (1) original (duly marked), ten (10) copies and three (3) thumb drives of the entire proposal. Electronically stamped delivery receipts are available. b. Proposers are reminded that changes to the Request for Proposal, in the form of Addenda, are often issued. All addenda MUST be signed and submitted as a part of Proposer’s proposal. Notice of addenda will be posted at www.baroncountywi.gov. It is the Proposer’s responsibility to monitor the web page for the most current addenda. c. It is the Proposer’s responsibility to clearly identify and to describe the products and services being offered in response to this Request for Proposal. Proposers are cautioned that organization of their response, as well as thoroughness is critical to the County’s evaluation process. The RFP forms must be completed legibly and in their entirety; and all required supplemental information must be furnished and presented in an organized, comprehensive and easy to follow manner. d. Unnecessarily elaborate brochures of other presentations beyond that sufficient to present a complete and effective proposal is not desired. Elaborate artwork, expensive paper, bindings, visual and other presentation aids are not required. The County encourages the use of recycled paper; therefore, it is urged that proposals be submitted on paper made from or with recycled content and be printed on both sides. e. By executing the cover sheet, Proposer acknowledges that it has read this Request for Proposal, understand it, and agree to be bound by its terms and conditions. Proposals may be submitted by mail or delivered in person. 15. PROPOSER PERSONNEL REQUIREMENTS AND DETERMINATION OF RESPONSIBILITY a. Barron County may make such investigation as deemed necessary to determine the ability of the Proposer to supply the product or information and data for this purpose as Barron County may request. b. Proposers are encouraged to promptly notify the Highway Commissioner, in writing via email, of any apparent major inconsistencies, problems, or ambiguities in the Specifications. Address notifications to: Mark Servi, Barron County Highway Commissioner, bchdtcp@co.barron.wi.us. 16. LATE PROPOSALS: a. Proposals received in the Highway Department after the date and time prescribed shall not be considered for contract award and shall be returned to the Proposer. RFP 2020-200 GENERAL INFORMATION -18- 17. PERIOD THAT PROPOSALS REMAIN VALID: a. Proposals will remain valid for a period of one-hundred twenty days (120) calendar days after the date specified for receipt of proposals. 18. EVALUATION OF PROPOSAL – SELECTION FACTORS: Oral Presentations/Interviews Barron County reserves the right to conduct interviews with some or all of the offerors at any point during the evaluation process. However, Barron County may determine that interviews are not necessary. In the event interviews are conducted, information provided during the interview process shall be taken into consideration when evaluating the stated criteria. Barron County shall not reimburse the supplier for the costs associated with the interview process. The following factors will be considered in the award of this contract: a. PROVEN EXPERIENCE of the Company’s success in providing Traffic Control Products and Related Products and Services on a nationwide and local basis in a timely manner. b. Depth of response to Technical Proposal. c. Depth of response to Cost Proposal. d. Depth of response to Supplier Qualifications and Information. e. Depth of response and capabilities for National Program. 19. TRADE SECRET/PROPRIETARY INFORMATION: a. Trade secrets or proprietary information submitted by a Proposer in connection with a procurement transaction shall not be subject to public disclosure under the Wisconsin Public Records Law; however, Proposers must invoke the protections of this section prior to or upon submission of the data or other materials. b. The Proposer must identify the data or other materials to be protected and state the reasons why protection is necessary. Disposition of material after award(s) should be stated by the Proposer.   -19- PPA ATTACHMENT #A REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT TO BE ADMINISTERED BY OMNIA PARTNERS The following documents are used in evaluating and administering national cooperative contracts and are included for Supplier’s review and response. OMNIA Partners Exhibit A – RESPONSE FOR NATIONAL COOPERATIVE CONTRACT OMNIA Partners Exhibit B – ADMINISTRATION AGREEMENT, EXAMPLE OMNIA Partners Exhibit C – MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE OMNIA Partners Exhibit D – PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE OMNIA Partners Exhibit E – CONTRACT SALES REPORTING TEMPLATE OMNIA Partners Exhibit F – FEDERAL FUNDS CERTIFICATIONS OMNIA Partners Exhibit G – NEW JERSEY BUSINESS COMPLIANCE OMNIA Partners Exhibit H – ADVERTISING COMPLIANCE REQUIREMENT EXHIBIT A RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Supplier and OMNIA Partners. 1.1 Requirement The County of Barron, Wisconsin (hereinafter defined and referred to as “Principal Procurement Agency”), on behalf of itself and the National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners”), is requesting proposals for Traffic Control Products and Related Products and Services. The intent of this Request for Proposal is any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal (“Master Agreement”) be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”), through OMNIA Partners’ cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners as a Participating Public Agency in OMNIA Partners’ cooperative purchasing program. Registration with OMNIA Partners as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C, and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners.    All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Supplier is responsible for knowing the tax laws in each state.   -21- This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA Partners’ requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through OMNIA Partners. These requirements are incorporated into and are considered an integral part of this RFP. OMNIA Partners reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this RFP acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners intends to provide marketing, sales and administrative support for Supplier pursuant to this section that directly promotes the Supplier’s products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. The OMNIA Partners marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A. Marketing collateral (print, electronic, email, presentations) B. Website C. Trade shows/conferences/meetings D. Advertising E. Social Media The OMNIA Partners sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Supplier teams The OMNIA Partners contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through:   -22- A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Supplier teams D. Regular business reviews to monitor program success E. General contract administration Suppliers are required to pay an administrative fee of 3% of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the OMNIA Partners Administration Agreement (Exhibit B). 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $25 million annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and OMNIA Partners. 1.4 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will, at OMNIA Partners option, be the basis of award on a national level through OMNIA Partners. If multiple Suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same Suppliers will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and OMNIA Partners shall agree. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). It shall be the responsibility of the Supplier to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Supplier to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to OMNIA Partners).   -23- All purchase orders issued and accepted by the Supplier may survive expiration or termination of the Master Agreement. Participating Agencies’ purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Supplier is responsible for reporting all sales and paying the applicable administrative fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.5 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through OMNIA Partners’ cooperative program: A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B. Establish the Master Agreement as the Supplier’s primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Supplier and Public Agencies through a single solicitation process that will reduce the Supplier’s need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier’s executive management, (2) the Master Agreement is Supplier's primary “go to market” strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with OMNIA Partners and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment   -24- Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners in accordance with the OMNIA Partners Administration Agreement. Supplier also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.0 SUPPLIER RESPONSE Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier’s qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 3.1 Company A. Brief history and description of Supplier. B. Total number and location of sales persons employed by Supplier. C. Number and location of support centers (if applicable) and location of corporate office. D. Annual sales for the three previous fiscal years. E. Submit FEIN and Dunn & Bradstreet report. F. Describe any green or environmental initiatives or policies. G. Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. H. Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and women owned, small or disadvantaged, disable veterans, etc. I. Describe how supplier differentiates itself from its competitors. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. K. Felony Conviction Notice: Indicate if the supplier a. is a publicly held corporation and this reporting requirement is not applicable; b. is not owned or operated by anyone who has been convicted of a felony; or   -25- c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. L. Describe any debarment or suspension actions taken against supplier 3.2 Distribution, Logistics A. Describe the full line of products and services offered by supplier. B. Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. C. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. D. Provide the number, size and location of Supplier’s distribution facilities, warehouses and retail network as applicable. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier’s primary go to market strategy for Public Agencies to supplier’s teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii. Training and education of Supplier’s national sales force with participation from the Supplier’s executive leadership, along with the OMNIA Partners team within first 90 days B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, contract details and contact information published on the Supplier’s website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement   -26- v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii. Dedicated OMNIA Partners internet web-based homepage on Supplier’s website with: • OMNIA Partners standard logo; • Copy of original Request for Proposal; • Copy of contract and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners’ website including the online registration page; • A dedicated toll-free number and email address for OMNIA Partners C. Describe how Supplier will transition any existing Public Agency customers’ accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. E. Confirm Supplier will be proactive in direct sales of Supplier’s goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Supplier’s sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive   -27- F. Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support ii. Marketing iii. Sales iv. Sales Support v. Financial Reporting vi. Accounts Payable vii. Contracts H. Describe in detail how Supplier’s national sales force is structured, including contact information for the highest-level executive in charge of the sales team. I. Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and service the national program. I. Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set- up, timely contract administration, etc. J. State the amount of Supplier’s Public Agency sales for the previous fiscal year. Provide a list of Supplier’s top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. K. Describe Supplier’s information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement (“Guaranteed Contract Sales”).   -28- $_______.00 in year one $_______.00 in year two $_______.00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. M. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Detail Supplier’s strategies under these options when responding to a solicitation.   EXHIBIT B ADMINISTRATION AGREEMENT, EXAMPLE ADMINISTRATION AGREEMENT THIS ADMINISTRATION AGREEMENT (this “Agreement”) is made this ___ day of ______ 20___, between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), and ________________ (“Supplier”). RECITALS WHEREAS, the ___________________ (the “Principal Procurement Agency”) has entered into a Master Agreement effective _________________, Agreement No_______, by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the “Master Agreement”), as attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, for the purchase of ____________________________ (the “Product”); WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (collectively, “Public Agencies”), that register (either via registration on the OMNIA Partners, Public Sector website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each, hereinafter referred to as a “Participating Public Agency”) may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through OMNIA Partners, Public Sector to Public Agencies; WHEREAS, OMNIA Partners, Public Sector serves as the contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires OMNIA Partners, Public Sector to proceed with administration of the Master Agreement; and WHEREAS, OMNIA Partners, Public Sector and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners, Public Sector and Supplier.   NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners, Public Sector and Supplier hereby agree as follows: DEFINITIONS 1. Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. TERMS AND CONDITIONS 2. The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier’s response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3. OMNIA Partners, Public Sector shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, Public Sector, its agents, employees, directors, and representatives under this Agreement including, but not limited to, Supplier’s obligation to obtain appropriate insurance. 4. OMNIA Partners, Public Sector shall perform all of its duties, responsibilities and obligations as contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by OMNIA Partners, Public Sector solely in its capacity as the contract administrator under the Master Agreement. 5. With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners, Public Sector shall not be: (i) construed as a dealer, re-marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners, Public Sector makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. 6. OMNIA Partners, Public Sector shall not be responsible for Supplier’s performance under the Master Agreement, and Supplier shall hold OMNIA Partners, Public Sector harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement. 7. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS, PUBLIC SECTOR EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED   REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS, PUBLIC SECTOR’ PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS, PUBLIC SECTOR SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS, PUBLIC SECTOR IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. TERM OF AGREEMENT; TERMINATION 8. This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of Sections 3 – 8 and 12 – 23, hereof and the indemnifications afforded by the Supplier to OMNIA Partners, Public Sector in the Master Agreement, to the extent such provisions survive any expiration or termination of the Master Agreement, shall survive the expiration or termination of this Agreement. 9. Supplier’s failure to maintain its covenants and commitments contained in this Agreement or any action of the Supplier which gives rise to a right by Principal Procurement Agency to terminate the Master Agreement shall constitute a material breach of this Agreement. If such breach is not cured within thirty (30) days of written notice to Supplier, in addition to any and all remedies available at law or equity, OMNIA Partners, Public Sector shall have the right to terminate this Agreement, at OMNIA Partners, Public Sector’ sole discretion. Notwithstanding anything contained herein to the contrary, this Agreement shall terminate on the date of the termination or expiration of the Master Agreement. NATIONAL PROMOTION 10. OMNIA Partners, Public Sector and Supplier shall publicize and promote the availability of the Master Agreement’s products and services to Public Agencies and such agencies’ employees. Supplier shall require each Public Agency to register its participation in the OMNIA Partners, Public Sector program by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector), or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency’s first sales order. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. 11. Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and OMNIA Partners, Public Sector. Supplier shall be responsible for obtaining permission or license of use and payment of any license fees for all content and images Supplier provides to OMNIA Partners, Public Sector or posts on the OMNIA Partners, Public Sector website. Supplier shall indemnify, defend and hold harmless OMNIA Partners, Public Sector for use of all such content and images including copyright infringement claims. Supplier and OMNIA Partners, Public Sector each hereby grant to the other party a limited, revocable, non-transferable, non-sublicensable right to use such party’s logo (each, the “Logo”) solely for use in marketing the Master Agreement. Each party shall provide the other party with the standard terms of use of such party’s Logo, and such party shall comply with such terms in all material respects. Both parties shall obtain approval from the other party prior to use of such party’s Logo. Notwithstanding the foregoing, the parties understand and agree that except as   provided herein neither party shall have any right, title or interest in the other party’s Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party’s Logo. ADMINISTRATIVE FEE, REPORTING & PAYMENT 12. An “Administrative Fee” shall be defined and due to OMNIA Partners, Public Sector from Supplier in the amount of three percent (3%) (“Administrative Fee Percentage”) multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and including any renewal thereof) (“Contract Sales”). From time to time the parties may mutually agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency’s Contract Sales. 13. Supplier shall provide OMNIA Partners, Public Sector with an electronic accounting report monthly, in the format prescribed by OMNIA Partners, Public Sector, summarizing all Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit C (“Contract Sales Report”), attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners, Public Sector by the 10th day of the following month. Failure to provide a Contract Sales Report within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector’ sole discretion. 14. Administrative Fee payments are to be paid by Supplier to OMNIA Partners, Public Sector at the frequency and on the due date stated in Section 13, above, for Supplier’s submission of corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA Partners, Public Sector designated financial institution identified in Exhibit D. Failure to provide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency’s sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector’ sole discretion. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. 15. Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. OMNIA Partners, Public Sector, or its designee, in OMNIA Partners, Public Sector’ sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners, Public Sector receives such report. In addition, OMNIA Partners, Public Sector may engage a third party to conduct an independent audit of Supplier’s monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners, Public Sector at the location designated by OMNIA Partners, Public Sector. In the event an underreporting of Contract Sales and a resulting underpayment of Administrative Fees is revealed, OMNIA Partners, Public Sector will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners, Public Sector’ reasonable satisfaction, including payment of any Administrative Fees due and owing, together with   interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners, Public Sector’ costs and expenses related to such audit. GENERAL PROVISIONS 16. This Agreement, the Master Agreement and the exhibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners, Public Sector and Supplier, the provisions of this Agreement shall prevail. 17. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall be entitled to reasonable attorney’s fees and costs in addition to any other relief to which it may be entitled. 18. This Agreement and OMNIA Partners, Public Sector’ rights and obligations hereunder may be assigned at OMNIA Partners, Public Sector’ sole discretion to an affiliate of OMNIA Partners, Public Sector, any purchaser of any or all or substantially all of the assets of OMNIA Partners, Public Sector, or the successor entity as a result of a merger, reorganization, consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners, Public Sector. 19. All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A. OMNIA Partners, Public Sector: OMNIA Partners, Public Sector Attn: President 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 B. Supplier: ____________________ ____________________ ____________________ ____________________ 20. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. 21. This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or   waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners, Public Sector, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 23. This Agreement will be construed under and governed by the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson County Tennessee. 24. This Agreement may be executed in counterparts, each of which is an original but all of which, together, shall constitute but one and the same instrument. The exchange of copies of this Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever. [INSERT SUPPLIER ENTITY NAME] OMNIA PARTNERS, PUBLIC SECTOR Signature Signature Sarah E. Vavra Name Name Sr. Vice President, Public Sector Contracting Title Title Date Date EXHIBIT C MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement (this “Agreement”) is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate (“Principal Procurement Agencies”) with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, “OMNIA Partners, Public Sector”) to be appended and made a part hereof and such other public agencies (“Participating Public Agencies”) who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the “OMNIA Partners Parties”) by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into “Master Agreements” (herein so called) to provide a variety of goods, products and services (“Products”) to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1. Each party will facilitate the cooperative procurement of Products. 2. The Participating Public Agencies shall procure Products in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency’s procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies’ participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable “safe harbor” regulations, including but not limited to any and all obligations to fully and accurately report discounts and incentives. 3. The Participating Public Agency represents and warrants that the Participating Public Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4. The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5. The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6. The Participating Public Agency agrees the OMNIA Partners Parties may provide access to group purchasing organization (“GPO”) agreements directly or indirectly by enrolling the Participating Public Agency in another GPO’s purchasing program, including but not limited to Vizient Source, LLC, Provista, Inc. and other OMNIA Partners, Public Sector affiliates and subsidiaries; provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency’s sole discretion. 7. The Participating Public Agencies (each a “Procuring Party”) that procure Products through any Master Agreement or GPO Product supply agreement (each a “GPO Contract”) will make timely payments to the distributor, manufacturer or other vendor (collectively, “Supplier”) for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8. The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9. The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11. This Agreement shall remain in effect until termination by either party giving thirty (30) days’ written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive any such termination. 12. This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. OMNIA PARTNERS, PUBLIC SECTOR Authorized Signature Signature Sarah E. Vavra Name Name Sr. Vice President, Public Sector Contracting Title and Agency Name Title Date Date EXHIBIT D OMNIA PARTNERS PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE PRINCIPAL PROCUREMENT AGENCY CERTIFICATE In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector (“OMNIA Partners, Public Sector”), Barron County, WI agrees to pursue Master Agreements for Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as _____________ of and on behalf of Barron County, WI (“Principal Procurement Agency”), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through OMNIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY] Signature Name Title Date EXHIBIT E OMNIA PARTNERS CONTRACT SALES REPORTING TEMPLATE Supplier Name: Contract Sales Report Month: Contract ID: Supplier Reporting Contact: Title: Phone: Email: Participating Agency Name Address City State Zip Code Participating Agency # {Assigned by National IPA and provided to Supplier} Transaction Date (Date of Sale) Contract Sales for Month ($) Admin Fee % Admin Fee $ Report Totals Cumulative Contract Sales OMNIA PARTNERS EXHIBITS EXHIBIT C - CONTRACT SALES REPORTING TEMPLATE (to be submitted electronically in Microsoft Excel format) OMNIA Partners Contract Sales Monthly Report EXHIBIT F FEDERAL FUNDS CERTIFICATIONS FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned.   DEFINITIONS Contract means a legal instrument by which a non–Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non–Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non–Federal entity that, consistent with 31 U.S.C. 6302–6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass-through entity to the non–Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass-through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass-through entity and the non–Federal entity in carrying out the activity contemplated by the Federal award. (c) The term does not include: (1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or (2) An agreement that provides only: (i) Direct United States Government cash assistance to an individual; (ii) A subsidy; (iii) A loan; (iv) A loan guarantee; or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non–Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non–Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability; or (2) The cost-reimbursement contract under the Federal Acquisition Regulations that a non–Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost- reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs). (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Non–Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that: (a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest; (b) Is not organized primarily for profit; and (c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non–Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non–Federal entity during the same or a future period. Pass-through entity means a non–Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non–Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non–Federal entity may purchase property or services using small purchase methods. Non–Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro- purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non–Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency’s subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.   Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party.   Does offeror agree? YES Initials of Authorized Representative of offeror   (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000)   Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract.   Does offeror agree? YES Initials of Authorized Representative of offeror   (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”   Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein.   Does offeror agree to abide by the above? YES Initials of Authorized Representative of offeror (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency.  Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis-Bacon Act provisions.   Does offeror agree? YES Initials of Authorized Representative of offeror   (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.   Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process.   Does offeror agree? YES Initials of Authorized Representative of offeror   (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency.   Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above.   Does offeror agree? YES Initials of Authorized Representative of offeror   (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended— Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non - Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above.   Does offeror agree? YES Initials of Authorized Representative of offeror   (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.   Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency.   Does offeror agree? YES Initials of Authorized Representative of offeror   (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award.   Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all covered sub- awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly.   Does offeror agree? YES Initials of Authorized Representative of offeror   RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS   When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18).   Does offeror agree? YES Initials of Authorized Representative of offeror   CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS   To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition.   Does offeror agree? YES Initials of Authorized Representative of offeror   CERTIFICATION OF ACCESS TO RECORDS – 2 C.F.R. § 200.336   Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers, or other records of offeror that are pertinent to offeror’s discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror’s personnel for the purpose of interview and discussion relating to such documents. Does offeror agree? YES Initials of Authorized Representative of offeror   CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS   Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions.   Does offeror agree? YES Initials of Authorized Representative of offeror    Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offeror’s Name: ____________________________________________________________________________________________ Address, City, State, and Zip Code: _____________________________________________________________________________ Phone Number:___________________________________ Fax Number: ______________________________________ Printed Name and Title of Authorized Representative:______________________________________________________________________ Email Address: ____________________________________________________________________________________________ Signature of Authorized Representative: ____________________________________Date: _____________________________ OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror’s response to the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners’ ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran DOC #7 New Jersey Business Registration Certificate New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: • all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; • Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and • Bid and Performance Security, as required by the applicable municipal or state statutes. OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE DOC #1 OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the offeror shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Street: City, State, Zip Code: Complete as appropriate: I _______________________________________, certify that I am the sole owner of ____________________________________, that there are no partners and the business is not incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply. OR: I _______________________________________, a partner in___________________________, do hereby certify that the following is a list of all individual partners who own a 10% or greater interest therein. I further certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10% or more of that corporation’s stock or the individual partners owning 10% or greater interest in that partnership. OR: I _______________________________________, an authorized representative of ______________________, a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10% or more of its stock of any class. I further certify that if one (1) or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10% or more of the corporation’s stock or the individual partners owning a 10% or greater interest in that partnership. (Note: If there are no partners or stockholders owning 10% or more interest, indicate none.) Name Address Interest I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Date Authorized Signature and Title OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE DOC #2 NON-COLLUSION AFFIDAVIT Company Name: ________________________________________ Street: ________________________________________________ City, State, Zip Code:____________________________________ State of ________________________________________________ County of ______________________________________________ I, of the_______________________________________________ Name City in the County of ____________________________, State of _______________________________ of full age, being duly sworn according to law on my oath depose and say that: I am the _________________________of the firm of _____________________________________ Title Company Name the Offeror making the Proposal for the goods, services or public work specified under the attached proposal, and that I executed the said proposal with full authority to do so; that said Offeror has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above proposal, and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that relies upon the truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by Company Name Authorized Signature & Title Subscribed and sworn before me this ______ day of ______________, 20____ __________________________________________ Notary Public of ______________________ My commission expires _________________ , 20____ SEAL OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Street: City, State, Zip Code: Proposal Certification: Indicate below company’s compliance with New Jersey Affirmative Action regulations. Company’s proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: 1. A photo copy of their Federal Letter of Affirmative Action Plan Approval OR 2. A photo copy of their Certificate of Employee Information Report OR 3. A complete Affirmative Action Employee Information Report (AA302) ________ Public Work – Over $50,000 Total Project Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the B. Approved Federal or New Jersey Plan – certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. _______________________ _________________________________ Date Authorized Signature and Title OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE DOC #3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). ________________________________________________ Signature of Procurement Agent OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (http://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). Please refer back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational. 1. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a “fair and open” process (N.J.S.A. 19:44A-20.7). 2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a. The Division has prepared model disclosure forms for each county. They can be downloaded from the “County PCD Forms” link on the Pay-to-Play web site at http://www.nj.gov/dca/divisions/dlgs/programs/lpcl.html#12. They will be updated from time-to-time as necessary. b. A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based, they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These submissions are appropriate and should be accepted. d. The form may be used “as-is”, subject to edits as described herein. e. The “Contractor Instructions” sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form; where that is not the case, the text should be edited accordingly. f. The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used as an e-mail attachment, or provided as a printed document. 5. It is recommended that the contractor also complete a “Stockholder Disclosure Certification.” This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at http://www.nj.gov/dca/divisions/dlgs/resources/lfns_2006.html). A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. DOC #4  OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a “fair and open” process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A- 20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: • any State, county, or municipal committee of a political party • any legislative leadership committee* • any continuing political committee (a.k.a., political action committee) • any candidate committee of a candidate for, or holder of, an elective office: o of the public entity awarding the contract o of that county in which that public entity is located o of another public entity within that county o or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an “interest” ownership or control of more than 10% of the profits or assets of a business entity or 10% of the stock in the case of a business entity that is a corporation for profit • all principals, partners, officers, or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, “a contribution by that person’s spouse or child, residing therewith, shall be deemed to be a contribution by the business entity.” [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor’s responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor’s submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. * N.J.S.A. 19:44A-3(s): “The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for the purpose of receiving contributions and making expenditures.” Doc #4, continued  OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I – Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. _______________________ _______________________ ________________________ Signature Printed Name Title Part II – Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit.  Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount $  Check here if the information is continued on subsequent page(s) Doc #4, continued  OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY-BASED, CUSTOMIZABLE FORM. Doc #4, continued  OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: I certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: Partnership Corporation Sole Proprietorship Limited Partnership Limited Liability Corporation Limited Liability Partnership Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Stockholders: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Subscribed and sworn before me this ___ day of ___________, 2__. (Notary Public) My Commission expires: _________________________________ (Affiant) ________________________________ (Print name & title of affiant) (Corporate Seal) OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 – 56(e) (3)), is listed on the Department of the Treasury’s List of Persons or Entities Engaging in Prohibited Investment Activities in Iran and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 – 56(f). Offerors wishing to do business in New Jersey through this contract must fill out the Certification of Non-Involvement in Prohibited Activities in Iran here: http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosure_investmentact.pdf. Offerors should submit the above form completed with their proposal. OMNIA PARTNERS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE DOC #7 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. http://www.state.nj.us/treasury/revenue/forms/njreg.pdf OMNIA PARTNERS EXHIBITS EXHIBIT H- OMNIA PARTNERS ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing request for proposals for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama State of Hawaii State of Massachusetts State of New Mexico State of South Dakota State of Alaska State of Idaho State of Michigan State of New York State of Tennessee State of Arizona State of Illinois State of Minnesota State of North Carolina State of Texas State of Arkansas State of Indiana State of Mississippi State of North Dakota State of Utah State of California State of Iowa State of Missouri State of Ohio State of Vermont State of Colorado State of Kansas State of Montana State of Oklahoma State of Virginia State of Connecticut State of Kentucky State of Nebraska State of Oregon State of Washington State of Delaware State of Louisiana State of Nevada State of Pennsylvania State of West Virginia State of Florida State of Maine State of New Hampshire State of Rhode Island State of Wisconsin State of Georgia State of Maryland State of New Jersey State of South Carolina State of Wyoming District of Columbia Lists of political subdivisions and local governments in the above referenced states / districts may be found at http://www.usa.gov/Agencies/State_and_Territories.shtml and https://www.usa.gov/local-governments. Certain Public Agencies and Political Subdivisions: CITIES, TOWNS, VILLAGES AND BOROUGHS INCLUDING BUT NOT LIMITED TO: BAKER CITY GOLF COURSE, OR CITY OF ADAIR VILLAGE, OR CITY OF ASHLAND, OR CITY OF AUMSVILLE, OR CITY OF AURORA, OR CITY OF BAKER, OR CITY OF BATON ROUGE, LA CITY OF BEAVERTON, OR CITY OF BEND, OR CITY OF BOARDMAN, OR CITY OF BONANAZA, OR CITY OF BOSSIER CITY, LA CITY OF BROOKINGS, OR CITY OF BURNS, OR CITY OF CANBY, OR CITY OF CANYONVILLE, OR CITY OF CLATSKANIE, OR CITY OF COBURG, OR CITY OF CONDON, OR CITY OF COQUILLE, OR CITY OF CORVALLI, OR CITY OF CORVALLIS PARKS AND RECREATION DEPARTMENT, OR CITY OF COTTAGE GROVE, OR CITY OF DONALD, OR CITY OF EUGENE, OR CITY OF FOREST GROVE, OR CITY OF GOLD HILL, OR CITY OF GRANTS PASS, OR CITY OF GRESHAM, OR CITY OF HILLSBORO, OR CITY OF INDEPENDENCE, OR CITY AND COUNTY OF HONOLULU, HI CITY OF KENNER, LA CITY OF LA GRANDE, OR CITY OF LAFAYETTE, LA CITY OF LAKE CHARLES, OR CITY OF LEBANON, OR CITY OF MCMINNVILLE, OR CITY OF MEDFORD, OR CITY OF METAIRIE, LA CITY OF MILL CITY, OR CITY OF MILWAUKIE, OR CITY OF MONROE, LA CITY OF MOSIER, OR CITY OF NEW ORLEANS, LA CITY OF NORTH PLAINS, OR CITY OF OREGON CITY, OR CITY OF PILOT ROCK, OR CITY OF PORTLAND, OR CITY OF POWERS, OR CITY OF PRINEVILLE, OR CITY OF REDMOND, OR CITY OF REEDSPORT, OR CITY OF RIDDLE, OR CITY OF ROGUE RIVER, OR CITY OF ROSEBURG, OR CITY OF SALEM, OR CITY OF SANDY, OR CITY OF SCAPPOOSE, OR CITY OF SHADY COVE, OR CITY OF SHERWOOD, OR CITY OF SHREVEPORT, LA CITY OF SILVERTON, OR CITY OF SPRINGFIELD, OR CITY OF ST. HELENS, OR CITY OF ST. PAUL, OR CITY OF SULPHUR, LA CITY OF TIGARD, OR CITY OF TROUTDALE, OR CITY OF TUALATIN, OR CITY OF WALKER, LA CITY OF WARRENTON, OR CITY OF WEST LINN, OR CITY OF WILSONVILLE, OR CITY OF WINSTON, OR CITY OF WOODBURN, OR LEAGUE OF OREGON CITES THE CITY OF HAPPY VALLEY OREGON ALPINE, UT ALTA, UT ALTAMONT, UT ALTON, UT AMALGA, UT AMERICAN FORK CITY, UT ANNABELLA, UT ANTIMONY, UT APPLE VALLEY, UT AURORA, UT BALLARD, UT BEAR RIVER CITY, UT BEAVER, UT BICKNELL, UT BIG WATER, UT BLANDING, UT BLUFFDALE, UT BOULDER, UT CITY OF BOUNTIFUL, UT BRIAN HEAD, UT BRIGHAM CITY CORPORATION, UT BRYCE CANYON CITY, UT CANNONVILLE, UT CASTLE DALE, UT CASTLE VALLEY, UT CITY OF CEDAR CITY, UT CEDAR FORT, UT CITY OF CEDAR HILLS, UT CENTERFIELD, UT CENTERVILLE CITY CORPORATION, UT CENTRAL VALLEY, UT CHARLESTON, UT CIRCLEVILLE, UT CLARKSTON, UT CLAWSON, UT CLEARFIELD, UT CLEVELAND, UT CLINTON CITY CORPORATION, UT COALVILLE, UT CORINNE, UT CORNISH, UT COTTONWOOD HEIGHTS, UT DANIEL, UT DELTA, UT DEWEYVILLE, UT DRAPER CITY, UT DUCHESNE, UT EAGLE MOUNTAIN, UT EAST CARBON, UT ELK RIDGE, UT ELMO, UT ELSINORE, UT ELWOOD, UT EMERY, UT ENOCH, UT ENTERPRISE, UT EPHRAIM, UT ESCALANTE, UT EUREKA, UT FAIRFIELD, UT FAIRVIEW, UT FARMINGTON, UT FARR WEST, UT FAYETTE, UT FERRON, UT FIELDING, UT FILLMORE, UT FOUNTAIN GREEN, UT FRANCIS, UT FRUIT HEIGHTS, UT GARDEN CITY, UT GARLAND, UT GENOLA, UT GLENDALE, UT GLENWOOD, UT GOSHEN, UT GRANTSVILLE, UT GREEN RIVER, UT GUNNISON, UT HANKSVILLE, UT HARRISVILLE, UT HATCH, UT HEBER CITY CORPORATION, UT HELPER, UT HENEFER, UT HENRIEVILLE, UT HERRIMAN, UT HIDEOUT, UT HIGHLAND, UT HILDALE, UT HINCKLEY, UT HOLDEN, UT HOLLADAY, UT HONEYVILLE, UT HOOPER, UT HOWELL, UT HUNTINGTON, UT HUNTSVILLE, UT CITY OF HURRICANE, UT HYDE PARK, UT HYRUM, UT INDEPENDENCE, UT IVINS, UT JOSEPH, UT JUNCTION, UT KAMAS, UT KANAB, UT KANARRAVILLE, UT KANOSH, UT KAYSVILLE, UT KINGSTON, UT KOOSHAREM, UT LAKETOWN, UT LA VERKIN, UT LAYTON, UT LEAMINGTON, UT LEEDS, UT LEHI CITY CORPORATION, UT LEVAN, UT LEWISTON, UT LINDON, UT LOA, UT LOGAN CITY, UT LYMAN, UT LYNNDYL, UT MANILA, UT MANTI, UT MANTUA, UT MAPLETON, UT MARRIOTT-SLATERVILLE, UT MARYSVALE, UT MAYFIELD, UT MEADOW, UT MENDON, UT MIDVALE CITY INC., UT MIDWAY, UT MILFORD, UT MILLVILLE, UT MINERSVILLE, UT MOAB, UT MONA, UT MONROE, UT CITY OF MONTICELLO, UT MORGAN, UT MORONI, UT MOUNT PLEASANT, UT MURRAY CITY CORPORATION, UT MYTON, UT NAPLES, UT NEPHI, UT NEW HARMONY, UT NEWTON, UT NIBLEY, UT NORTH LOGAN, UT NORTH OGDEN, UT NORTH SALT LAKE CITY, UT OAK CITY, UT OAKLEY, UT OGDEN CITY CORPORATION, UT OPHIR, UT ORANGEVILLE, UT ORDERVILLE, UT OREM, UT PANGUITCH, UT PARADISE, UT PARAGONAH, UT PARK CITY, UT PAROWAN, UT PAYSON, UT PERRY, UT PLAIN CITY, UT PLEASANT GROVE CITY, UT PLEASANT VIEW, UT PLYMOUTH, UT PORTAGE, UT PRICE, UT PROVIDENCE, UT PROVO, UT RANDOLPH, UT REDMOND, UT RICHFIELD, UT RICHMOND, UT RIVERDALE, UT RIVER HEIGHTS, UT RIVERTON CITY, UT ROCKVILLE, UT ROCKY RIDGE, UT ROOSEVELT CITY CORPORATION, UT ROY, UT RUSH VALLEY, UT CITY OF ST. GEORGE, UT SALEM, UT SALINA, UT SALT LAKE CITY CORPORATION, UT SANDY, UT SANTA CLARA, UT SANTAQUIN, UT SARATOGA SPRINGS, UT SCIPIO, UT SCOFIELD, UT SIGURD, UT SMITHFIELD, UT SNOWVILLE, UT CITY OF SOUTH JORDAN, UT SOUTH OGDEN, UT CITY OF SOUTH SALT LAKE, UT SOUTH WEBER, UT SPANISH FORK, UT SPRING CITY, UT SPRINGDALE, UT SPRINGVILLE, UT STERLING, UT STOCKTON, UT SUNNYSIDE, UT SUNSET CITY CORP, UT SYRACUSE, UT TABIONA, UT CITY OF TAYLORSVILLE, UT TOOELE CITY CORPORATION, UT TOQUERVILLE, UT TORREY, UT TREMONTON CITY, UT TRENTON, UT TROPIC, UT UINTAH, UT VERNAL CITY, UT VERNON, UT VINEYARD, UT VIRGIN, UT WALES, UT WALLSBURG, UT WASHINGTON CITY, UT WASHINGTON TERRACE, UT WELLINGTON, UT WELLSVILLE, UT WENDOVER, UT WEST BOUNTIFUL, UT WEST HAVEN, UT WEST JORDAN, UT WEST POINT, UT WEST VALLEY CITY, UT WILLARD, UT WOODLAND HILLS, UT WOODRUFF, UT WOODS CROSS, UT COUNTIES AND PARISHES INCLUDING BUT NOT LIMITED TO: ASCENSION PARISH, LA ASCENSION PARISH, LA, CLEAR OF COURT CADDO PARISH, LA CALCASIEU PARISH, LA CALCASIEU PARISH SHERIFF’S OFFICE, LA CITY AND COUNTY OF HONOLULU, HI CLACKAMAS COUNTY, OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, OR CLATSOP COUNTY, OR COLUMBIA COUNTY, OR COOS COUNTY, OR COOS COUNTY HIGHWAY DEPARTMENT, OR COUNTY OF HAWAII, OR CROOK COUNTY, OR CROOK COUNTY ROAD DEPARTMENT, OR CURRY COUNTY, OR DESCHUTES COUNTY, OR DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COUNTY, HI HOOD RIVER COUNTY, OR JACKSON COUNTY, OR JEFFERSON COUNTY, OR JEFFERSON PARISH, LA JOSEPHINE COUNTY GOVERNMENT, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA LAFAYETTE PARISH, LA LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION LAFOURCHE PARISH, LA KAUAI COUNTY, HI KLAMATH COUNTY, OR LAKE COUNTY, OR LANE COUNTY, OR LINCOLN COUNTY, OR LINN COUNTY, OR LIVINGSTON PARISH, LA MALHEUR COUNTY, OR MAUI COUNTY, HI MARION COUNTY, SALEM, OR MORROW COUNTY, OR MULTNOMAH COUNTY, OR MULTNOMAH COUNTY BUSINESS AND COMMUNITY SERVICES, OR MULTNOMAH COUNTY SHERIFFS OFFICE, OR MULTNOMAH LAW LIBRARY, OR ORLEANS PARISH, LA PLAQUEMINES PARISH, LA POLK COUNTY, OR RAPIDES PARISH, LA SAINT CHARLES PARISH, LA SAINT CHARLES PARISH PUBLIC SCHOOLS, LA SAINT LANDRY PARISH, LA SAINT TAMMANY PARISH, LA SHERMAN COUNTY, OR TERREBONNE PARISH, LA TILLAMOOK COUNTY, OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR TILLAMOOK COUNTY GENERAL HOSPITAL, OR UMATILLA COUNTY, OR UNION COUNTY, OR WALLOWA COUNTY, OR WASCO COUNTY, OR WASHINGTON COUNTY, OR WEST BATON ROUGE PARISH, LA WHEELER COUNTY, OR YAMHILL COUNTY, OR COUNTY OF BOX ELDER, UT COUNTY OF CACHE, UT COUNTY OF RICH, UT COUNTY OF WEBER, UT COUNTY OF MORGAN, UT COUNTY OF DAVIS, UT COUNTY OF SUMMIT, UT COUNTY OF DAGGETT, UT COUNTY OF SALT LAKE, UT COUNTY OF TOOELE, UT COUNTY OF UTAH, UT COUNTY OF WASATCH, UT COUNTY OF DUCHESNE, UT COUNTY OF UINTAH, UT COUNTY OF CARBON, UT COUNTY OF SANPETE, UT COUNTY OF JUAB, UT COUNTY OF MILLARD, UT COUNTY OF SEVIER, UT COUNTY OF EMERY, UT COUNTY OF GRAND, UT COUNTY OF BEVER, UT COUNTY OF PIUTE, UT COUNTY OF WAYNE, UT COUNTY OF SAN JUAN, UT COUNTY OF GARFIELD, UT COUNTY OF KANE, UT COUNTY OF IRON, UT COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS, BOARDS, DISTRICTS, COMMISSIONS, COUNCILS, PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES, RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: BANKS FIRE DISTRICT, OR BATON ROUGE WATER COMPANY BEND METRO PARK AND RECREATION DISTRICT BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA BOARDMAN PARK AND RECREATION DISTRICT CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA CENTRAL OREGON INTERGOVERNMENTAL COUNCIL CITY OF BOGALUSA SCHOOL BOARD, LA CLACKAMAS RIVER WATER CLATSKANIE PEOPLE'S UTILITY DISTRICT CLEAN WATER SERVICES CONFEDERATED TRIBES OF THE UMATILLA INDIAN RESERVATION COOS FOREST PROTECTIVE ASSOCIATION CHEHALEM PARK AND RECREATION DISTRICT DAVID CROCKETT STEAM FIRE COMPANY #1, LA EUGENE WATER AND ELECTRIC BOARD HONOLULU INTERNATIONAL AIRPORT HOODLAND FIRE DISTRICT #74 HOUSING AUTHORITY OF PORTLAND ILLINOIS VALLEY FIRE DISTRICT LAFAYETTE AIRPORT COMMISSION, LA LAFOURCHE PARISH HEALTH UNIT – DHH-OPH REGION 3 LOUISIANA PUBLIC SERVICE COMMISSION, LA LOUISIANA WATER WORKS MEDFORD WATER COMMISSION MELHEUR COUNTY JAIL, OR METRO REGIONAL GOVERNMENT METRO REGIONAL PARKS METROPOLITAN EXPOSITION RECREATION COMMISSION METROPOLITAN SERVICE DISTRICT (METRO) MULTNOMAH EDUCATION SERVICE DISTRICT NEW ORLEANS REDEVELOPMENT AUTHORITY, LA NORTHEAST OREGON HOUSING AUTHORITY, OR PORT OF BRANDON, OR PORT OF MORGAN CITY, LA PORTLAND DEVELOPMENT COMMISSION, OR PORTLAND FIRE AND RESCUE PORTLAND HOUSING CENTER, OR OREGON COAST COMMUNITY ACTION OREGON HOUSING AND COMMUNITY SERVICES OREGON LEGISLATIVE ADMINISTRATION ROGUE VALLEY SEWER, OR SAINT LANDRY PARISH TOURIST COMMISSION SAINT MARY PARISH REC DISTRICT 2 SAINT MARY PARISH REC DISTRICT 3 SAINT TAMMANY FIRE DISTRICT 4, LA SALEM MASS TRANSIT DISTRICT SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA SOUTH LAFOURCHE LEVEE DISTRICT, LA TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY WATER DISTRICT WILLAMALANE PARK AND RECREATION DISTRICT WILLAMETTE HUMANE SOCIETY K-12 INCLUDING BUT NOT LIMITED TO: ACADIA PARISH SCHOOL BOARD BEAVERTON SCHOOL DISTRICT BEND-LA PINE SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA BOSSIER PARISH SCHOOL BOARD BROOKING HARBOR SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT CANBY SCHOOL DISTRICT CANYONVILLE CHRISTIAN ACADEMY CASCADE SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON CENTENNIAL SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL CENTRAL POINT SCHOOL DISTRICT NO.6 CENTRAL SCHOOL DISTRICT 13J COOS BAY SCHOOL DISTRICT NO.9 CORVALLIS SCHOOL DISTRICT 509J COUNTY OF YAMHILL SCHOOL DISTRICT 29 CULVER SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO.2 DAVID DOUGLAS SCHOOL DISTRICT DAYTON SCHOOL DISTRICT NO.8 DE LA SALLE N CATHOLIC HS DESCHUTES COUNTY SCHOOL DISTRICT NO.6 DOUGLAS EDUCATIONAL DISTRICT SERVICE DUFUR SCHOOL DISTRICT NO.29 EAST BATON ROUGE PARISH SCHOOL DISTRICT ESTACADA SCHOOL DISTRICT NO.10B FOREST GROVE SCHOOL DISTRICT GEORGE MIDDLE SCHOOL GLADSTONE SCHOOL DISTRICT GRANTS PASS SCHOOL DISTRICT 7 GREATER ALBANY PUBLIC SCHOOL DISTRICT GRESHAM BARLOW JOINT SCHOOL DISTRICT HEAD START OF LANE COUNTY HIGH DESERT EDUCATION SERVICE DISTRICT HILLSBORO SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT JACKSON CO SCHOOL DIST NO.9 JEFFERSON COUNTY SCHOOL DISTRICT 509-J JEFFERSON PARISH SCHOOL DISTRICT JEFFERSON SCHOOL DISTRICT JUNCTION CITY SCHOOLS, OR KLAMATH COUNTY SCHOOL DISTRICT KLAMATH FALLS CITY SCHOOLS LAFAYETTE PARISH SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J LANE COUNTY SCHOOL DISTRICT 4J LINCOLN COUNTY SCHOOL DISTRICT LINN CO. SCHOOL DIST. 95C LIVINGSTON PARISH SCHOOL DISTRICT LOST RIVER JR/SR HIGH SCHOOL LOWELL SCHOOL DISTRICT NO.71 MARION COUNTY SCHOOL DISTRICT MARION COUNTY SCHOOL DISTRICT 103 MARIST HIGH SCHOOL, OR MCMINNVILLE SCHOOL DISTRICT NOAO MEDFORD SCHOOL DISTRICT 549C MITCH CHARTER SCHOOL MONROE SCHOOL DISTRICT NO.1J MORROW COUNTY SCHOOL DIST, OR MULTNOMAH EDUCATION SERVICE DISTRICT MULTISENSORY LEARNING ACADEMY MYRTLE PINT SCHOOL DISTRICT 41 NEAH-KAH-NIE DISTRICT NO.56 NEWBERG PUBLIC SCHOOLS NESTUCCA VALLEY SCHOOL DISTRICT NO.101 NOBEL LEARNING COMMUNITIES NORTH BEND SCHOOL DISTRICT 13 NORTH CLACKAMAS SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT ONTARIO MIDDLE SCHOOL OREGON TRAIL SCHOOL DISTRICT NOA6 ORLEANS PARISH SCHOOL DISTRICT PHOENIX-TALENT SCHOOL DISTRICT NOA PLEASANT HILL SCHOOL DISTRICT PORTLAND JEWISH ACADEMY PORTLAND PUBLIC SCHOOLS RAPIDES PARISH SCHOOL DISTRICT REDMOND SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT ROGUE RIVER SCHOOL DISTRICT ROSEBURG PUBLIC SCHOOLS SCAPPOOSE SCHOOL DISTRICT 1J SAINT TAMMANY PARISH SCHOOL BOARD, LA SEASIDE SCHOOL DISTRICT 10 SHERWOOD SCHOOL DISTRICT 88J SILVER FALLS SCHOOL DISTRICT 4J SOUTH LANE SCHOOL DISTRICT 45J3 SOUTHERN OREGON EDUCATION SERVICE DISTRICT SPRINGFIELD PUBLIC SCHOOLS SUTHERLIN SCHOOL DISTRICT SWEET HOME SCHOOL DISTRICT NO.55 TERREBONNE PARISH SCHOOL DISTRICT THE CATLIN GABEL SCHOOL TIGARD-TUALATIN SCHOOL DISTRICT UMATILLA MORROW ESD WEST LINN WILSONVILLE SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT WOODBURN SCHOOL DISTRICT YONCALLA SCHOOL DISTRICT ACADEMY FOR MATH ENGINEERING & SCIENCE (AMES) , UT ALIANZA ACADEMY , UT ALPINE DISTRICT , UT AMERICAN LEADERSHIP ACADEMY , UT AMERICAN PREPARATORY ACADEMY , UT BAER CANYON HIGH SCHOOL FOR SPORTS & MEDICAL SCIENCES , UT BEAR RIVER CHARTER SCHOOL , UT BEAVER SCHOOL DISTRICT , UT BEEHIVE SCIENCE & TECHNOLOGY ACADEMY (BSTA) , UT BOX ELDER SCHOOL DISTRICT , UT CBA CENTER , UT CACHE SCHOOL DISTRICT , UT CANYON RIM ACADEMY , UT CANYONS DISTRICT , UT CARBON SCHOOL DISTRICT , UT CHANNING HALL , UT CHARTER SCHOOL LEWIS ACADEMY , UT CITY ACADEMY , UT DAGGETT SCHOOL DISTRICT , UT DAVINCI ACADEMY , UT DAVIS DISTRICT , UT DUAL IMMERSION ACADEMY , UT DUCHESNE SCHOOL DISTRICT , UT EARLY LIGHT ACADEMY AT DAYBREAK , UT EAST HOLLYWOOD HIGH , UT EDITH BOWEN LABORATORY SCHOOL , UT EMERSON ALCOTT ACADEMY , UT EMERY SCHOOL DISTRICT , UT ENTHEOS ACADEMY , UT EXCELSIOR ACADEMY , UT FAST FORWARD HIGH , UT FREEDOM ACADEMY , UT GARFIELD SCHOOL DISTRICT , UT GATEWAY PREPARATORY ACADEMY , UT GEORGE WASHINGTON ACADEMY , UT GOOD FOUNDATION ACADEMY , UT GRAND SCHOOL DISTRICT , UT GRANITE DISTRICT , UT GUADALUPE SCHOOL , UT HAWTHORN ACADEMY , UT INTECH COLLEGIATE HIGH SCHOOL , UT IRON SCHOOL DISTRICT , UT ITINERIS EARLY COLLEGE HIGH , UT JOHN HANCOCK CHARTER SCHOOL , UT JORDAN DISTRICT , UT JUAB SCHOOL DISTRICT , UT KANE SCHOOL DISTRICT , UT KARL G MAESER PREPARATORY ACADEMY , UT LAKEVIEW ACADEMY , UT LEGACY PREPARATORY ACADEMY , UT LIBERTY ACADEMY , UT LINCOLN ACADEMY , UT LOGAN SCHOOL DISTRICT , UT MARIA MONTESSORI ACADEMY , UT MERIT COLLEGE PREPARATORY ACADEMY , UT MILLARD SCHOOL DISTRICT , UT MOAB CHARTER SCHOOL , UT MONTICELLO ACADEMY , UT MORGAN SCHOOL DISTRICT , UT MOUNTAINVILLE ACADEMY , UT MURRAY SCHOOL DISTRICT , UT NAVIGATOR POINTE ACADEMY , UT NEBO SCHOOL DISTRICT , UT NO UT ACAD FOR MATH ENGINEERING & SCIENCE (NUAMES) , UT NOAH WEBSTER ACADEMY , UT NORTH DAVIS PREPARATORY ACADEMY , UT NORTH SANPETE SCHOOL DISTRICT , UT NORTH STAR ACADEMY , UT NORTH SUMMIT SCHOOL DISTRICT , UT ODYSSEY CHARTER SCHOOL , UT OGDEN PREPARATORY ACADEMY , UT OGDEN SCHOOL DISTRICT , UT OPEN CLASSROOM , UT OPEN HIGH SCHOOL OF UTAH , UT OQUIRRH MOUNTAIN CHARTER SCHOOL , UT PARADIGM HIGH SCHOOL , UT PARK CITY SCHOOL DISTRICT , UT PINNACLE CANYON ACADEMY , UT PIUTE SCHOOL DISTRICT , UT PROVIDENCE HALL , UT PROVO SCHOOL DISTRICT , UT QUAIL RUN PRIMARY SCHOOL , UT QUEST ACADEMY , UT RANCHES ACADEMY , UT REAGAN ACADEMY , UT RENAISSANCE ACADEMY , UT RICH SCHOOL DISTRICT , UT ROCKWELL CHARTER HIGH SCHOOL , UT SALT LAKE ARTS ACADEMY , UT SALT LAKE CENTER FOR SCIENCE EDUCATION, UT SALT LAKE SCHOOL DISTRICT , UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, UT SAN JUAN SCHOOL DISTRICT , UT SEVIER SCHOOL DISTRICT , UT SOLDIER HOLLOW CHARTER SCHOOL , UT SOUTH SANPETE SCHOOL DISTRICT , UT SOUTH SUMMIT SCHOOL DISTRICT , UT SPECTRUM ACADEMY , UT SUCCESS ACADEMY , UT SUCCESS SCHOOL , UT SUMMIT ACADEMY , UT SUMMIT ACADEMY HIGH SCHOOL , UT SYRACUSE ARTS ACADEMY , UT THOMAS EDISON - NORTH , UT TIMPANOGOS ACADEMY , UT TINTIC SCHOOL DISTRICT , UT TOOELE SCHOOL DISTRICT , UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ARTS , UT UINTAH RIVER HIGH , UT UINTAH SCHOOL DISTRICT , UT UTAH CONNECTIONS ACADEMY , UT UTAH COUNTY ACADEMY OF SCIENCE , UT UTAH ELECTRONIC HIGH SCHOOL , UT UTAH SCHOOLS FOR DEAF & BLIND , UT UTAH STATE OFFICE OF EDUCATION , UT UTAH VIRTUAL ACADEMY , UT VENTURE ACADEMY , UT VISTA AT ENTRADA SCHOOL OF PERFORMING ARTS AND TECHNOLOGY , UT WALDEN SCHOOL OF LIBERAL ARTS , UT WASATCH PEAK ACADEMY , UT WASATCH SCHOOL DISTRICT , UT WASHINGTON SCHOOL DISTRICT , UT WAYNE SCHOOL DISTRICT , UT WEBER SCHOOL DISTRICT , UT WEILENMANN SCHOOL OF DISCOVERY , UT HIGHER EDUCATION ARGOSY UNIVERSITY BATON ROUGE COMMUNITY COLLEGE, LA BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN COMMUNITY COLLEGE BRIGHAM YOUNG UNIVERSITY - HAWAII CENTRAL OREGON COMMUNITY COLLEGE CENTENARY COLLEGE OF LOUISIANA CHEMEKETA COMMUNITY COLLEGE CLACKAMAS COMMUNITY COLLEGE COLLEGE OF THE MARSHALL ISLANDS COLUMBIA GORGE COMMUNITY COLLEGE CONCORDIA UNIVERSITY GEORGE FOX UNIVERSITY KLAMATH COMMUNITY COLLEGE DISTRICT LANE COMMUNITY COLLEGE LEWIS AND CLARK COLLEGE LINFIELD COLLEGE LINN-BENTON COMMUNITY COLLEGE LOUISIANA COLLEGE, LA LOUISIANA STATE UNIVERSITY LOUISIANA STATE UNIVERSITY HEALTH SERVICES MARYLHURST UNIVERSITY MT. HOOD COMMUNITY COLLEGE MULTNOMAH BIBLE COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE NORTHWEST CHRISTIAN COLLEGE OREGON HEALTH AND SCIENCE UNIVERSITY OREGON INSTITUTE OF TECHNOLOGY OREGON STATE UNIVERSITY OREGON UNIVERSITY SYSTEM PACIFIC UNIVERSITY PIONEER PACIFIC COLLEGE PORTLAND COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY REED COLLEGE RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON UNIVERSITY (OREGON UNIVERSITY SYSTEM) SOUTHWESTERN OREGON COMMUNITY COLLEGE TULANE UNIVERSITY TILLAMOOK BAY COMMUNITY COLLEGE UMPQUA COMMUNITY COLLEGE UNIVERSITY OF HAWAII BOARD OF REGENTS UNIVERSITY OF HAWAII-HONOLULU COMMUNITY COLLEGE UNIVERSITY OF OREGON-GRADUATE SCHOOL UNIVERSITY OF PORTLAND UNIVERSITY OF NEW ORLEANS WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE WILLAMETTE UNIVERSITY XAVIER UNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION, UT UNIVERSITY OF UTAH, UT UTAH STATE UNIVERSITY, UT WEBER STATE UNIVERSITY, UT SOUTHERN UTAH UNIVERSITY, UT SNOW COLLEGE, UT DIXIE STATE COLLEGE, UT COLLEGE OF EASTERN UTAH, UT UTAH VALLEY UNIVERSITY, UT SALT LAKE COMMUNITY COLLEGE, UT UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN. SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION OREGON DEPT. OF EDUCATION OREGON LOTTERY OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE OREGON TOURISM COMMISSION OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER SEIU LOCAL 503, OPEU SOH- JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE, STATE OF HAWAII STATE OF HAWAII STATE OF HAWAII, DEPT. OF EDUCATION STATE OF LOUISIANA STATE OF LOUISIANA DEPT. OF EDUCATION STATE OF LOUISIANA, 26TH JUDICIAL DISTRICT ATTORNEY STATE OF UTAH   Description Manufacturer Name Mfg. Number Estimated Quantity Catalog Price or Mfg. List Price Discount (Percentage) Unit Price (List less Discount)Extended Price R6-2L Engineer Grade Prismatic Rectangular Lane Control Sign, Legend "ONE WAY (left arrow)", 12" Width x 18" Height, Aluminum, Black on White 6500 $ - $ - R2-1 High Intensity Prismatic Rectangular Lane Control Sign, Legend "SPEED LIMIT 35", 18" Width x 24" Height, Aluminum, Black on White 3792 $ - $ - R5-1 Engineer Grade Prismatic Square Standard Traffic Sign, Legend "DO NOT ENTER", 24" Width x 24" Height, Aluminum, Red on White 2844 $ - $ - R7-1D Engineer Grade Prismatic Rectangular Standard Traffic Sign, Legend "NO PARKING ANY TIME (double arrow)", 12" Width x 18" Height, 5052- Aluminum, Red on White 6500 $ - $ - R7-8D High Intensity Prismatic Rectangular ADA Handicap Sign, Legend "RESERVED PARKING with ADA Handicap Symbol (double arrow)", 12" Width x 18" Height, Aluminum, Green/Blue on White 5056 $ - $ - R1-1 High Intensity Prismatic Octagon Standard Traffic Sign, Legend "STOP", 30" Width x 30" Height, 5052-Aluminum, Red on White 2844 $ - $ - Sheeted Blank, 18"x24"x.080 EGP White, Single Faced 6067 $ - $ - Traffic Guard Portable Double Lane Speed Bump with Delineators and Reflectors, 10' Length x 4" Width x 3/16" Height, Yellow 142 $ - $ - Road Cone 18-Inch High Visibility Orange Safety/Traffic Cone 15167 $ - $ - PVC Traffic Safety Cone, 12-Inch 15167 $ - $ - Plastic Single Sided Reflective Pavement Marker, 4" Length x 2" Width, Amber 60667 $ - $ - V-Loc Traffic Post Breakaway Concrete Anchor, 1-3/4" Length x 1-3/4" Width Square Post 4136 $ - $ - Rubber Vehicle Stop with 2 Spikes, 36" Length x 6" Width x 4" Height, Black/Yellow Stripes, For Asphalt Installation 3033 $ - $ - Temporary Construction Reflective Striping Tape, 50 yds Length x 4" Width, White 1517 $ - $ - BlinkerBeacon Solar Flashing LED Red Lens Beacon, 4-1/2" OD Pole, Black 51 $ - $ - Striper, LineLazer IV 3400 model with 1 Gun, Airless, 4.0 HP Honda Engine 19 $ - $ - LineLazer V 200HS Standard Series, Two Guns,9 $ - $ - LineLazer V 5900 Standard Series, 2 Guns, Mechanical 13 $ - $ - Replacement Tip for Graco Striper Spray Gun LLT-215 2528 $ - $ - TRAFFIC CONTROL PRODUCTS AND RELATED PRODUCTS AND SEERVICES RFP 2020-200 Attachment B Market Basket Pricing for Evaluation Purposes Note: This pricing is for evaluation purposes only. All pricing must correspond with submitted catalog pricing. If you are not pricing an item in this Market Basket, mark line item as "No Bid". Glass Beads, 50 lb Bag, WI DOT approved for painting and epoxy, mix with paint to make lines reflective 3640 $ - $ - U-Channel Post - 2lbs./f - 6'L - Green 7000 $ - $ - U-Channel Post-2lbs./f - 6'L - Galvanized 5688 $ - $ - U-Channel Post- 2lbs./f - 8'L - Green 5688 $ - $ - U-Channel Post -2lbs./f - 8'L - Galvanized 4333 $ - $ - U-Channel Post - 2lbs./f - 10'L - Green 3957 $ - $ - U-Channel Post -2lbs./f - 10'L - Galvanized 3138 $ - $ - U-Channel Post - 2lbs./f - 12'L - Green 3640 $ - $ - U-Channel Post -2lbs./f - 12'L - Galvanized 3033 $ - $ - Windmaster Sign Stand, 4860 Model, for use with Rigid or Rollup Signs, 5' Deployable Height 346 $ - $ - Windmaster Sign Stand, 4814HDKD with Kick Release, telescoping legs, use w/roll-ups 435 $ - $ - Emergency Road Flares, 6-Pack, 30 Minute Capacity 13"x2.75"x4", Includes Bright Orange Vest Packaging 3640 $ - $ - Bollard Cover, 7"x60" Yellow Color, with two red reflective stripes, 1/8" thick HDPE 1820 $ - $ - Safe Pace Radar Feedback Sign, SP400, White, Solar Powered, "Your Speed" With Trailer 11 $ - $ - Delineator, 36"Lx3" OD Orange Post, DP-200 Model, Surface Mount w/2 HIP white reflective bands&base 2758 $ - $ - Delineator, 36" Long Yellow Post, FG-300 Model, Cloverleaf Design w/Base & 2 HIP Yellow Refl Bands 2275 $ - $ - Drop Over Cable Protector, 36"x14.25"x3", One Channel Guard Slot 350 $ - $ - Yellow Jacket Cable Protector, 36"x19.75"x1.875", Five Cable Guards Slots,343 $ - $ - Utility Round Dome Marker, White Pole 72" Length, 48" Above Ground, Solid Blue Color Enhancer Top 2528 $ - $ - PowerFlares, 6-Pack, Yellow Shell/Amber LED light w/soft carrying bag & (12) lithium batteries incl 260 $ - $ - PowerFlares, 3-Pack, Tan Shell/Amber LED light w/soft carrying bag & (6) lithium batteries incl 514 $ - $ - BlinkerSign, R1-2, 30", Yield, DG3, Red/White, Solar, 9 White LEDs 57 $ - $ - Plasticade Type I Barricade, 12"x24", White EG reflective top panel 1517 $ - $ - Econocade Barricade, Type I, 8"x24" HIP Orange & White reflective top board 1820 $ - $ - Collapsible Breakaway Type III Plastic Barricade 4' One-sided HIP shtg, right orientation, org/white 423 $ - $ - Narrowcade, 12"x24" EG Reflective Barricade with orange and white stripes, fillable & accepts lights 1655 $ - $ - Econocade II, Channelizer Drum/Barrel, 23"Wx40"H, low profile, four 4" EG orange/white bands, high density 2022 $ - $ - StrongArm Gate Operator, Standard Model 14 feet 12 $ - $ - Safe Pace Radar Feedback Sign, SP100, White, Solar Powered, "20 $ - $ - Extra Battery for GR3 Retroreflectometer,Spare 30 $ - $ - Retroreflectometer,GRX-1 Model Required, Unit w/Camera 15 $ - $ - Overhead Door Maintenance and Support Labor (Hours)100 $ - $ - Parking and ITS Maintenanc and Support Labor (Hours)100 $ - $ - RRFB, Rectangular Rapid Flashing Beacon with BlinkLink Solar 55/48, Radio, SOP, DS,Amber, PB, H Pole X2 25 $ - $ - SafePace Cruiser LT Compact Trailer 10 $ - $ - Standard Aluminum Pole,10' 6061-T6 Schedule 40, "4.5"OD, T.O.E. 50 $ - $ - BlinkerPaddle,18",HIP,Stop/Stop (R1-1/R1-1),Red/Red,25 $ - $ - Portable Surface Barrier,12'Long,Model 850K-144WTL K8 Rated 10 $ - $ - Armadillo-DC, Radar Traffic Data Collector and Classifier 25 $ - $ - Valet Podium,18"Dx16"Wx41"H,100 hook,cam lock and key panel 35 $ - $ - Traffic Controller Signals,Red/Yellow/Green,21"Hx7""Wx5.5"D,Vertical LED,Wall Mount 120V"65 $ - $ - Lime, 3 Pocket, Zipper, Mesh Vest, 2"w reflective Size M-XL 1500 $ - $ - Individual TAPCO Solar LED Barricade Light,Amber w/3-Way Switch 500 $ - $ - Solar Message Board, 48"H x 96"W, SMC 4000 Message Center Trailer 25 $ - $ - Reflector,White,3.25" Plastic Back Centermount RT-90C 5000 $ - $ - Crosswalk Sign,12"x36" (R1-6) State Law Yield To Ped w/QR One Base 50 $ - $ - SignCentral MUTCD Sign & Font Library w/MUTCD Cloud Library 25 $ - $ - Pole Package, 10', 2-3/8" OD, V-Loc Soil Anchor Pole, Cap & Brackets 500 $ - $ - Mini Base for 3" Round Post, Black, Slip Over 500 $ - $ - MH-300 Milwaukee Harp Light Fixtures with Wall Mount Bracket 50 $ - $ - US Flag,5'x3' Outdoor, embroidered stars & stripes Nylon (US Made)500 $ - $ - BlinkerBeacon, Solar 55/105, SOP, DV-SS,Tex. Approved Amber 12"50 $ - $ - TOTAL $ - BARRON COUNTY REQUEST FOR PROPOSALS 2020-200 TRAFFICE CONTROL PRODUCTS AND RELATED PRODUCTS AND SOLUTIONS ADDENDUM NO. 1 October 14, 2019 NOTICE TO ALL BIDDERS This Addendum is attached to and made part of the above entitled Request for Proposal for Barron County. Incorporate the following into your bid response. Questions and answers received Question 1 I really appreciate your help with this solicitation. However, I am still in need of further clarification. The scope of the project states Parks and Recreation Products such as: Benches, Tables, Waste Receptacles and Bike Racks. We manufacture all of the requested items. I have reviewed the RFP and the Market Basket and none of the documents provide specifications for any of the aforementioned site amenities. That’s where the confusion is coming into play. Is the expectation to just submit our catalog for consideration, and the Highway Department will choose amenities from vendors based off their proposed offerings? Please advise as to how we should proceed. Answer 1 The RFP is focused on Traffic Control Products and Related Products and Solutions. The market basket is a summary of the most frequently purchased items. Each company needs to make a business decision on how to respond to the RFP END OF QUESTIONS Question 2 I was a pleasure meeting with you yesterday. I appreciate the County’s willingness to consider extending the term to base 4-year contract with (2) 3 year contract extension options. Additionally, I appreciate the wiliness to modify the amount of copies needed from 10 to 5. I did want to discuss with you two additional matters. Namely, the proposed increase in the administrative fee increase from 2% to 3% (and shipping terms). It’s important to first know that many of our largest revenue projects bid on very low (single digit) profit margins. I’ve very concerned about being able to retain (and land) existing and future large projects with the administrative fee at 3%. I would ask the County to revise this fee back to the (original) base of 2%. If that isn’t feasible, then I would ask these options to be considered; A. After the 15MM in annual (baseline) reported sales is reach, TAPCO would be willing to agree to a 2.5% administrative fee on sales above and beyond 15MM. The logic here is that I don’t want to increase pricing on existing contracts and/or be punitive to the established, business. I would be willing to increase the administration fee a half a percent after our baseline of 15MM is met. B. If the County requires a 3% administrative fee, then I would ask to adjust the RFP language regarding the shipping terms. I would request to offset the risk/impact of smaller sales orders, by requesting a concession on the freight terms (which are currently a universal FOB Destination) term. C. I would like to propose free freight only on order of $1000 and up. This minimum threshold would still allow for the same terms and conditions to apply to TAPCO’s largest customers but would safeguard against the risk smaller (freight sensitive) orders. For instance; items over 8’ in length (like u-channel posts) shipping out west can cost easily $500 for shipping (or more). Freight is a considerable factor to the supplier and to avoid the role of smaller orders impact on freight. D. Another option would to be to allow some time to grandfather in any proposed administrative increase in the extension years. Your response and consideration on these two areas is appreciated. I’m happy to jump on a phone call with you as well. Answer 2 We will take this into consideration and if there are changes it will be issued in the addendum. Please note any/all exceptions in your response to the RFP. Question 3 It appears this bid is in connection with OMNIA, is there a reason that Barron County decided to go this route instead of releasing the bid to WI based vendors? • Is Barron County looking to purchase all of the line items listed, or just some of them? o If the County is looking at only purchasing some of the items, would you be opposed to Decker Supply providing a quote directly to you for these items? • The qty’s for each line item is very high, is that because it is a nationwide contract of some sort? • It appears the contract is a 5 year contract, which includes (5) 1 year renewal options. However, it does not say anything about price escalations every year. Will the price escalation be allowed, assuming they are accepted by both parties? • Some of the sign sizes listed (and sheeting) do not meet WisDOT state Specs. I assume the County wants to follow state specs for these signs? o ONE WAY Signs (should be a minimum size of 24” x 30”, with High Intensity Prismatic Sheeting) o Speed Limit Signs should be a min size of 24” x 30” • The 18” x 24” sheeted blanks, it states Engineer Grade Sheeting……….is that what you want, or would you prefer the HIP? • 18” and 12” cones are listed………are these the correct sizes? I have several more questions, but I don’t want to bog you down with them. Overall, I am just looking for more clarity on this bid, and what it all entails, etc……. Answer 3 Barron County will be the contract holder of this RFP. It is intended to be a national purchasing opportunity, through Omnia to take it to the national level. The quantities in the Market Basket are what we would anticipate seeing and will give us a basis for comparison. Sizes, materials etc. should be bid as stated. RFP Addendums Item 8. CONTRACT PERIOD AND RENEWAL is Amended as follows; b. The initial term of the Agreement will be from March 1, 2020 through February 28, 2025(Initial Term). Barron County may, at its option, renew the term of this Agreement for Five (5) successive One (1) year periods (renewal term) and any combination thereof. The Contractor shall be notified in writing by the County of its intention to extend the contract term at least thirty (30) calendar days prior to the expiration of the original contract term. Item 14. SUBMISSION OF PROPOSALS a. One (1) original (duly marked), three (3) copies and three (3) thumb/jump drives of the entire proposal. Electronically stamped delivery receipts are available. END OF ADDENDUM #1 COMPETITIVE SOLICITATION BY BARRON COUNTY FOR TRAFFIC CONTROL PRODUCTS AND RELATED PRODUCTS AND SOLUTIONS ON BEHALF OF ITSELF AND OTHER GOVERNMENT AGENCIES RFP # 2020-200 -1- TABLE OF CONTENTS Noticeto Vendors ...............................................................................................................3 ProposalCover Sheet ...........................................................................................................4 Introduction and Background ..............................................................................................5 Overview..........................................................................................................................5 Introduction..................................................................................................................5 Objectives .....................................................................................................................6 General Terms and Conditions .....................................................................................6 OMNIAPartners, Inc . ......................................................................................................9 General De�nitions of Products and/or Services .............................................10 Scope of Contract ................................................................................. 10 RFPQuestions .................................................................................... Contract Period and Renewal ......... .. ..................................... ......... ..........12 Termination of Contract .........................................................................12 Calendarof Events ......... ................... ................. .. ........... ... ................ ..13 ProposalInstructions . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...13 Contact for Contractual Matters ...............................................................15 Submission of Proposals .................... ................................ ....................16 Proposer Personnel Requirements and Determination of Responsibility .................16 LateProposals ....................................................................................17 Period That Proposals Remain Valid ...... ............ ... .... .............. ...................17 Evaluation of Proposal — Selection Factors ...................................................17 Trade Secret/Proprietary Information .........................................................17 OMNIA Partners Attachment A ........ .................. ..... ... ...................... ..........19 Attachment B(Market Basket Pricing for Evaluation Purposes Only) as separate Excel document -2- NOTICE TO VENDORS Notice is hereby given that Barron County (County) on behalf of itself and other government agencies and made available through the OMNIA Partners, Inc. will receive proposals for: TRAFFIC CONTROL PRODUCTS AND RELATED PRODUCTS AND SOLUTIONS RFP # 2020-200 Sealed proposals for the material described herein will be received until 11:00 AM local time on October 29, 2019 by the Barron County Highway Department, Office of the Highway Commissioner, 260 North 7th Street, Barron, WI 54812, whereupon the sealed proposals received will be opened and evaluated. Proposals must be sealed, prominently marked with the RFP number, title, due date, time, and name of vendor on outside of envelope. Facsimile (FAX) copies of the RFP will not be allowed. Copies of the RFP documents may be downloaded at www.barroncountvwi. ov The County reserves the right to accept or reject any or all proposals, to waive any technicalities, and to select the proposal deemed most advantageous to the Barron County Highway Department and Participating Public Agencies. -3- PROPOSAL COVER SHEET RFP 2020-200 TRAFFIC CONTROL PRODUCTS AND RELATED PRODUCTS AND 50LUTIONS This Proposal submitted by: Name of Organization: ����-'(� ( (�.-�` �, �, � �,_ ��� �' � � J �,y�e ) Address: � f � C� ., ���� �, �(` � t�� � ��r, �Z City/State/Zip: ���a � Primary Contact Person: ��/'QO_A ����tA -- ��l���/' Phone: �� � n�.3� "�� 1 a" �� �P ' �� ��j ��� GQ�(�� Fax: b�' ��ri - �3� � E-mail: � I"�2C..�.) �( C�wQ o Cv cilil � In accordance with the following and in compliance with all terms and conditions, unless otherwise noted, the undersigned offers and agrees, if the proposal is accepted, to furnish items or services for which prices are quoted, delivered or furnished to designated points within the time specified. It is understood and agreed that with respect to all terms and conditions accepted by Barron County the items or services offered, and accompanying attachments shall constitute a contract. By signing this proposal, Vendor certifies, acknowledges, understands, and agrees to be bound by the conditions set forth in this Request for Proposal. �'t G� Vendor Legally Authorized Signature �n��� ��F��f�alZ Print Name r ,l�i�e�flG��Gt � � [%C.,i7.�/' Title /� /.� Date -4- GENERAL INFORMATION 1. INTRODUCTION RFP 2020-200 Barron County (herein "Principal Purchasing Agency (PPA)") on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein "Participating Public Agencies") is soliciting proposals from qualified suppliers to enter into a Master Agreement for a complete line of Traffic Control Products, Related Products and Solutions (herein "Products and Services"). Proposals will be received until to 11:00 A.M. local time on October 29, 2019. Envelopes must be sealed, prominently marked with the RFP number, RFP title, RFP opening time/date and name of vendor, and submitted to: BARRON COUNTY HIGHWAY DEPARTMENT OFFICE OF THE HIGHWAY COMMISSIONER 260 NORTH 7� STREET BARRON, WI 54812 Proposals must be received no later than the time and date designated above. Proposals received later than the designated time and date will not be accepted. Facsimile (FAX) copies of the RFP will not be accepted. This request does not commit the County to pay for any costs incurred in the submission of the RFP, or in making necessary studies for the preparation thereof, nor to procure or contract for the services or materials. There will be no "oral communications" with any County employees regarding this RFP. ALL PRODUCTS OFFERED MUST BE NEW, UNUSED, LATEST DESIGN AND TECHNOLOGY. Include in your offering trade-ins, leasing/financing and provide structure for each of these items. -5- GENERAL INFORMATION 2. OBJECTIVES RFP 2020-200 A. Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Participating Public Agencies; B. Establish the Master Agreement as a Supplier's primary offering to Participating Public Agencies; C. Achieve cost savings for Suppliers and Participating Public Agencies through a single competitive solicitation process that eliminates the need for multiple proposals; D. Combine the volumes of Participating Public Agencies to achieve cost effective pricing; E. Reduce the administrative and overhead costs of Suppliers and Participating Public Agencies through state-of-the-art ordering and delivery systems; F. Provide Participating Public Agencies with environmentally responsible products and services. 3. GENERAL TERMS AND CONDITIONS Taxes — Taxes shall not be included in unit prices. Brand Name and Number—The Vendors shall state the brand name and number in the column provided. If none is indicated, it shall be understood that the vendor is quoting on the exact brand name and number specified in the RFP form. Should any item for which proposals are requested be patented, or otherwise protected or designated by the particular name of the maker and the Vendor desires to offer the item of equal character and quality, it may offer such substitute item by clearly indicating that such substitution is intended and specify the brand. Such substitution shall be accepted only if deemed by the Highway Commissioner to be equal in all respects to that specified. Samples — If needed, samples shall be furnished free of cost to the County after the RFP opening. If requested, they are to be sent within seven (7) days to the Barron County Highway Department, Office of the Highway Commissioner, 260 N 7th Street, Barron, WI 54812, unless otherwise specifed. The County reserves the right to reject the RFP of any Vendor failing to submit samples as requested. Samples must be plainly marked with name of vendor, RFP number and date of the RFP opening. Samples of the successful Vendors may be retained for comparison with deliveries. Vendors may pick up samples (if not destroyed by test) on notice from the Office of the Highway Commissioner. If not picked up within fifteen (15) calendar days after date of such notice, samples may be disposed of by the County. Vendors (or their agent) hereby assume all risks of loss or damage to samples whatever the cause. Quantitv and Qualitv of Materials or Services— The successful Vendor(s) shall furnish and deliver the quantities designated in the RFP or purchase order. All materials, supplies or -6- GENERAL INFORMATION RFP 2020-200 services furnished under the contract shall be in accordance with the RFP specifications and the County's sample or the sample furnished by the Vendors and accepted by the County. When a sample is taken from a shipment and sent to a laboratory for testing and the test shows that the sample does not comply with the RFP specifications, the cost of such test shall be paid by the Vendor(s). The Vendor certifies that all materials conform to all applicable requirements of Wisconsin OSHA and all other requirements of law. All items of equipment and individual components, where applicable standards have been established, shall be listed by the Underwriter Laboratories, Inc., and bear the UL label. Safetv Data Sheets — For all products requiring a Safety Data Sheet — The County requires that a Safety Data Sheet accompany all orders at the time of delivery. Severabilitv — If any provisions of this agreement shall be held invalid or unenforceable by a court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provisions hereof. Amendments — The terms of this Agreement shall not be waived, altered, modified, supplemented or amended in any manner whatsoever except by written agreement signed by the parties. Entire Agreement — This RFP and all attachments thereto constitutes the entire agreement between the parties. There are no understandings, agreements, representations or warranties, express or implied, not specified in the Agreement. Vendor, by the execution of his/her signature on the RFP Form acknowledges that he/she has and read this Agreement, understands it, and agrees to be bound by its terms and conditions. � Force Maieure Clause — The parties to the contract shall be excused from performance thereunder during the time and to the extent that they are prevented from obtaining, delivering or performing by act of God, fire, strike, loss or shortage of transportation facilities, lockout, - -- or commandeering of materials, products, plants or facilities by the government; when -- satisfactory evidence thereof is presented to the other party, provided that it is satisfactorily established that the nonperformance is not due to the fault or neglect of the party not performing. Hold Harmless Clause — The successful Vendor agrees to indemnify, defend and save harmless Barron County and Participating Agencies, its governing board, related divisions and entities, officers, agents, and employees from and against any and all claims, demands, losses, defense costs, or liability of any kind or nature which the County, it's officers, agents, and employees may sustain or injure or which may be imposed upon them for injury to or death of persons, or damage to property as a result of, arising out of, or in any manner connected with the Vendor or Vendor's agents, employees or subcontractor's performance under the terms of this contract, excepting only liability arising out of the sole negligence of the County. PrevailinE Law — In the event of any conflict or ambiguity between these instructions and state or federal law or regulations, the latter shall prevail. Additionally, all equipment to be -7- GENERAL INFORMATION RFP 2020-200 supplied or services to be performed under the RFP proposal shall conform to all applicable requirements of local, state and federal law. Governing Law and Venue — In the event of litigation, the RFP documents, speciiications and related matters shall be governed by and construed only in accordance with the laws of the State of Wisconsin. Venue shall only be with the appropriate state or federal court exercising jurisdiction over Barron County. Permits and Licenses — The successful Vendors and all of its employees or agents shall secure and maintain in force such licenses and permits as are required by law, in connection with the furnishing of materials, articles or services herein listed. All operations and materials shall be in accordance with law. Anti-discrimination — It is the policy of the Barron County Board of Supervisors, that in connection with all work performed under Contracts there shall be no discrimination against any prospective or active employee engaged in the work because of sexual orientation, physical and mental disability, medical conditions, marital status, age, pregnancy, veteran status, gender, race, color, ancestry, national origin, sex, or religious creed. Therefore, the Vendor agrees to comply with applicable Federal and Wisconsin laws including, but not limited to, the Wisconsin Fair Employment Act. In addition, the successful Vendors agree to require like compliance by all subcontractors employed on the work by him. -8- GENERAL INFORMATION 4. NATIONAL CONTRACT RFP 2020-200 Barron County, as the Principal Procurement Agency, defined in Attachment A, has partnered with OMNIA Partners to make the resultant contract (also known as the "Master Agreement" in materials distributed by OMNIA Partners) from this solicitation available to other public agencies nationally, including state and local governtnental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. Barron County is acting as the contracting agency for any other Public Agency that elects to utilize the resulting Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners (a "Participating Public Agency") and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of a Master Intergovernmental Purchasing Cooperative Agreement, a form of which is attached hereto on ATTACHMENT A, or as otherwise agreed to. ATTAC�IMENT A contains additional infortnation about OMNIA Partners and the cooperative purchasing program. OMNIA Partners is the largest and most experienced purchasing organization for public and private sector procurement. Through the economies of scale created by OMNIA Partners public sector subsidiaries, National IPA and U.S. Communities, our,participants now have access to more competitively solicited and publicly awarded cooperative agreements. The lead agency contracting process continues to be the foundation on which we are founded. OMNIA Partners is proud to offer more value and resources to state and local government, higher education, K-12 education and non-profits. OMNIA Partners provides shared services and supply chain optimization to government, education and,the private sector. As a channel partner with Vizient (formally, Novation), OMNIA Partners leverages over $100 billion in annual supply spend to command the best prices for products and services. With corporate, pricing and sales commitments from the Supplier, OMNIA Partners provides marketing and administrative support for the Supplier that directly promotes the Supplier's products and services to Participating Public Agencies though multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. Public Agencies benefit from pricing based on aggregate spend and the convenience o£. a contract that has already been advertised and publicly competed. The Supplier benefits from a contract that allows Participating Public Agencies to directly purchase goods and services without the Supplier's need to respond to additional competitive solicitations. As such, the Supplier must be able to accommodate a nationwide demand for services and to fulfill obligations as a nationwide Supplier and respond to the OMNIA Partners documents (Attachment A). Barron County anticipates spending approximately $175,000 over the full potential Master Agreement term for Traffic Control Products and Related Products and Solutions. While no minimum volume is guaranteed to the Supplier, the estimated annual volume of Traffic Control � RFP 2020-200 Ct7��1�:7_\�1�1��1�u1_��[�]�I Products and Related Products and Solutions purchased under the Master Agreement through OMNIA Partners, Public Sector is approximately $25 million. This projection is based on the current annual volumes among Barron County, other Participating Public Agencies anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between the Supplier and OMNIA Partners. 5. GENERAL DEFINITION OF PRODUCTS AND/OR SERVICES This Solicitation is to establish a nationwide master agreement for the acquisition of the following products. The category descriptive examples below are not to be considered restrictive, but rather, provide a general, non-inclusive, description of the category. The intent is for each Supplier to submit its complete line of Traffic Control Products, Related Products and Solutions so that Participating Public Agencies may order a wide array of products, services and solutions as appropriate for their needs. Suppliers should have a demonstrated experience in providing the Products as defined in this RFP. Exceptions, deviations and/or variations should be cleared identiiied in your response. 6. SCOPE OF CONTRACT: The purpose of this Request for Proposal is to solicit sealed proposals to establish a cooperative contract or contracts for Traffic Control Products, and Related Products and Solutions for Barron County, Wisconsin and on behalf of all states, local governments, school districts, and higher education institutions in the United States of America, and other governmental agencies and nonprofit organizations. Product offerings include but not limited to; A. Intelligent Warning Systems (Solar & Wireless) Products: BlinkerSignsTM and BlinkerBeaconsTM, RRFB-XL Crosswalks, Fire Preemptions Systems, Dangerous Curve Warnings, Web-based Traffc Monitoring & Control, Radar Feedback Signage, Wrong Way Activation Signage, Emergency Vehicle & Firehouse Warning Systems, Bike Path Warning Systems, Lighted In-road Lights, Solar Railroad Crossing Warnings, and any other Intelligent Warning Systems (Solar & Wireless) Products offered by Supplier. B. Parking and ITS Solutions: Cameras, Parking Gate Operators, Swing Gate Operators, Slide Gate Operators, Phone Entry Systems, Mobile Traffic Trailers, Crash Barriers, Overhead Clearance Tubes, Electric Car Recharging Stations, Shelters, Gate Arms, Turnstiles, Proximiry Sensors, Blank Out Signs, Undercarriage Mirrors, Wheel Immobilizers and any other Parking and ITS Solutions offered by Supplier. -10- GENERAL INFORMATION RFP 2020-200 C. Work Zone Products: Crowd Control Barricades, Safety Mirrors, Wheel Chocks, Non-Skid Tapes, Eyewash Stations, Floor Signage, Wall & Pole Guards, Guardrail, Exit Signs, Dock Bumpers, Exit and Egress Signing, Changeable Message Boards, Directional Arrow Boards, Barricade Lights Flares, Beacons, Flashlights, Incident Response Roll-up Signs, Radar Feedback Signs, Barrier Webbing, Reflectors, Traffic Paddles, Barriers, Cones, Cone signs and any other Industrial and Work Zone Products offered by Supplier. D. Traffic, Pavement Marking and Striping Products: Car Stops, Speed Humps, Speed Tables, Guardrail Reflectors, Cable Guards, Covers, Push & Rider Stripers, Stencils, Paint, Thermoplastics, Pothole Patch, In-Road LED Markers, Measuring Wheels and any other Traffic, Pavement Marking and Striping Products offered by Supplier. E. Delineators and Markers: Delineators, In-Road Crosswalk Signs, Snow Markers, Snow Poles, Utility Marking Flags, Hydrant Markers, Modular Signs, Butyl Pads, Curbing, Butyl Pads & Epoxy and any other Delineators and Markers offered by Supplier. F. Signing and Digital Sign Marking: MUTCD Signs, Blanks, Sheeted Blanks, Sheeted Blanks with Border, Federal Advisory Signage, Sign Mounting Brackets, Hardware, Sandwich Boards, Lawn Signage, Digital Print capabilities, Screen Printing Equipment, Reflective Sheeting & Vinyl Rolls, Plotters, Cutters, Sign Making Software and any other Signing and Digital Sign Marking offered by Supplier. G. Posts, Poles and Bases: Square Posts, U-Channel Posts, Wood Posts, Signal Poles, Round Posts, T-Posts, Flexible Posts, Pole Packages, Anchors, Crosspieces, Portable Sign Bases, and any other Posts, Poles and Bases offered by Supplier. H. Streetscape Decorative Products: Decorative Poles, Decorative Bases, Luminaries, Decorative Brackets, Sign Backers, Ornate Lighting, Finial Pole Toppers, LED Retrofit Lighting, Street Clocks and any other Streetscape Decorative Products offered by Supplier. I. Parks and Recreation Products: Benches, Tables, Waste Receptacles, Drinking Fountains, Message Centers, Bike Racks, Snuffers, State Flags, Flag Poles, Bulletin Boards, and any other Parks and Recreation Products offered by Supplier. J. Service and Preventative IWS (Intelligent Warning Solutions), Parking and Door Structures and Revenue Control Related Maintenance. Service, repair, warranty, on-call and preventative maintenance work shall be performed, but not limited to the following areas; Parking Revenue Control, IWS (Intelligent Warning Solutions), ITS (Intelligent Transportation Systems), Overhead door and garage control, Crosswalk systems, and other related services. -11- GENERAL INFORMATION RFP 2020-200 K. Related Products, Solutions and Services: The complete range of Related Traffic Products and Solutions such as Personal Protective Equipment and any other Related Products and Services offered by the Supplier. L. Balance of Line/Comprehensive Product Offering The complete catalog of Traffic Control Products and Related Products and Solutions. Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line for ground maintenance equipment items and accessories. Pricing for complete product offering/balance of line items will be determined by a percentage discount off the offeror's retail price list. The pricing percentage discount offered must be included in the Cost Proposal Tab. The County reserves the right to accept or reject any or all balance of line items offered. A successful offeror will not be awarded complete product offering/balance of line items that are awarded as an item to another vendor as part of this solicitation. 7. RFP QUESTIONS: a. The County shall not be bound by and the Proposer shall not request or rely on any oral interpretation or clarification of this RFP. Therefore, any questions regarding this RFP are encouraged and should be submitted in writing by email to: Highway Commissioner: Mark Servi E-Mail: bchdtcp(a�co.barron.wi.us b. Questions received up to the deadline to submit questions in the Calendar of Events will be answered in writing per the Calendar of Events. Answers to questions from any Proposer will be provided to all Proposers. c. All communications regarding this proposal shall only be through the County's point of contact listed above. No communication is to be directed to any other County personnel. 8. CONTRACT PERIOD AND RENEWAL: a. The term of the contract will be for five (5) years following the contract award date. b. Barron County may, at its option, renew the term of this Contract up to a maximum of five (5) years, one (1) year at a time. The Contractor shall be notified in writing by the County of its intention to extend the contract term at least thirty (30) calendar days prior to the expiration of the original contract term. c. Any requests for reasonable price adjustments must be submitted sixty (60) days prior to the Contract annual anniversary date. Requests for adjustment in cost of labor and/or materials must be justified and based upon verifiable criteria such as the Consumer Price Index (CPI-U), U.S. City Averages, or other relevant indices. -12- GENERAL INFORMATION RFP 2020-200 d. At any time after the date of the Request for Proposal the Contractor makes a general price reduction in the comparable price of ariy material covered by the contract to customers generally, an equivalent price reduction based on similar quantities and/or considerations shall apply to this contract for the duration of the contract period (or until the price is further reduced). 9. MODIFICATION OF TERMS: Participating Agencies commonly require a modification to a term of the Contract (e.g. governing law). The awarded Supplier and Participating Agencies may agree to modify terms on any specific purchase by a Participating Agency without being in conflict with the Contract. 10. TERMINATION OF CONTRACT: This Contract may be terminated at any time by mutual written consent, or by the County, with or without cause, upon giving thirty (30) days written notice. The County, at its convenience, by written notice, may terminate this Contract, in whole or in part. If this Contract is terminated, the County shall be liable only for payment for services rendered and accepted material received by the County before the effective date of termination. The County reserves the right to terminate the whole or any part of this Contract due to the failure of the Contractor to carry out any term or condition of the Contract. The County will issue a written ten (10) day notice of default to the Contractor for acting or failing to act as specified in any of the following: In the opinion of the County, the Contractor provides personnel that do not meet the requirements of the Contract; In the opinion of the County, the Contractor fails to perform adequately the stipulations, conditions or services/specifications required in this Contract; In the opinion of the County, the Contractor attempts to impose personnel, materials, products or worktnanship of an unacceptable quality; The Contractor fails to furnish the required service and/or product within the time stipulated in the Contract; In the opinion of the County, the Contractor fails to make progress in the performance of the requirements of the Contract; The Contractor gives the County a positive indication that the Contractor will not or cannot perform to the requirements of the Contract. Each payment obligation of the County created by this Contract is conditioned upon the availability of County, State and Federal funds that are appropriated or allocated for the payment of such an obligation. If funds are not allocated by the County and available for the continued purchase of the services and/or materials provided under this Contract, this Contract may be terminated by the County at the end of the period for which funds are available. The County will endeavor to notify the Contractor in the event that continued service will or may be affected by non-appropriation. No penalty shall accrue to the County in the event this -13- GENERAL INFORMATION RFP 2020-200 provision is exercised, and the County shall not be obligated or liable for any future payments due or for any damages as a result of termination under this paragraph. 11. CALENDAR OF EVENTS (Subject to Change): Event Date Issue RFP September 5, 2019 Pre-proposal meeting September 23, 2019, 3pm CST In Person: Barron County Hwy. Office Conference Room 260 North 7th Street, Barron, WI B� hp one: 1-832-856-4663 Conference ID: 29158283 Deadline for receipt of questions via email October 4, 2019, 11:00 am CST Proposal due date October 29, 2019, 11:00 am CST Evaluation period November 30, 2019 Contract start date March 1, 2020 12. PROPO5AL INSTRUCTIONS: a. The Proposer must submit the Technical Proposal in a tab containing the following information. This information will be considered the minimum content of the proposal. Proposal contents shall be arranged in the same order and identified with headings as presented herein. Tab 1— COVER LETTER: Submit completed Proposal Cover Sheet. Additionally, include a coyer letter which will provide a brief history.of the Proposer and its organization. The letter will indicate the principal or officer of the Proposer organization who will be the County's primary point of contact during negotiations. This individual must have the authority to negotiate all aspects on the scope of products, services and solutions on behalf of the Proposer. An of�cer authorized to bind the Proposer to the terms and conditions of this RFP must sign the cover letter transmitting the proposal. Tab 2- EXECUTIVE SUMMARY: The Proposer will provide an Executive Summary that presents in brief, concise terms a summary level description of the contents of the Proposal. Tab 3— PROPOSER PROFILE: The Proposer must provide a profle of its organization and all other affiliated companies as outlined in OMNIA Partners Response to National Cooperative Contract. Tab 4— STATEMENT OF QUALIFICATIONS: -14- GENERAL INFORMATION RFP 2020-200 This section shall describe the Proposer's ability and experience related to the programs and services proposed. All project personnel, as applicable, shall be listed including a description of assignments and responsibilities, a resume of professional experience, an estimate of the time each would devote to this program, and other pertinent information. Describe the current distribution model capable of delivering products nationwide, including the number, size and location of your company's distribution facilities, warehouses and retail network, where applicable. Describe your coverage of the United States. Tab 5 — FINANCIAL STATEMENTS: Proposer must provide detailed, audited income statements and balance sheets from two of the most recent reporting periods. �'ab 6 — OMNIA Partners Provide a response to the national program. a. Include a detailed response to Attachment A, E�ibit A, OMNIA Partners Response for National Cooperative contract. Responses should highlight experience, demonstrate a strong national presence, describe how offeror will educate its national sales force about the contract, describe how products and services will be distributed nationwide, include a plan for marketing the products and services nationwide, and describe how volume will be tracked and reported to OMNIA Partners. b. The successful offeror will be required to sign Attachment A, Exhibit B, OMNIA Partners Administration Agreement. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror's response should include any proposed exceptions to the OMNIA Partners Administration Agreement. c. OMNIA Partners Exhibit F& G completed/signed Tab 7— Submit any initialed and/or signed Addenda (if applicable). Tab 8 — Proposer's catalog Tab 9- COST PROPOSAL INSTRUCTIONS: a. Provide the pricing using a fized percentage (%) discount off PROPOSER'S CATALOG PRICE LIST or other objectively verifiable criteria in Excel format. b. Provide the reference to the standard index or other objective criteria used to determine pricing of each Product category and state why this is most advantageous to Participating public Agencies. Copies of the relevant price lists in Excel format must be included in the Cost Proposal. c. If offered, provide Proposer pricing for custom signs. -15- GENERAL INFORMATION RFP 2020-200 d. Provide the pricing for any services and solutions offered using a mark-up percentage over cost. Cost shall be substantiated by an actual invoice indicating the amount paid for services or solutions. Proposer may propose alternative methodologies for pricing services if it feels it is in the best interest of Participating Public Agencies. e. Provide the pricing for any related products and services offered by your company. f. Detail any additional pricing incentives or rebates that may be available such as for large volume purchase by Participating Public Agencies. g. Prices/discounts shall be F.O.B. destination. h. It is the Proposer's responsibility to provide the County and Participating Public Agencies with an up-to-date price list and any necessary brochures, finish material samples or related materials at no charge for the duration of the contract. i. The Proposer must submit Market Basket Pricing in ATTACHMENT B for evaluation purposes only. Pricing should be based on Proposers fixed percentage discount off its manufacturer catalog price list. Proposer may take into consideration any pricing incentives or rebates it is offering through this contract. j. Special Offers/Promotions: In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, Vendor may conduct sales promotions involving price reductions for a specified lesser period. Vendor may offer Participating Agencies competitive pricing which is lower than the not- to-exceed price set forth herein at any time during the Contract term and such lower pricing shall not be applied as a global price reduction under the Contract. Note: Market Basket Pricing is not to be construed as Proposer's complete offer nor is it a core list. It is for evaluation purposes only. Proposer's entire catalog list/assortment will be Proposer's offer to Barron County and Participating Public Agencies. 13. CONTACT FOR CONTRACTUAL MATTERS: a. All communications and requests for information and clarifications shall be directed to the following official: Mark Servi, Highway Commissioner Barron County Highway Department E-mail: bchdtc�(cr�,co.barron.wi.us b. No attempt shall be made by any Proposer to contact members of the Evaluation Team or others at the County about this procurement. -16- GENERAL INFORMATION 14. SUBMISSION OF PROPOSALS: RFP 2020-200 a. One (1) original (duly marked), ten (10) copies and three (3) thumb drives of the entire proposal. Electronically stamped delivery receipts are available. b. Proposers are reminded that changes to the Request for Proposal, in the form of Addenda, are often issued. All addenda MUST be signed and submitted as a part of Proposer's proposal. Notice of addenda will be �posted at www.baroncountvwi. ov�. It is the Proposer's responsibility to monitor the web page for the most current addenda. It is the Proposer's responsibility to clearly identify and to describe the products and services being offered in response to this Request for Proposal. Proposers are cautioned that organization of their response, as well as thoroughness is critical to the County's evaluation process. The RFP forms must be completed legibly and in their entirety; and all required supplemental information must be furnished and presented in an organized, comprehensive and easy to follow manner. d. Unnecessarily elaborate brochures of other presentations beyond that sufficient to present a complete and effective proposal is not desired. Elaborate artwork, expensive paper, bindings, visual and other presentation aids are not required. The County encourages the use of recycled paper; therefore, it is urged that proposals be submitted on paper made from or with recycled content and be printed on both sides. e. By executing the cover sheet, Proposer acknowledges that it has read this Request for Proposal, understand it, and agree to be bound by its terms and conditions. Proposals may be submitted by mail or delivered in person. 15. PROPOSER PERSONNEL REQUIREMENTS AND DETERMINATION OF RESPONSIBILITY a. Barron County may make such investigation as deemed necessary to determine the ability of the Proposer to supply the product or information and data for this purpose as Barron County may request. b. Proposers are encouraged to promptly notify the Highway Commissioner, in writing via email, of any apparent major inconsistencies, problems, or ambiguities in the Specifications. Address notifcations to: Mark Servi, Barron County Highway Commissioner, bchdtcp(a�co.barron.wi.us. 16. LATE PROPOSALS: a. Proposals received in the Highway Department after the date and time prescribed shall not be considered for contract award and shall be returned to the Proposer. -17- GENERAL INFORMATION 17. PERIOD THAT PROPOSALS REMAIN VALID: RFP 2020-200 a. Proposals will remain valid for a period of one-hundred twenty days (120) calendar days after the date specified for receipt of proposals. 18. EVALUATION OF PROPOSAL — SELECTION FACTORS: Oral Presentations/Interviews Barron County reserves the right to conduct interviews with some or all of the offerors at any point during the evaluation process. However, Barron County may determine that interviews are not necessary. In the event interviews are conducted, information provided during the interview process shall be taken into consideration when evaluating the stated criteria. Barron County shall not reimburse the supplier for the costs associated with the interview process. The following factors will be considered in the award of this contract: a. PROVEN EXPERIENCE of the Company's success in providing Traffc Control Products and Related Products and Services on a nationwide and local basis in a timely manner. b. Depth of response to Technical Proposal. c. Depth of response to Cost Proposal. d. Depth of response to Supplier Qualifications and Information. Depth of response and capabilities for National Program. 19. TRADE SECRET/PROPRIETARY INFORMATION: a. Trade secrets or proprietary information submitted by a Proposer in connection with a procurement transaction shall not be subject to public disclosure under the Wisconsin Public Records Law; however, Proposers must invoke the protections of this section prior to or upon submission of the data or other materials. b. The Proposer must identify the data or other materials to be protected and state the reasons why protection is necessary. Disposition of material after award(s) should be stated by the Proposer. -18- �� � : : : ��u� . :� oMn��A� P A R T N E R S �� ` �NA710NA IL PA � ! "�'CO'^r„�"'T'� REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT TO BE ADMINISTERED BY OMNIA PAxTNERs The following documents are used in evaluating and administering national cooperative contracts and are included for Supplier's review and response. OMNIA Partners E�ibit A—RESPONSE FOR NATIONAL COOPERATIVE CONTRACT OMNIA Partners Exhibit B— ADMINISTRATION AGREEMENT, EXAMPLE OMNIA Partners E�ibit C— MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE OMNIA Partners Exhibit D—PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE OMNIA Partners E�ibit E— CONTRACT SALES REPORTING TEMPLATE OMNIA Partners Exhibit F— FEDERAL FUNDS CERTIFICATIONS OMNIA Partners Exhibit G—NEW JERSEY BUSINESS COMPLIANCE OMNIA Partners Exhibit H—ADVERTISING COMPLIANCE REQUIREMENT -19- EXHIBIT A RESPONSE FOR NATIONAL COOPERATIVE CONTRACT 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defned herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Supplier and OMNIA Partners. 1.1 Requirement The County of Barron, Wisconsin (hereinafter defined and referred to as "Principal Procurement Agency"), on behalf of itself and the National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners"), is requesting proposals for Traffic Control Products and Related Products and Services. The intent of this Request for Proposal is any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal ("Master Agreement") be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners as a Participating Public Agency in OMNIA Partners' cooperative purchasing program. Registration with OMNIA Partners as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as E�chibit C, and by using the Master _ . . . _ .. Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Supplier is responsible for_knowing the tax laws in each state. This E�ibit A defines the expectations for qualifying Suppliers based on OMNIA Partners' requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through OMNIA Partners. These requirements are incorporated into and are considered an integral part of this RFP. OMNIA Partners reserves the right to determine whether or not to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this RFP acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners intends to provide marketing, sales and administrative support for Supplier pursuant to this section that directly promotes the Supplier's products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. The OMNIA Partners marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through channels that may include: A. Marketing collateral (print, electronic, email, presentations) B. Website C. Trade shows/conferences/meetings Ia. Advertising E. Social Media The OMNIA Partners sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Supplier teams The OMNIA Partners contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: -21- A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Supplier teams D. Regular business reviews to monitor program success E. General contract administration Suppliers are required to pay an administrative fee of 3% of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the OMNIA Partners Administration Agreement (E�ibit B). 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $25 million annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and OMNIA Partners. 1.4 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will, at OMNIA Partners option, be the basis of award on a national level through OMNIA Partners. If multiple Suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same Suppliers will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and OMNIA Partners shall agree. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (i.e. invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, governing law, etc.). It shall be the responsibility of the Supplier to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Supplier to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to OMNIA Partners). -22- All purchase orders issued and accepted by the Supplier may survive expiration or termination of the Master Agreement. Participating Agencies' purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Supplier is responsible for reporting all sales and paying the applicable administrative fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.5 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through OMNIA Partners' cooperative program: A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B. Establish the Master Agreement as the Supplier's primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Supplier and Public Agencies through a single solicitation process that will reduce the Supplier's need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier's executive management, (2) the Master Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with OMNIA Partners and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment -23- Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Supplier commits to aggressively market the Master Agreement as its go to market strategy in this de�ned sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners in accordance with the OMNIA Partners Administration Agreement. Supplier also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.0 SUPPLIER RESPONSE Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 3.1 Company A. Brief history and description of Supplier. B. Total number and location of sales persons employed by Supplier. C. Number and location of support centers (if applicable) and location of corporate office. .__ �._ _. D. Annual sales for the three previous fiscal years. _ _ E. Submit FEIN and Dunn & Bradstreet report. F. Describe any green or environmental initiatives or policies. G. Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. H. Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and women owned, small or disadvantaged, disable veterans, etc. I. Describe how supplier differentiates itself from its competitors. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. K. Felony Conviction Notice: Indicate if the supplier a. is a publicly held corporation and this reporting requirement is not applicable; b. is not owned or operated by anyone who has been convicted of a felony; or -24- c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. L. Describe any debarment or suspension actions taken against supplier 3.2 Distribution, Logistics A. Describe the full line of products and services offered by supplier. B. Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. C. Identify all other companies that will be involved in processing, handling or shipping the productslservice to the end user. D. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail network as applicable. 3.3 Marketing and Sales A. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within frst 10 days ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners team within first 90 days B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, contract details and contact information published on the Supplier's website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement -25- v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. vi. Design and publication of national and regional advertising in trade publications throughout the tertn of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii. Dedicated OMNIA Partners internet web-based homepage on Supplier's website with: • OMNIA Partners standard logo; • Copy of original Request for Proposal; • Copy of contract and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials � Electronic link to OMNIA Partners' website including the online registration page; • A dedicated toll-free number and email address for OMNIA Partners C. Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Supplier .., ,_._,, _. __ ..ho.lds.and describe how the Master Agreement will be positioned among the_other cooperative agreements. D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. E. Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Supplier's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive -26- F. Confirtn Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support ii. Marketing iii. Sales iv. Sales Support v. Financial Reporting vi. Accounts Payable vii. Contracts H. Describe in detail how Supplier's national sales force is structured, including contact information for the highest-level executive in charge of the sales team. I. Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and service the national program. I. Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set- up, timely contract administration, etc. J. State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. K. Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). -27- $ � � .00 in year one $ a�.00 in year two $� Iq�1 .00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. M. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Detail Supplier's strategies under these options when responding to a solicitation. -28- EXHIBIT B ADMINISTRATION AGREEMENT, EXAMPLE P A R T N E R S ADMINISTRATION AGREEMENT THIS ADMINISTRATION AGREEMENT (this "Agreement") is made this _ day of 20 , between National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners, Public Sector"), and ("Supplier"). RECITALS WHEREAS, the (the "Principal Procurement Agency") has entered into a Master Agreement effective , Agreement No , by and between the Principal Procurement Agency and Supplier, (as may be amended from time to time in accordance with the terms thereof, the "Master Agreement"), as attached hereto as E�ibit A and incorporated herein by reference as though fully set forth herein, for the purchase of (the "Product"); WHEREAS, said Master Agreement provides that any or all public agencies, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (collectively, "Public Agencies"), that register (either via registration on the OMNIA Partners, Public Sector website or execution of a Master Intergovernmental Cooperative Purchasing Agreement, attached hereto as E�ibit B) (each, hereinafter referred to as a"Participating Public Agency") may purchase Product at prices stated in the Master Agreement; WHEREAS, Participating Public Agencies may access the Master Agreement which is offered through OMNIA Partners, Public Sector to Public Agencies; WHEREAS, OMNIA Partners, Public Sector serves as the contract administrator of the Master Agreement on behalf of Principal Procurement Agency; WHEREAS, Principal Procurement Agency desires OMNIA Partners, Public Sector to proceed with administration of the Master Agreement; and WHEREAS, OMNIA Partners, Public Sector and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies and to set forth certain terms and conditions governing the relationship between OMNIA Partners, Public Sector and Supplier. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, OMNIA Partners, Public Sector and Supplier hereby agree as follows: DEFINITIONS 1. Capitalized terms used in this Agreement and not otherwise defined herein shall have the meanings given to them in the Master Agreement. TERMS AND CONDITIONS 2. The Master Agreement and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modiiied by this Agreement. Supplier acknowledges and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier's response thereto resulting in the Master Agreement are incorporated herein and are an integral part hereof. 3. OMNIA Partners, Public Sector shall be afforded all of the rights, privileges and indemnifications afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners, Public Sector, its agents, employees, directors, and representatives under this Agreement including, but not limited to, Supplier's obligation to obtain appropriate insurance. 4. OMNIA Partners, Public Sector shall perform all of its duties, responsibilities and obligations as contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and obligations will be undertaken by OMNIA Partners, Public Sector solely in its capacity as the contract administrator under the Master Agreement. 5. With respect to any purchases by Principal Procurement Agency or any Participating Public Agency pursuant to the Master Agreement, OMNIA Partners, Public Sector shall not be: (i) construed as a dealer, re-marketer, representative, partner or agent of any type of the Supplier, Principal Procurement Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for Product made by Principal Procurement Agency or any Participating Public Agency or any employee thereof under the Master Agreement or for any payment required to be made with respect to such order for.Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement Agency or any Participating Public Agency to comply with procedures or requirements of applicable law or the Master Agreement or to obtain the due authorization and approval necessary to purchase under the Master Agreement. OMNIA Partners, Public Sector makes no representation or guaranty with respect to any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any employee thereof under this Agreement or the Master Agreement. 6. OMNIA Partners, Public Sector shall not be responsible for Supplier's performance under the Master Agreement, and Supplier shall hold OMNIA Partners, Public Sector harmless from any liability that may arise from the acts or omissions of Supplier in connection with the Master Agreement. 7. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA PARTNERS, PUBLIC SECTOR EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING OMNIA PARTNERS, PUBLIC SECTOR' PERFORMANCE AS A CONTRACT ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS, PUBLIC SECTOR SHALL NOT BE LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS, PUBLIC SECTOR IS ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. TERM OF AGREEMENT; TERMINATION 8. This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the provisions of Sections 3— 8 and 12 — 23, hereof and the indemnifications afforded by the Supplier to OMNIA Partners, Public Sector in the Master Agreement, to the extent such provisions survive any expiration or termination of the Master Agreement, shall survive the expiration or termination of this Agreement. 9. Supplier's failure to maintain its covenants and commitments contained in this Agreement or any action of the Supplier which gives rise to a right by Principal Procurement Agency to terminate the Master Agreement shall constitute a material breach of this Agreement. If such breach is not cured within thirty (30) days of written notice to Supplier, in addition to any and all remedies available at law or equity, OMNIA Partners, Public Sector shall have the right to terminate this Agreement, at OMNIA Partners, Public Sector' sole discretion. Notwithstanding anything contained herein to the contrary, this Agreement shall terminate on the date of the termination or expiration of the Master Agreement. NATIONAL PROMOTION 10. OMNIA Partners, Public Sector and Supplier shall publicize and promote the availability of the Master Agreement's products and services to Public Agencies and such agencies' employees. Supplier shall require each Public Agency to register its participation in the OMNIA Partners, Public Sector program by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector), or executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the Participating Public Agency's first sales order. Upon request, Supplier shall make available to interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be necessary for such Public Agencies to evaluate potential purchases. 11. Supplier shall provide such marketing and administrative support as set forth in the solicitation resulting in the Master Agreement, including assisting in development of marketing materials as reasonably requested by Principal Procurement Agency and OMNIA Partners, Public Sector. Supplier shall be responsible for obtaining permission or license of use and payment of any license fees for all content and images Supplier provides to OMNIA Partners, Public Sector or posts on the OMNIA Partners, Public Sector website. Supplier shall indemnify, defend and hold harmless OMNIA Partners, Public Sector for use of all such content and images including copyright infringement claims. Supplier and OMNIA Partners, Public Sector each hereby grant to the other party a limited, revocable, non-transferable, non-sublicensable right to use such party's logo (each, the "Logo") solely for use in marketing the Master Agreement. Each party shall provide the other party with the standard terms of use of such party's Logo, and such party shall comply with such terms in all material respects. Both parties shall obtain approval from the other party prior to use of such party's Logo. Notwithstanding the foregoing, the parties understand and agree that except as provided herein neither party shall have any right, title or interest in the other party's Logo. Upon termination of this Agreement, each party shall immediately cease use of the other party's Logo. ADMINISTRATIVE FEE, REPORTING & PAYMENT 12. An "Administrative Fee" shall be defined and due to OMNIA Partners, Public Sector from Supplier in the amount of three percent (3%) ("Administrative Fee Percentage") multiplied by the total purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale of products and/or services to Principal Procurement Agency and Participating Public Agencies pursuant to the Master Agreement (as amended from time to time and including any renewal thereo fl("Contract Sales"). From time to time the parties may mutually agree in writing to a lower Administrative Fee Percentage for a specifically identified Participating Public Agency's Contract Sales. 13. Supplier shall provide OMNIA Partners, Public Sector with an electronic accounting report monthly, in the format prescribed by OMNIA Partners, Public Sector, summarizing all Contract Sales for each calendar month. The Contract Sales reporting format is provided as Exhibit C ("Contract Sales Report"), attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month shall be provided by Supplier to OMNIA Partners, Public Sector by the 10�` day of the following month. Failure to provide a Contract Sales Report within the time and manner speci�ed herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector' sole discretion. 14. Administrative Fee payments are to be paid by Supplier to OMNIA Partners, Public Sector at the frequency and on the due date stated in Section 13, above, for Supplier's submission of corresponding Contract Sales Reports. Administrative Fee payments are to be made via Automated Clearing House (ACH) to the OMNIA Partners, Public Sector designated financial institution identified in E�chibit D. Failure to provide a payment of the Administrative Fee within the time and manner specified herein shall constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency's sole discretion, and/or this Agreement, at OMNIA Partners, Public Sector' sole discretion. All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full. 15. Supplier shall maintain an accounting of all purchases made by Participating Public Agencies under the Master Agreement. OMNIA Partners, Public Sector, or its designee, in OMNIA Partners, Public Sector' sole discretion, reserves the right to compare Participating Public Agency records with Contract Sales Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners, Public Sector receives such report. In addition, OMNIA Partners, Public Sector may engage a third party to conduct an independent audit of Supplier's monthly reports. In the event of such an audit, Supplier shall provide all materials reasonably requested relating to such audit by OMNIA Partners, Public Sector at the location designated by OMNIA Partners, Public Sector. In the event an underreporting of Contract Sales and a resulting underpayment of Administrative Fees is revealed, OMNIA Partners, Public Sector will notify the Supplier in writing. Supplier will have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners, Public Sector' reasonable satisfaction, including payment of any Administrative Fees due and owing, together with interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners, Public Sector' costs and expenses related to such audit. GENERAL PROVISIONS 16. This Agreement, the Master Agreement and the e�ibits referenced herein supersede any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereto and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained or incorporated herein shall be valid or binding. In the event of any conflict between the provisions of this Agreement and the Master Agreement, as between OMNIA Partners, Public Sector and Supplier, the provisions of this Agreement shall prevail. 17. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which it may be entitled. 18. This Agreement and OMNIA Partners, Public Sector' rights and obligations hereunder may be assigned at OMNIA Partners, Public Sector' sole discretion to an affiliate of OMNIA Partners, Public Sector, any purchaser of any or all or substantially all of the assets of OMNIA Partners, Public Sector, or the successor entity as a result of a merger, reorganization, consolidation, conversion or change of control, whether by operation of law or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of OMNIA Partners, Public Sector. 19. All written communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery on receipt to the addresses as set forth below. A. OMNIA Partners, Public Sector: OMNIA Partners, Public Sector Attn: President 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 B. Supplier: .�"�� �-Fc C, cc v� ���i Rt� ��17v(�'i-i� ��t3 0� ��C r J �t r �• ���� �tl�, r �h�re�; �'�j4�-� lv 20. If any provision of this Agre ment shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this Agreement will be construed by limiting or invalidating such provision to the minimum extent necessary to make such provision valid, legal and enforceable. 21. This Agreement may not be amended, changed, modified, or altered without the prior written consent of the parties hereto, and no provision of this Agreement may be discharged or waived, except by a writing signed by the parties. A waiver of any particular provision will not be deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply to any other occasion. 22. This Agreement shall inure to the benefit of and shall be binding upon OMNIA Partners, Public Sector, the Supplier and any respective successor and assign thereto; subject, however, to the limitations contained herein. 23. This Agreement will be construed under and governed by the laws of the State of Delaware, excluding its conflicts of law provisions and any action arising out of or related to this Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson County Tennessee. 24. This Agreement may be executed in counterparts, each of which is an original but all of which, together, shall constitute but one and the same instrument. The exchange of copies of this Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever. [INSERT SUPPLIER ENTITY NAME] �� � 4� ignatur ` Name �����.� Title l� /,S" � � Date OMNIA PARTNERS, PUBLIC SECTOR Signature Sarah E. Vavra Name Sr. Vice President, Public Sector Contracting Title Date EXHIBIT C MA5TER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT, EXAMPLE u � : ► : � I : ► ►I I 1 1 ' ' � L ' ' ► !1Ll�'�� �1 �I�11��� This Master Intergovernmental Cooperative Purchasing Agreement (this "A�reement") is entered into by and between those certain government agencies that execute a Principal Procurement Agency Certificate ("Princi�al Procurement Agencies") with National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or Communities Program Management, LLC, a California limited liability company d/b/a U.S. Communities (collectively, "OMNIA Partners. Public Sector") to be appended and made a part hereof and such other public agencies ("Particinating P�blic g nci ") who register to participate in the cooperative purchasing programs administered by OMNIA Partners, Public Sector and its affiliates and subsidiaries (collectively, the "OMN A Partners Parties") by either registering on the OMNIA Partners, Public Sector website (www.omniapartners.com/publicsector or any successor website), or by executing a copy of this Agreement. RECITALS WHEREAS, after a competitive solicitation and selection process by Principal Procurement Agencies, in compliance with their own policies, procedures, rules and regulations, a number of suppliers have entered into "Master Agreements" (herein so called) to provide a variety of goods, products and services ("Products") to the applicable Principal Procurement Agency and the Participating Public Agencies; WHEREAS, Master Agreements are made available by Principal Procurement Agencies through the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time offer Participating Public Agencies the opportunity to acquire Products through other group purchasing agreements. NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result, the parties hereby agree as follows: 1. Each pariy will facilitate the cooperative procurement of Products. 2. The Participating Public Agencies shall procure Products in accordance with and subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern Participating Public Agency's procurement practices. The Participating Public Agencies hereby acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that Principal Procurement Agencies' participation in the program described herein comply with all applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.952(h), as may be amended from time to time. The Participating Public Agencies further acknowledge and agree that they are solely responsible for their compliance with all applicable "safe harbor" regulations, including but not limited to any and all obligations to fully and accurately report discounts and incentives. 3. The Participating Public Agency represents and warrants that the Participating Public Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a hospital or healthcare provider. 4. The cooperative use of Master Agreements shall be in accordance with the terms and conditions of the Master Agreements, except as modification of those terms and conditions is otherwise required by applicable federal, state or local law, policies or procedures. 5. The Principal Procurement Agencies will make available, upon reasonable request, Master Agreement information which may assist in improving the procurement of Products by the Participating Public Agencies. 6. The Participating Public Agency agrees the OMNIA Partners Parties may provide access to group purchasing organization ("�") agreements directly or indirectly by enrolling the Participating Public Agency in another GPO's purchasing program, including but not limited to Vizient Source, LLC, Provista, Inc. and other OMNIA Partners, Public Sector affiliates and subsidiaries; provided the purchase of Products through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency's sole discretion. 7. The Participating Public Agencies (each a"Procuring P_ a�") that procure Products through any Master Agreement or GPO Product supply agreement (each a"GPO n r ") will make timely payments to the distributor, manufacturer or other vendor (collectively, " li ") for Products received in accordance with the terms and conditions of the Master Agreement or GPO Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the State of purchase unless otherwise agreed to by the Procuring Party and Supplier. 8. The Procuring Party shall not use this Agreement as a method for obtaining additional concessions or reduced prices for purchase of similar products or services outside of the Master Agreement. Master Agreements may be structured with not-to-exceed pricing, in which cases the Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional concessions for purchase of Products through a Master Agreement. 9. The Procuring Party shall be responsible for the ordering of Products under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a Procuring Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non-procuring party harmless from any liability that may arise from the acts or omissions of the Procuring Party. 10. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SIIALL NOT BE LIABLE 1N ANY WAY FOR ANY SPECIAL, 1NCIDENTAL, INDIRECT, CONSEQUENTIAL, EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT. 11. This Agreement shall remain in effect until termination by either party giving thirty (30) days' written notice to the other party. The provisions of Paragraphs 6- 10 hereof shall survive any such termination. 12. This Agreement shall take effect upon (i) execution of the Principal Procurement Agency Certificate, or (ii) registration on the OMNIA Partners, Public Sector website or the execution of this Agreement by a Participating Public Agency, as applicable. � � uthorize ' nature / �C� � Z �� s�r�� ��,�� - ��►� Title and Agency ame � �/. � �� Date OMNIA PARTNERS, PUBLIC SECTOR Signature Sarah E. Vavra Name Sr. Vice President, Public Sector Contracting Title Date EXHIBIT D OMNIA PARTNERS PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE ': � '� ':� : u � � : In its capacity as a Principal Procurement Agency (as defined below) for National Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sectar ("OMNIA Partners, Public Sector"), Barron County, WI agrees to pursue Master Agreements for Products as specified in the attached E�ibits to this Principal Procurement Agency Certificate. I hereby acknowledge, in my capacity as of and on behalf of Barron County, WI ("Principal Procurement Agency"), that I have read and hereby agree to the general terms and conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement regulating the use of the Master Agreements and purchase of Products that from time to time are made available by Principal Procurement Agencies to Participating Public Agencies nationwide through ONINIA Partners, Public Sector. I understand that the purchase of one or more Products under the provisions of the Master Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the Participating Public Agency. Authorized Signature, [PRINCIPAL PROGiJREMENT AGENCY] Signature Name Title Date EXHIBIT E OMNIA PARTNERS CONTRACT SALES REPORTING TEMPLATE OMNIA PARTNERS EJ�TfS EIC�IT C- CONTRACT SALES REPORTING TEMPLATE _ _ -- __ _- -- --__ _____ _ _- _ (to be submitted Plectrotucallv in Microsoft Excel foimat) - -- _ ----- - -- OMNIA Partners Contract Sales Monthly Report _ __ _.. _ ._ Supplier Name: Contract Sales Report Month: ---__ _____---- _ __ __ Contract ID: _ _._. ._...— --_. Supplier Reporting Contact: _ ---- _ ,_ Title: Phone• EmaiL• _ Participating Agency # Transaction Contract {Assigned by Date Admin Admin Participating Agency Name Address Ciiy State Zip Code �ytional IPA (Date of Sales for Fee % Fee $ and provided Sale) Month ($) to Supplier} Report Totals, Cumulative Contract Sales' EXHIBIT F FEDERAL FUNDS CERTIFICATIONS FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non—Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non—Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non—Fetleral entity that, consistent with 31 U.S.C. 6302-6305; (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass-through entity to the non—Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass-through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass-through entity and the non—Federal entity in carrying out the activity contemplated by the Federal award. (c) The term does not include: : (1) A cooperative research and development agreement as defined in 15 U.S,C. 3710a; or (2) An agreement that provides only: (i) Direct United States Government cash assistance to an individual; (ii) A subsidy; (iii) A loan; (iv) A loan guarantee; or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non—Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non—Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability; or (2) The cost-reimbursement contract under the Federal Acquisition Regulations that a non—Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in § 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost- reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs). (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Non—Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that: (a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest; (b) Is not organized primarily for profit; and (c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non—Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non—Federal entity during the same or a future period. Pass-through entity means a non—Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non—Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non—Federal entity may purchase property or services using small purchase methods. Non—Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition threshold is $150,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro- purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non—Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process.. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. Does offeror agree? YES �/ 1 Initials of Authorized Representative of offeror (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract. Does offeror agree? YES /•�I, /) Initials of Authorized Representative of offeror (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES J�``� Initials of Authorized Representative of offeror (D) Davis•Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contracto�s must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non- Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis-Bacon Act provisions. Does offeror agree? YES �(i0 �,) Initials of Authorized Representative of offeror (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of inechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or underworking conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement pr cess. Does offeror agree? YES l/ .�� Initials of Authorized Representative of offeror � (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or perFormance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Govemment Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F} above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. Does offeror agree? YES _ �2 � Initials of Authorized Representative of offeror (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C.1251-1387), as amended— Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non- Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671 q) and the Federal Water Pollution Control Act as amended (33 U.S.C.1251 • 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above, Does offeror agree? YES �2� Initials of Authorized Representative of offeror (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency. Does offeror agree? YES !�� Initials of Authorized Representative of offeror (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352}—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non•Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperativ� agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all covered sub- awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Does offeror agree? YES �/�/'� Initials of Authorized Representative of offeror RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that offeror will retain all records as Fequired by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES �!d Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S,C, 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES ,�//G �� Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Does offeror agree? YES J�� � Initials of Authorized Representative of offeror CERTIFICATION OF ACCESS TO RECORDS - 2 C.F.R. 6 200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror's personnel for the purpose of interview and discussi n relating to such documents. Does offeror agree? YES �� Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITYTO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES / G�� Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offeror's Name: ''l��-��� C ('�. �7 �� vt�9 f�,c �r ,rz�, �n-. � � � � , 1 �1cc � Address, City, State, and Zip Code: `-� lt� C�.� ��SZ.esZa��d' (� ���� 1�eQd %.�? ���� Phone Number: �— O%u — C�C� Fax Number: � r f ,���� .�C��1- Lp �`� _'`�,� ��' Printed Name and Title of Authorized Representative: < b� �2 � %. Email Address: �j� (�P,c.J �� I�,�Cc'; I"�-P-��' t`�l�l Signature of Authorized Representative: ��" 1`:/��� Date: l�� �l � OMNIA PARTN�RS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANC� NEW JERS�Y BUSIN�SS COMPLIANC� Suppliers intending to do l�usiness in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror's response to the RFP. Failure to complete the New Jersey pacicet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC # I Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affrmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stocicholder Disclosure Certification DOC #6 Certification of Non-Involvement in Prohibited Activities in Iran DOC #7 New Jersey Business Registration Certificate New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: • all anti-discrimination laws, including those contained in N,J.S.A. 10:2-I through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act, N.J.S.A. 34:1 1-56.26, for all contracts within the contemplation of the Act; � Public Worlcs Contractor Registration Act, N.J.S.A. 34:1 1-56.26; and � Bid and Performance Security, as rec�uired by the applicable municipal or state statutes. �t��c.�� 1 t��`� r.�-1"c c�,� �(.�L—'� L� � �`��—�9-�.I Ic OMNIA PAit�'IVERS EXHiBITS EXHIBTT G NEW JERSEY BUSINESS COMPLIANCE DOC #1 OWNERSHIP DISCLOSLTRC FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the offeror shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Traffic and Parkinc�Control Co., Inc. Strect: 5100 W Brown Deer Rd City, State, Zip Code: Brown Deer, WI 53223 Com�lete as appropriate: I _ , certify that I am the sole owner of , tlzut there are fio partners crnd the busr.'ness is not incvNporated, and the provisions afN.JS. 52:25-24.2 do not apply. OR: I , a partner zn , do hereby certify that the, f'ollowing is a list of all individual partners who own a 10% or greater interest the�eirt. I , fiarther cert� that if one (1) or more of �the partners is itself a corpo�•ation or partriership, there is also set fortl� the nanaes and addresses of the stockholders holcling 10% or more of that corporation's stock or the iric�ividual par•tr�ers owning 10% or greater irtterest in that partnership. OR: I Andrew R, Beraholz , ar� authorized ��epr�esenrati,�e of'Traffic and Parking COf�tl'01 GO., 111C. ,� corporntion, do hereby cer�tify lhal the, following is a list of the nnmes arzd acldresses af all stocklaolders zn the corporcztion who owra 10% or more of its stock of any class. I,further certify that if'o�ie (1) o�• nao�•e of'such stockhold'ers is itself'a co�poration orpartnership, that tliere is also set forth the names and addresses of the stockholders hoCding 10% or naore of the corporation's stock ot• the individual part�aers owrting a 10% or gt°eater interest in that partnership, (Note: If there are no partners ar stockholders ownin� 10% or more interest, indicate none.) 1Vame Arldress Interest Andrew R. Berqhoiz, 5100_ W Brown Deer Rc..�Brown Deer WI 53223 - 50% Interest Jason J. Kuael. 5100 W Brown Deer Rd. Brown Deer WI 53223 - 50% Interest I further certify that the statements and infornZation contained herein, are complete and cor•rect to the best of my knowledge and belief. � ��r 11 � � �� �� ��,��G�. Date ` ` ` ��ut)iorized SiQnataire anrl Tztle � �(.�� � ����� c � �.1 �4LZ'� � �=' �=��i" �i,.�-�t � OMNIA PARTNEItS EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE � DOC #2 � NON-COLLUSION AFFIDAVI'I' Company Name: Traffic and Parking Control Co., Inc. Street: 510Q W Brown Deer Rd ' City, State, Zip Code: Brown Deer, WI 53223 State of Wisconsin County of �_ Milwaukee ° 1, Andr�w Berghoiz ofthe Viilag� of Whitefish Bay Name City ' in the Countv of Milwaukee , State of Wisconsin ' of f'ull age, being duly swof•n according to lmv on my oat1� depose and say that: ; Iam the President and Owner ofthe firm of Traffic and Parkina Control Co. Inc. Title Compczny Name � the Offeror making the Proposal for the goods, ser�vices or• public work specified �nder the attached proposul, and that I executed the sazd proposal with full authority to do so; that said Offeror ha,s not directly or indirectly enterec� into any agreement, participated in any collu.sion, or otherwise Cakerr ' any actian in restr•aint of�ee, competitive bidding in cortnectiart with the above prv�osal, and that all stc�tements eontained in said proposal and in this cz�c�avit crre true and eorreet, crnd made ��ith full knowledge that Nelies upon the tr�uth of' the staternents contained in sczic� proposal arcd in the statements contained in this af'fidavit in aw�zrding the contrcrct for the said goods, services or�ublic work. I, further warrant that no person or selling agency has been em�loyed or retainecl to solicit or secure such contract upon an agreement or understanding f'or a commission, percentage, brokerage or contingent fee, except hona, fide employees or hona fide e,stablished commercial or selling agencies maintained by iraffic and Parking Control Co., Inc. Company Name Subscribed and sworn before zne �.. r' . L.�� �Sic�L� .�.. u�-�' Aut orize igrtature & Title this ll day of l��-�v� , 24t � MEGAN ELIZABETH NELLIGAN � ��� Notary Public State of Wisconsin Nutary Public of My commission expires _o, 9�5' 20�_-i— , SEAL OMNTA PART'iVERS EXI�BITS EXHYBIT G NEW .JERSEX BiJSINESS COMPLIANCE �� � ►�� �T(�l•�A�L►.� � � � ��-�c �. � a ., . _, . . ; . �. '• 1 . �� f 'aa-` � . .. \. . . ,.. . :i'.�.::�... DOC #3 AFFIR[VIATIVE ACTYON AFFIDAVIT (P.L. 1975, C.127) Campany Name: Traffic and Parkina Control Co., Inc. Street: 5100 W Brown Deer Rd City, State, Zip Code: Brown Deer WI 53223 Proposal Certification: � ' � Indicate belo�v company's compliance with New Jersey Affitmative Action regulations. Campany's proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase arder inay be issued, however, until all Affirmative Action requirements are met. Itepuired Afiarmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: 1. A photo copy of their Pederal Letter of Affirmative Action Plan Ap rp oval •' 2. A photo copy of their Certiiicate of Emplo,yee Information Report OR 3. A complete Affirmative Action Em�lo�e Information Report (AA302) Public Wark — Over $50 000 Total Pro'ect Cost: A: No approved Federal or New Jersey Affirn�ative Action Plan. We will comptete Report Form AA201-A upon receipt from the B. Appraved Federal or New Jersey Plan — certificate enclosed I further cert� th�zt the statements and inf'ormatton containecl herein, ccre co�nplete and corr•ect to the.best of my knowledge arzd belief. -_. � C� I l ! � �C � �_ � Date Arst/zarzzec� Sign ture an itle �(� � I t�T� t�T l� rJ �� �.,C �� �r4�( l� OMNIA PARTNERS EXIiIBTTS EYHIBIT G- NEW JERSEY BUSINI:SS COMPLIANC� DOC #3, continued P.L. 1995, c. 127 (N,J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT PROFESSIONAL AND SERVICE C�IVTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any eniplayee or applicant for employment because of age, race, creed, color, national origin, ancesriy, marital status, sex, affectional or sexual orientation, The contractor will take aff'�rmative action to ensure that such applicants are recruited and ernployed, and that etnployees are�treated duruig etnployment, withaut regard.to their,age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the foflowing: employment, upgrading, demotion, or transfer; recruitment or recr-uihnent advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations'or advertisement for ernployees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for ernployment without regard to age, race, creed, color, natianal origin, ancestry, marital status, sex, affectional or sexual orientation. The eontractor or subcontractor, where applicable, will send to each labor unioii ar represeirtative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The cnntractor or subcontractor, whera applrcable, agrees ta comply with any regulations promulgated by the Treasurer pursuant to i'.L. 19'75, c. 127, as amended and suppiemented from time t� time and the Americans with Disabilities Act. The contractor or subc�ntractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding deteimination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.7.A.C. 1727-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor ar subcontractor agrees to inforni in writing appropriate recruitmeut agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unio►is, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any ofi it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the stahrtes and court decisions of the state of New 7ersey aud as established by applicable Federal law and applicable Federal court decisions. T'he contractor or subcontractor lgrees to review all procedures relating to trans%r, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national arigin, ancestry, niarital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other doctunents to the Affirmative Action Ofiice as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchanter 10 of the Administrative Code (NJAC 17,271. �/ � � ` �. �1gn ture of Procurement Agent I��c�C �r�� ��Tc� � t� �-� ��T��xc'!� OMNTA PARTIVER5 EX�IIBITS EXHIBIT G- N�W JERSEY BUSINESS COMPLLANCE DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE F0121VI Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file � Political Contribution Disctosure fortns witli the agency, it is not intended to be provided to contractors. What follo�vs � are instructions on the use of forn� local units can provide to coniractors that are required to disclose palitical contributions pursuant ta N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional infonnation on the process is available in Local Finance Notice 2006-1 (http://www.nj. ov/tica/divisions/dl sh�esaw�ces/Ifils 2006.html). Please refer back to these instructians for the appropriate links, as the Local Finance Notices include links tliat are no longer operational. 1. T'he disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a"fair and open" process (N.J.S.A. 14:44A-20.7). 2. Due to the potential length of some oontractor submissions, the public agency shottld consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electc�onic submission will not be allowed. 3. The submissiou must be received from the contractor and on file at least 10 days priar to award of the contract. Resolutions of award si�ould reflect that the disclosure has been received and is on iile. 4. TfYe contractor must disclose contributions made ta candidate and party comrnittees covering a wide range of public agencies, includiug all public agencies that have elected officials in the county af the public agency, state legislative pasitions, aud various state entities. The Division of Local Government Services recommends that contraotors be , provided a list of the affected agelicies. This will assist conh�actors in detennining the campaign and politica.l , committees o£the officials and candidates affected by the disclosure. a. The Division has prepared model disclosure forms for each aounty. They can be downloaded fi•om the "County PCD Foi�ns" link on the Pay-to-Play web site at http://www.nj.�ov/dca/divisions/dl�s/uro�rams/lpcl.htrnl#12. They will be updated from time-to-time as necessvy. b. A public agency using these forms should edit them to properly reflect the carrect legislative district(s). As the forms u•e county-based, they list all legislative districts in each couiity. Districts that do not represent the public agency should be remaved from the lists. c. Some contractors may find iC easier to provide a single list that covers all contribntions, regardless of the county. These submissions are appropriate and slioulci be accepted, d. The fonn may be used "as�is", subject to edits as descr7bed lierein. e, The "Contractor Instructions" sheet is intended to be provided with the fonn. It is recommended that the Inshuctions at�d the form be printed on the same piece of paper. Tl�e form notes tl�at the Inshuctions are printed on the back of the fonn;. where that is not the case, the text should be edited accordingly. f. The forni is a Word document and cau be edited to meet local needs, and posted for downlaad on web sites, used as an e-mail attachrnent, or provided as a printed document. It is recommended that the contractor fllso complete a"Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that cont�•actor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the cont�•act (See Loca( Finance Notice 2006-7 for additional information an this obligation at littp:(/www.nj.gov/dcalciivisions/dlr�s/resources/Ifns 2006.htm1). A sample Certification form is part of this pack�ge and the instruction to camplete it is included in the Contractor Instn�ctions. NOT'�: Th'is section is not applicable to Boards of Education. ;�,��c I�� ►��tl���-��.�-� ��- �T � ��-�►� OMNIA PARTNERS EXHII3ITS EXHIBI'1' G- NEW .IERSEY BUSINESS COMPLIANCE Qoc #4, continued �, z71 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a"fair and open" process (defined at N.7.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 .(N 7.S•A• 19;44A- 20.26}. T'his law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: • any State, county, or municipal committee of a political party • any legisiative leadership committee" • any continuing political committee (a.k.a., political actinn committee) • any candidate committee of a �andidate for, or holder o£, an elective office: 0 of the pubiic entity awarding the contract 0 of that county in which that public entity is located 0 of another public entity within that county 0 or of a legislative dish•ict in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees tllat exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S,A. 19:44A-8 and 19:44A�16 for more details on repartable contribuCions. N.J.S.A. 19:44A-20.26 itemizes the pacties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an "interesY' ownership or control of more than 10% of the profits or assets of a business entity or 10% of the stock in the case of a business entity that is a corporation for profit o all principals, pariners, officers, or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Secti�n 527 N�w 7ersey based organizations, directly or indirectly controlled by the business entity and iiling as continuing political committees, (PACs). Wiien the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entiry." .fN 7•S.A• 19:44A-20.26(b)] The conh�ibutor must be listed on the disclosure. Any business entity. that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which rnay be based upon the amount that the business entity failed to repat�t. The enclosed list of agencies is provided to assist the conn•actor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility ta identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the miiiimum requireinent. The enclosed form, a content-consistent facsimiie, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor's submission and is disclosable ta the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure C'ertification. This will assist the agency in meeting its obligatiovs under the law. NOTE: This section does not apply to Soard of Education contracts. " N.J.S.A, 19:44A-3(s): "The tei7n °legislative leadership committee" means a committee established, authorized to be established, ar designated by the President of the Senate, tIie Mu�ority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for the ptu�pose of receiving contributions and making expendiiures." �� �����C�c� �1�� ��a.= � r ��� k � OMNIA PARTNERS EXHIBITS Doc #4, continued EXHIBIT G- NEW JERSEY BUSTNESS COMPLIANCE r.. �71 POLITICAL CONTI�BXJTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. The undersigned being authorized to certify, l�ereby certifies that tlie submission provided herein represents compliance with the provisions af N.J.S.A. 19:44A-20.26 and as represented by the Instructions accornpanying tliis forrn. /-� �� Andrew R. Ber� hg olz President and Owner S gn ure Printed Nanle Title �art II — Contribution Disclosuse Disclosure reql�irement: Pursuant to N.J.S.A. 19:44A�20.26 this disclosure must include all .reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the governinent entities listed an the form provided by the local unit. Check here if disclosure is rovided in electronic form Contributor Name Reci ient Name Date 17ollar Amount None � None ❑ Check here if the infornration is continued on subseGuent page(s) �art i — Vendor Informatinn /-k-l�� ���..lT C� � i �r�c�.r�� 1--��= `� � � OMNIA PARTNERS EXHIBITS Doc #4, continued EXHIBIT G NEW JERSEY BUSIN�SS COMPLIANCE List of Agencies with Elected Officials Required for Political Contribution Disclosare N.J.S.A. 19: 44A-20.26 County Name: State: Governor, and Legislative Leadership Cotnmittees Legislative District #s: State Senator and two members of the General Assembly per district. County; Freeho�ders , County Clerk Sheriff {County Executive} Surrogate- � Municipalities (Mayor and members of govern'rng body, regardless of title): IJSEIR� �NOULD CRE/4i� 7Hf�ii� O`Ihl'N �O�M, OFt nOiN'NLOA� PRO� i'H� i�AY T'O �ILAY SECTION OF TF�E DLCiS 1N�BSTTE A COUNTY-BASED, CUST()P�iIZ/4�LE FORM. � �' `V L � �-�..J ��`�� d�-��� ��. E' "7� �C„--l� /l.l � � � "7 OIVII�TIA PARTNERS EXIiIBI�'S EXHIBIT G-1vEW JERSEY BUSINESS GUMP1LIAlVCE DOC #5 STOCHI�OLDER DISCLOSURE CERTIFICATI(?N l�lame of' Business: � I certif'y that the list below contains the names and horne addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR I certify that no one stockholder o«�ns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: Partnership Corporation Sole Proprietorship Liniited Parinership Limited Liability Corporation Limited Liability Partnership X Subchapter S Corporation Sign a�nd notarize the form below, and, if necessary, complete the stockholder list belovv. Stockholders: Name: Name: Jason J. Kugel Andrew R, Bergholz Honte Address: 5100 W Br'own Deer Rd Home Address: �� 00 W Brown �eer Rd Brown Deer, WI 53223 Brown Deer, WI 53223 Name: Name: Home Address: Horne Address: Name: Name: Home Address: Home Address: Subscribed and sworu before me this �'day of (�� /�/ _, �.-.,�{�l �(�'�('�,�� Z� � (Affiant) l/+i''�e� � ��` �wc.if'2�� R. �je�c��a`�- PQSfrJIQ-v.: (Notary Public) � � (Print riame & title of affiant) E� ���y� � My Commission expires: �/�s% ('j Z„r'2 / (Corporate Seal) MEGAN ELIZABETH NELI.IGAN Notary public State of W;sconsin ��t,L � t� T� � �tc� r� ��L � ��� � ��C�4tif � a ,�- . .��! .. ....i. ..k .�tn� .�„ .i . .. . � ��� . .�. . . - � .. ' . .. . . '� '.,,,i :.;A'. .,f�,�� ... . .> .. � .. .. .. OMNIA PAI2TNERS EXHIBITS EYHIBIT G- NEW JERSEY BUSIN�SS COMPI,IANCE DOC #6 Certifcation of Non-Involvement in Prohibited Actrvitres fn Iran Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither tlie Offeror, nor any of its parents, subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 — 56(e) (3)), is listed on the Department of the Treasttry's List of Persons or Entities Engaging in Prohibited Ynvestment Activities in Iran and tha.t neither is involved in any of the investment activities set farth in N.J.S.A. 52:32 — 56(�. Offerors wishing to do business in New Jersey tt�rough this.contract must fill out the Certification of Non-Involvement in 1°rohibited Ac�ivities in Iran here: http://www.state.nj.us/humanservices/dfd/info/standard/fdc/disclosur� investmentact pdf. Offerors shUuld submit the above form completed with their proposal. ��� [���.��r�ud.� L� � � -��.�� ���`�� �� �3E�f ������ �� ��9U�lal�ii� �� �'�����1��� d�4�� �����:�"�'� ���f��t��i1�� �F �����T��6��' d���'t�39`� ��� �� ����� ������� ���r����: �������ca�€�g�r: ���y Ei4.��4�.U+7�6'wm9���1�i.L9Q7 ���9�3��� t�Y��'�` �1:�l�6����f� �?��`i � �� �#��C:.Yaii�� �9��'6��::�t ���W ���!���..� ���. "�"� �.���'�:4� ��� 8:�� �'���� ��'���:: � �,�i���..#_. �R������ � ����:. ���";���:�:�,���., ��r;�sa�s������;��a��=�mr �'��i-sua�7t to Pubile �aw 2012., c. 25, any pe�-son ar �nfiiy tha� su�r�Eis � bir� or propc�sal �r� esthervvise propos�s ta enter into or rer€e�u �a cc�ntr��t rt��st �ornplete the certitic��ion l�eic�w ra attest, Etnd�:r p�r��lty af �erjury, fhat aa�ither the p�r�on or �n#ity, nor any af ifis p�rent�, subsidiar�ies; ar a�fii'rat�s, is idantir"ieci on tl�� 17epartn�ent �€ �"r�asuty's Ghapt�r 2,5 iist a� a�ersoi7 ar entiky errc��ying in ir�v�sfm�raf activities in 1ra«. �fi�� Ci��pt�r 25 ii,�t i� faund a��� th� Bivisi�rr�'� u�ref�siie �� !�� ��Ilw��s�,�..����e,ri�:u.�ite��:at�r�l�?x�r���:l�s���.l�r!?��.(�P��a'.,��r,��l.��4�.,.�.r�f. k3idcicr.� �x-aX���� revieur Fl�tis list ��rior ta completing fihe bcit�wr �ertificia#��n. i-�aii�ar� gcs ��������� �h� e����ic�-��i�s� �n�i# r�r�c�er ��a�e�d�r'� �a�c��es. �� ��uv��r�s��€��i��. if the L7ir�ctor finds a�ers�in or �n�ity to b� it3 vial�tic��� o# law, slhe �hall #alze �xctir�r� aa may I�� �p�rapo-iafie at�d �Srovid��1 �� f�w, r�ile crr contracf, ir�rcluding but npt fi�t�it�ti fp, irt�posing sar�etior�s, se�ki�lt� cflmpliat�cu, recoverirnt� clamages, d�cEarinq �he party ir� r.i�;fauVt `tr�d �eekinq el�k�arre��r�t or ausp�nsion of th�: pa��y ;`' � r� ��€�" z��'i��": �,. `� P�% a���s�x�°"3�"'���`•Y$"� �.�€���: � ca��il�, �a.��°�s���t� ��s ��t�t"s� i_�� tii��, �. ��, iF�aY ��i���� �t�� ��a�4�3�� �i�c.�d �����; a�aa- �a�7y ca� �83s� �i���r'� ����rt��, ��s�+��€Si�a�E��, �rr :���aa&�� i� li�u�:s� an the N.J. }�eparff?�enf. af the Treasury„s lisf c�fi �;ntif.ies cietcrrr�in�cf ta be eiiqag�:d in �7r�hiiai�ed ��c�ivities in Iran pursuant tc� [�.L. �ai2; c. 25 („Gt�a{�t�r 25 L.ist"}. i further ctr#ify th�t I�m the ��rson Ii�ter2 al�ove, ar I am an aific�r c�r repre��ntaiive or t{�re entity fi�ted aP�ov� anc� �rrt �i�thoriz�:d 2c� make this c�r�ifiica�ion nn afs h�h�if. ��ikQ ,�Cip ��r'� ��n� �'s�� �rs� �:€ss�pt��� fh� E:���Ffa���8car� ��9��. ��� ___ � �� ������i€� �ca c��r�€�'y �� ��a�v� k����€��� �&se �td��r ��-a�iir�r p��,� �r snirae�� c�# ai� ���s��s, :��.a9a�a�i�s�i��, �� ���ids"a��� i� �i���ci �a�€ �k��� d��;��p°�a����s2'w ��aag�8��� �� �i�Y. � �!� pr�av6r�� � s���al��:c�� ���a.or�t� �n� �Zr��;�:�� d���si�s����a �r�' `���a� ��iat�s�t�� in P��t � k��3�� �o�t� ��c�� ��c� �ut�s{�9�t� �:��� ��r��i��tii�ac� ���ex��r. Failure to pr,avid�_s��c11 uvill resuit in YI���ro�lc��al_��1.�!�_r��de�ecl �s_r�ur�_ r��p�ansiv_� �nd ap�S��a�riatQ penaifiies, fn�� andlor sanetians wili be as5�sse� �s pr�videc! �y io-�vr. �6�a����_�: �'�.����": ��g��l��3�� � E,i�7'��F� a6��E���,�'�&�4� w��.��'�Y� �'�i �P��f��� a'��`��:3��'� ���'S��°�'9�"� �� ���.i�§ `tc�u rr�u:,t �rovtci� �; d�f�aiir�d, acc�Erat� ��id �;rec's�� tiescri�rti�n o3 tl�ie act'tviti�s of the laid�linq persari/c�nYi�y, or �r4� ar its pa!-���rt;a, st?bsit�i�ries c�r� a�iliates, �r7c�aging ir� the ir�ve �tment �ctivsti�s in �ra�� outiin�d ��ov�: Pay c;cm��iPtirag the k�oRes belc�w. �.��i-3 ��3� �'��P.�. ���(���"f "��� i°C.� E��C.�'��l�� i���s i�f�'°C`�C�� �E�.�i'6�� �'� �'FB�,�,��:)�'�:. �3..1���'���l:a. �"t„��:a� F'€������k�: `�€���€�s�t��JC�� ���l�f���'�'f� �f�t�3� �.lt�:�'�'8��. €�'�'e�iy��g�V�g�� l�t�q �i�a��� p;g���p��`k"Ept�P�B�[. ��iT"�:B��, ��i��� Tl�� ",��i� �a,�� ��l.'�€`"t'��':3�°��l.. T4�r� 1 7 N� i/�� �AY G 4i i. �r X�� A•9� EQAi Y, P��C�ti�� C��scripfiion a�Activities �1ut�t�c�n �f Enga��;ment C�it�dE.rlt?i�cror Gan��cfi i�d�n�e i'��ia�iranship fo Bidcf�r/t7f�Erar Antici�at���i Cess�tio�i �Jai� �'c,r�1�c�:1'f�one t�umber t�cr-�iFic��icr�: i, �3ev�y d��,� sr�rcrre� u�ar� any a�fh, h���b�r r�pees.er�t a€�c# s�ata'ch�� ��e �orre#�e�in�g i�rt�a�rsaa€��•rr �r�€� �r�� �¢�chrn�:;��� �hs;r�Y� ts� �iac� ��a�;s� o�' r�K�sy E������sd�o are kesae �nd ca�ag�4�e�. d a24�:s4 49��� i���; ��s��a��iz�d �a� �:x�c�a�� �➢�is c�:rii�i�a�i�r�e� vc�a b�F��aif �.a( ffsr� ��aavm-ra�s�E��nce� p�rse�a� �a� �n�ity. �'',. �cG��rrsbvlecig� t��ii fh� r��f� �f P��e�r .J�s°�e��r ia� r�Byis�� �r� i�tt ir���art�a�eicar� �;car�k�iet�ei &a�Y�ira �a�c� @#�e�e��r acEctsz�vas6�dy�: th�� 9�ss� ur�c@ar � c:�a��6�ruis�€;; nk�lic�a,4i�t� �cceyn Y�� a�i� o� �has c�;a�'s�icafieasa fhrau�4� £4�� cerarspl�t`sc+rr �f anp c�sn�w�cY� a�Ith �h� ���e �ce e�ts�eryt �h� z�i:� ias a�t�aYir�g c�� any cFr�n€��� to �l��I �zrs:�w��s c�� 6�fi�rrc��#ior� ian�a€�t�cd �h�reiea. 9 a��re�eavu�Fd�� th�t 3�rro ��u�r� fi.h�� ig i� � cria����a�i ��`�s��� Yss rr�a�ta :� €a9a� �Y���:m��€& ar ra�is�ep�•��e�n��ia� in� ii�'ss �¢:r�i�ir.�aiio��, �e�ad ff 1€�a s�a, i rs�cera�r�n�¢� f:h�� i a�re s€tbject tra �rarraina� �sro��:c�ati�n �sr�d�r �3s� &�a+� ��aa� ���a� ii: vuit9 �t�a r,aass�igt�C� a earak�ed�d �r��ch r,i r�ry a�re�r�s�rs�(�) wikh �s�e ��Be rs'r �etr�e .��r�t�� �nr3 t��� tiha� ;`s���6 ai i4� optican a�aay cf�cl�r� �ray �tantv�cfi�s} o��s�ulting� fia�eirrr� thi� c�a�fic��¢c�ra �rzic� �sat� ta i��rti'�aa-c�::.ab4c. ��ilf tv�srr;> tPfi�Er,c�: Andrew R. Bergholz 5ic��j��;ut•�: � �� I �i{re��: f�resident and Owner -- � �- C�aee: �� � � t; l 1�-� e�i�� � �Z�-� � L ��i`� ���i�.0 � � OMNIA PARTNER� EXHIBITS EXHIBIT G- NEW JERSEY BUSINESS COMPLIANCE DOC #7 I�TEVtr �ERSEY BUSINESS REGISTRA.TIOI�T C�R`T'IFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jers�y nlust submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Otferor from offering products or services in New Jersey through any resulting contract. http://www.state.nj_,us/treasurv/revenue/fonns/i�j reg1pdf � � r.��~,�.TC� ��:�t.� �-`=� �� �.�4-��. NEW JERSEYDEPARTMENT OF THE TREASURY DIVISION OF REVENUE AND ENTERPRLS'E SER VICES CERTIFICATE OFAUTHORITY TRAFFICAND PARI�ING CONTROL CORPORA'IION 04007U2289 The above-named FOREIGN FOR-PROFIT CORPORATION was duly filed in accordance with New Jersey state law on 11/13/2014 and was assigned ia'entification number 0400702289. Following are the articles that constitute its original certificate. 1. Name. TRAFFIC AND PARKING CONTROL CORPORATION 2. Registered Agent: INCORP SERVICES, INC. 3. Registered Office: 208 WEST STATE STREET TRENTON, NJ 08608 1002 4. Business Purpose: DISTRIBUTION OF TRAFFIC AND PARKING PRODUCTS 5. Tncorporated Under the Laws of: WISCONSIN on 04/01/1961 6. Main Business Address: 5100 W. BROWN DEER RD. BROWN DEER , WI 53223 Signatures: ANDREW BERGHOLZ ( ".' � F. W �rn V TH�% S'T,�� � � IN TESTIMONY WHEREOF, 1 have hereunto set m,y hand and affixed my Offrcicrl Sea! al Trenton, dhis 13t1� cfa>> of November, 20/4 � r \ � Andrew P Sidn�non-Erisroff State Trensurei- Ceirtification# I 34 ( 92442 Verify this certiticate at https://www I. stlte. nj. us/TYTR_Standi ngCert/J S PN erify_Cert.j sp Page 1 of I ��,� ��•..��czd ��4�c-�� �� �Tc� �-a4�I.� OMNIA PARTNERS EXHIBITS EXHIBIT H- OMNIA PARTNERS ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following public agencies and political subdivisions of the referenced public agencies aze eligible to register with OMNIA Partners and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing request for proposals for purposes of complying with the procedural requirements of said statutes: Nationwide: Certain Public Agencies and Political Subdivisions: CITIES. TOWNS, VILLAGES AND BOROUGHS INCLUDING BUT NOT LINIITED TO: BAKER CITY GOLF COURSE, OR CITY OF ADAIR VILLAGE, OR CITY OF ASHLAND, OR CITY OF AUMSVILLE, OR CITY OF AURORA, OR CITY OF BAKER, OR CITY OF BATON ROUGE, LA CITY OF BEAVERTON, OR CITY OF BEND, OR CITY OF BOARDMAN, OR CITY OF BONANAZA, OR CITY OF BOSSIER CITY, LA CITY OF BROOKINGS, OR CITY OF BURNS, OR CITY OF CANBY, OR CITY OF CANYONVILLE, OR CITY OF CLATSKANIE, OR CITY OF COBURG, OR CITY OF CONDON, OR CITY OF COQUILLE, OR CITY OF CORVALLI, OR CITY OF CORVALLIS PARKS AND RECREATION DEPARTMENT, OR CITY OF COTTAGE GROVE, OR CITY OF DONALD, OR CITY OF EUGENE, OR CITY OF FOREST GROVE, OR CITY OF GOLD HILL, OR CITY OF GRANTS PASS, OR CITY OF GRESHAM, OR CITY OF HILLSBORO, OR CITY OF INDEPENDENCE, OR CITY AND COUNTY OF HONOLULU, HI CITY OF KENNER, LA CITY OF LA GRANDE, OR CITY OF LAFAYETTE, LA CITY OF LAKE CHARLES, OR CITY OF LEBANON, OR CITY OF MCMINNVILLE, OR CITY OF MEDFORD, OR CITY OF METAIRIE, LA CITY OF MILL CIT'Y, OR CITY OF MILWAUKIE, OR CITY OF MONROE, LA CITY OF MOSIER, OR CITY OF NEW ORLEANS, LA CITY OF NORTH PLAINS, OR CITY OF OREGON CITY, OR CITY OF PILOT ROCK, OR CITY OF PORTLAND, OR CITY OF POWERS, OR CITY OF PRINEVILLE, OR CITY OF REDMOND, OR CITY OF REEDSPORT, OR CITY OF RIDDLE, OR CITY OF ROGUE RIVER, OR CITY OF ROSEBURG, OR CITY OF SALEM, OR CITY OF SANDY, OR CITY OF SCAPPOOSE, OR CITY OF SHADY COVE, OR CITY OF SHERWOOD, OR CITY OF SHREVEPORT, LA CITY OF SILVERTON, OR CITY OF SPRINGFIELD, OR CITY OF ST. HELENS, OR CITY OF ST. PAUL, OR CITY OF SULPHiJR, LA CITY OF TIGARD, OR CITY OF TROUTDALE, OR CITY OF TUALATIN, OR CITY OF WALKER, LA CITY OF WARRENTON, OR CITY OF WEST LINN, OR Lists of political subdivisions and local governments in the above referenced states / districts may be found at http:1/�wvw.usa.�ov/Aeencies/State and Territoriesshtml and https://www.usa.eov/local-governments. CITY OF WILSONVILLE, OR CITY OF WINSTON, OR CITY OF WOODBURN, OR LEAGUE OF OREGON CITES THE CITY OF HAPPY VALLEY OREGON ALPINE, UT ALTA, UT ALTAMONT, UT ALTON,UT AMALGA,UT AMERICAN FORK CITY, UT ANNABELLA,UT ANTIMONY, UT APPLE VALLEY, UT AURORA,UT BALLARD,UT BEAR RIVER CITY, UT BEAVER,UT BICKNELL, UT BIG WATER, UT BLANDING, UT BLUFFDALE,UT BOULDER,UT CITY OF BOUNTIFUL, UT BRIAN HEAD, UT BRIGIIAM CITY CORPORATION, UT BRYCE CANYON CITY, UT CANNONVILLE, UT CASTLE DALE, UT CASTLE VALLEY, UT CITY OF CEDAR CITY, UT CEDAR FORT, UT CITY OF CEDAR HILLS, UT CENTERFIELD, UT CENTERVILLE CITY CORPORATION, UT CENTRAL VALLEY, UT CI-IARLESTON, UT CIRCLEVILLE, UT CLARKSTON,UT CLAWSON, UT CLEARFIELD, UT CLEVELAND,UT CLINTON CITY CORPORATION, UT COALVILLE, UT CORINNE, UT COItNISH, UT COTTONWOOD HEIGHTS, UT DAIVIEL, UT DELTA,UT DEWEYVILLE, UT DRAPER CITY, UT DUCHESNE, UT EAGLE MOUNTAIN, UT EAST CARBON, UT ELK RIDGE, UT ELMO, UT ELSINORE, UT ELWOOD, UT EMERY,UT ENOCH,UT ENTERPRISE, UT EPHRAIM, UT ESCALANTE, UT EUREKA,UT FAIRFIELD, UT FAIRVIEW, UT FARMINGTON, UT FARR WEST, UT FAYETTE, UT FERRON, UT FIELDING, UT FILLMORE, UT FOUNTAIN GREEN, UT FRANCIS, UT FRUIT HEIGHTS, UT GARDEN CITY, UT GARLAND,UT GENOLA,UT GLENDALE,UT GLENWOOD, UT GOSHEN,UT GRANTSVILLE, UT GREEN RIVER, UT GiJNNISON, UT HANKSVILLE, UT HARRISVILLE, UT HATCH, UT HEBER CITY CORPORATION, UT HELPER, UT HENEFER, UT HENRIEVILLE, UT HERRIMAN, UT HIDEOUT, UT HIGHLAND, UT HILDALE, UT HINCKLEY, UT HOLDEN,UT HOLLADAY,UT HONEYVILLE, UT HOOPER,UT HOWELL, UT HUNTINGTON, UT HUNTSVILLE, UT CITY OF HURRICANE, UT HYDEPARK,UT HYRLTM, UT INDEPENDENCE, UT IVINS, UT JOSEPH, UT JiINCTION, UT KAMAS, UT KANAB, UT - KANARRAVILLE, UT KANOSH,UT KAYSVILLE, UT KINGSTON, UT KOOSHAREM,UT LAKETOWN, UT LA VERKIN, UT LAYTON,UT LEAMINGTON, UT LEEDS, UT LEHI CITY CORPORATION, UT LEVAN, UT LEWISTON, UT LINDON, UT LOA, UT LOGAN CITY, UT LYMAN, UT LI'NNDYL, UT MANILA, UT MANTI, UT MANTUA,UT MAPLETON, UT MARRIOTT-SLATERVILLE, UT MARYSVALE,UT MAYFIELD, UT SCOFIELD, UT MEADOW, UT SIGURD, UT MENDON, UT SMITHFIELD, UT MIDVALE CITY INC., UT SNOWVILLE, UT MIDWAY, UT CITY OF SOUTH JORDAN, UT MILFORD, UT SOUTH OGDEN, UT MILLVILLE, UT CITY OF SOUTH SALT LAKE, UT MINERSVILLE, UT SOUTH WEBER, UT MOAB, UT SPANISH FORK, UT MONA, UT SPRING CITY, UT MONROE, UT SPRINGDALE, UT CITY OF MONTICELLO, UT SPRINGVILLE, UT MORGAN, UT STERLING, UT MORONI,UT STOCKTON,UT MOUNT PLEASANT, UT SiJNNYSIDE, UT MURRAY CITY CORPORATION, UT SL]NSET CITY CORP, UT MYTON, UT SYRACUSE, UT NAPLES, UT TABIONA, UT NEPHI, UT CITY OF TAYLORSVILLE, UT NEW HARMONY, UT TOOELE CITY CORPORATION, UT NEWTON, UT TOQUERVILLE, UT MBLEY, UT TORREY, UT NORTH LOGAN, UT TREMONTON CITY, UT NORTH OGDEN, UT TRENTON, UT NORTH 3ALT LAKE CITY, UT TROPIC, UT OAK CITY, UT UINTAH, UT OAKLEY, UT VERNAL CITY, UT OGDEN CITY CORPORATION, UT VERNON, UT OPHIR, UT VINEYARD, UT ORANGEVILLE, UT VIRGIN, UT ORDERVILLE, UT WALES, UT OREM, UT WALLSBURG, UT PANGUITCH, UT WASHINGTON CITY, UT PARADISE, UT WASHINGTON TERRACE, UT PARAGONAH, UT WELLINGTON, UT PARK CITY, UT WELLSVILLE, UT PAROWAN, UT WENDOVER, UT PAYSON, UT WEST BOUNTIFUL, UT PERRY, UT WEST HAVEN, UT PLAIN CITY, UT WEST JORDAN, UT PLEASANT GROVE CITY, UT WEST POINT, UT PLEASANT VIEW, UT WEST VALLEY CITY, UT PLYMOUTH, UT WILLARD, UT PORTAGE, UT WOODLAND HILLS, UT PRICE, UT WOODRUFF, UT PROVIDENCE, UT WOODS CROSS, UT PROVO, UT RANDOLPH, UT COUNTIES AND PARISHES INCLUDING BUT NOT REDMOND, UT LINIITED TO: RICHFIELD, UT ASCENSION PARISH, LA RICHMOND, UT ASCENSION PARISH, LA, CLEAR OF COURT RIVERDALE, UT CADDO PARISH, LA RIVER HEIGHTS, UT CALCASIEU PARISH, LA RIVERTON CITY, UT CALCASIEU PARISH SHERIFF'S OFFICE, LA ROCKVILLE, UT CITY AND COUNTY OF HONOLULU, HI ROCKY RIDGE, UT CLACKAMAS COUNTY, OR ROOSEVELT CITY CORPORATION, UT CLACKAMAS COUNTY DEPT OF TRANSPORTATION, ROY, UT OR RUSH VALLEY, UT CLATSOP COUNTY, OR CITY OF ST. GEORGE, UT COLUMBIA COUNTY, OR SALEM, UT COOS COUNTY, OR SALINA, UT COOS COUNTY HIGHWAY DEPARTMENT, OR SALT LAKE CITY CORPORATION, UT COUNTY OF HAWAII, OR SANDY, UT CROOK COUNTY, OR SANTA CLARA, UT CROOK COUNTY ROAD DEPARTMENT, OR SANTAQUIN, UT CURRY COUNTY, OR SARATOGA SPRINGS, UT DESCHLITES COUNTY, OR SCIPIO, UT DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COLTNTY, HI HOOD RIVER COUNTY, OR JACKSON COUNTY, OR JEFFERSON COLTNTY, OR JEFFERSON PARISH, LA JOSEPffiNE COUNTY GOVERNMENT, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA LAFAYETTE PARISH, LA LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION LAFOURCHE PARISH, LA KAUAI COUNTY, HI KLAMATH COUNTY, OR LAKE COUNTY, OR LANE COUNTY, OR LINCOLN COUNTY, OR LINN COUNTY, OR LIVINGSTON PARISH, LA MALHEUR COUNTY, OR MAUI COUNTY, HI MARION COLJNTY, SALEM, OR MORROW COUNTY, OR MULTNOMAH COUNTY, OR MULTNOMAH COUNTY BUSINESS AND COMMUNITY SERVICES, OR MiJI,TNOMAH COUNTY SHERIFFS OFFICE, OR MUI,TNOMAH LAW LIBRARY, OR ORLEANS PARISH, LA PLAQUEMINES PARISH, LA POLK COUNTY, OR RAPIDES PARISH, LA SAINT CI-IARI,ES PARISH, LA SAINT CHARLES PARISH PUBLIC SCHOOLS, LA SAINT LANDRY PARISH, LA SA1NT TAMMANY PARISH, LA SHERMAN COLTNTY, OR TERREBONNE PARISH, LA TILLAMOOK COUNTY, OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR TILLAMOOK COUNTY GENERAL HOSPITAL, OR UMATILLA COUNTY, OR iJNION COUNTY, OR WALLOWA COUNTY, OR WASCO COUNTY, OR WASHINGTON COUNTY, OR WEST BATON ROUGE PARISH, LA WIIEELER COUNTY, OR YAMIIILL COUNTY, OR COUNTY OF BOX ELDER, UT COUNTY OF CACHE, UT COUNTY OF RICH, UT COUNTY OF WEBER, UT COUNTY OF MORGAN, UT COUNTY OF DAVIS, UT COUNTY OF SUMMIT, UT COUNTY OF DAGGETT, UT COUNTY OF SALT LAKE, UT COUNTY OF TOOELE, UT COUNTY OF UTAH, UT COUNTY OF WASATCH, UT COUNTY OF DUCHESNE, UT COUNTY OF UINTAH, UT COUNTY OF CARBON, UT COUNTY OF SANPETE, UT COUNTY OF NAB, UT COUNTY OF MII.LARD, UT COUNTY OF SEVIER, UT COUNTY OF EMERY, UT COUNTY OF GRAND, UT COUNTY OF BEVER, UT COUNTY OF PNTE, UT COUNTY OF WAYNE, UT COUNTY OF SAN NAN, UT COLTNTY OF GARFIELD, UT COUNTY OF KANE, UT COUNTY OF IRON, UT COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS. BOARDS. DISTRICTS. COMII�SSIONS. COiJNCILS. PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES. RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: BANKS FIRE DISTRICT, OR BATON ROUGE WATER COMPANY BEND METRO PARK AND RECREATION DISTRICT BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA BOARDMAN PARK AND RECREATION DISTRICT CENTRAL CITY ECONOMIC OPPORTiINITY CORP, LA CENTRAL OREGON INTERGOVERNMENTAL COUNCIL CITY OF BOGALUSA SCHOOL BOARD, LA CLACKAMAS RIVER WATER CLATSKANIE PEOPLE'S UTILITY DISTRICT CLEAN WATER SERVICES CONFEDERATED TRIBES OF THE UMATILLA INDIAN RESERVA'I'ION COOS FOREST PROTECTIVE ASSOCIATION CHEHALEM PARK AND RECREATION DISTRICT DAVID CROCKETT STEAM FIRE COMPANY # 1, LA EUGENE WATER AND ELECTRIC BOARD HONOLULU INTERNATIONAL AIRPORT HOODLAND FIRE DISTRICT #74 HOUSING AUTHORITY OF PORTLAND ILLINOIS VALLEY FIRE DISTRICT LAFAYETTE AIRPORT COMMISSION, LA LAFOURCHE PARISH HEALTH UNIT - DHH-OPH REGION 3 LOUISIANA PUBLIC SERVICE COMMISSION, LA LOUISIANA WATER WORKS MEDFORD WATER COMIVIISSION MELHEUR COUNTY JAIL, OR METRO REGIONAL GOVERNMENT METRO REGIONAL PARKS METROPOLITAN EXPOSITION RECREATION COMNIISSION METROPOLITAN SERVICE DISTRICT (METRO) Mi.JLTNOMAH EDUCATION SERVICE DISTRICT NEW ORLEANS REDEVELOPMENT AUTHORITY, LA NORTHEAST OREGON HOUSING AUTHORITY, OR PORT OF BRANDON, OR PORT OF MORGAN CITY, LA PORTLAND DEVELOPMENT COMMISSION, OR PORTLAND FIRE AND RESCUE PORTLAND HOUSING CENTER, OR OREGON COAST COMMUNITY ACTION OREGON HOUSING AND COMMtTNITY SERVICES OREGON LEGISLATIVE ADMINISTRATION ROGUE VALLEY SEWER, OR SAINT LANDRY PARISH TOURIST COMMISSION SAINT MARY PARISH REC DISTRICT 2 SAINT MARY PARISH REC DISTRICT 3 SAINT TAMMANY FIRE DISTRICT 4, LA SALEM MASS TRANSIT DISTRICT SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA SOUTH LAFOURCHE LEVEE DISTRICT, LA TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY WATER DISTRICT WILLAMALANE PARK AND RECREATION DISTRICT WILLAMETTE HLTMANE SOCIETY K-12 INCLUDING BUT NOT LIMITED TO: ACADIA PARISH SCHOOL BOARD BEAVERTON SCHOOL DISTRICT BEND-LA PINE SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA BOSSIER PARISH SCHOOL BOARD BROOKING HARBOR SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT CANBY SCHOOL DISTRICT CANYONVILLE CHRISTIAN ACADEMY CASCADE SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON CENTENNIAL SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL CENTRAL POINT SCHOOL DISTRICT N0.6 CENTRAL SCHOOL DISTRICT 13J COOS BAY SCHOOL DISTRICT N0.9 CORVALLIS SCHOOL DISTRICT 509J COUNTY OF YAMIIILL SCHOOL DISTRICT 29 CULVER SCHOOL DISTRICT DALLAS SCHOOL DISTRICT N0.2 DAVID DOUGLAS SCHOOL DISTRICT DAYTON SCHOOL DISTRICT N0.8 DB LA SALLE N CATHOLIC HS DESCHi1TE5 COUNTY SCHOOL DISTRICT N0.6 DOUGLAS EDUCATIONAL DISTRICT SERVICE DUFUR SCHOOL DISTRICTN0.29 EAST BATON ROUGE PARISH SCHOOL DISTRICT ESTACADA SCHOOL DISTRICT NO.IOB FOREST GROVE SCHOOL DISTRICT GEORGE MIDDLE SCHOOL GLADSTONE SCHOOL DISTRICT GRANTS PASS SCHOOL DISTRICT 7 GREATER ALBANY PUBLIC SCHOOL DISTRICT GRESI-IAM BARLOW JOINT SCHOOL DISTRICT HEAD START OF LANE COUNTY HIGH DESERT EDUCATION SERVICE DISTRICT HILLSBORO SCHOOL DISTRICT HOOD RIVER COUNTY SCHOOL DISTRICT JACKSON CO SCHOOL DIST N0.9 JEFFERSON COLTNTY SCHOOL DISTRICT 509-J JEFFERSON PARISH SCHOOL DISTRICT JEFFERSON SCHOOL DISTRICT NNCTION CITY SCHOOLS, OR KLAMATH COUNTY SCHOOL DISTRICT KLAMATH FALLS CITY SCHOOLS LAFAYETTE PARISH SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J LANE COUNTY SCHOOL DISTRICT 4J LINCOLN COUNTY SCHOOL DISTRICT LINN CO. SCHOOL DIST. 95C LIVINGSTON PARISH SCHOOL DISTRICT LOST RIVER JR/SR HIGH SCHOOL LOWELL SCHOOL DISTRICT N0.71 MARION COUNTY SCHOOL DISTRICT MARION COUNTY SCHOOL DISTRICT 103 MARIST HIGH SCHOOL, OR MCMINNVILLE SCHOOL DISTRICT NOAO MEDFORD SCHOOL DISTRICT 549C MITCH CHARTER SCHOOL MONROE SCHOOL DISTRICT NO.1J MORROW COUNTY SCHOOL DIST, OR MLJLTNOMAH EDUCATION SERVICE DISTRICT MLII.TISENSORY LEARNING ACADEMY MYRTLE PINT SCHOOL DISTRICT 41 NEAH-KAH-IVIE DISTRICT N0.56 NEWBERG PUBLIC SCHOOLS NESTUCCA VALLEY SCHOOL DISTRICT NO.101 NOBEL LEARNING COMMLINITIES NORTH BEND SCHOOL DISTRICT 13 NORTH CLACKAMAS SCHOOL DISTRICT NORTH DOUGLAS SCHOOL DISTRICT NORTH WASCO CITY SCHOOL DISTRICT 21 NORTI-IWEST REGIONAL EDUCATION SERVICE DISTRICT ONTARIO MIDDLE SCHOOL OREGON TRAIL SCHOOL DISTRICT NOA6 ORLEANS PARISH SCHOOL DISTRICT PHOErTIX-TALENT SCHOOL DISTRICT NOA PLEASANT HILL SCHOOL DISTRICT PORTLAND JEWISH ACADEMY PORTLAND PUBLIC SCHOOLS RAPIDES PARISH SCHOOL DISTRICT REDMOND SCHOOL DISTRICT REYNOLDS SCHOOL DISTRICT ROGUE RIVER SCHOOL DISTRICT ROSEBURG PUBLIC SCHOOLS SCAPPOOSE SCHOOL DISTRICT 1J SAINT TAMMANY PARISH SCHOOL BOARD, LA SEASIDE SCHOOL DISTRICT 10 SHERWOOD SCHOOL DISTRICT 88J SILVER FALLS SCHOOL DISTRICT 4J SOUTH LANE SCHOOL DISTRICT 45J3 SOUTI�RN OREGON EDUCATION SERVICE DISTRICT - - SPRINGFIELD PUBLIC SCHOOLS SUTHERLIN SCHOOL DISTRICT SWEET HOME SCHOOL DISTRICT NO.55 TERREBONNE PARISH SCHOOL DISTRICT THE CATLIN GABEL SCHOOL TIGARD-TUALATIN SCHOOL DISTRICT UMATILLA MORROW ESD WEST LINN WILSONVILLE SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT WOODBURN SCHOOL DISTRICT YONCALLA SCHOOL DISTRICT ACADEMY FOR MATH ENGINEERING & SCIENCE (AMES) , UT ALIANZA ACADEMY , UT ALPINE DISTRICT , UT AMERICAN LEADERSHIP ACADEMY , UT AMERICAN PREPARATORY ACADEMY , UT BAER CANYON HIGH SCHOOL FOR SPORTS & MEDICAL SCIENCES , UT BEAR RIVER CIIARTER SCHOOL , UT BEAVER SCHOOL DISTRICT , UT BEEHIVE SCIENCE & TECHNOLOGY ACADEMY (BSTA) , UT BOX ELDER SCHOOL DISTRICT , UT CBA CENTER,UT CACHE SCHOOL DISTRICT , UT CANYON RIM ACADEMY , UT CANYONS DISTRICT , UT CARBON SCHOOL DISTRICT , UT CHAIdNING HALL , UT CHARTER SCHOOL LEWIS ACADEMY , UT CITY ACADEMY , UT DAGGETT SCHOOL DISTRICT , UT DAVINCI ACADEMY , UT DAVIS DISTRICT , UT DUAL IMMERSION ACADEMY , UT DUCHESNE SCHOOL DISTRICT , UT EARLY LIGHT ACADEMY AT DAYBREAK , UT EAST HOLLYWOOD HIGH , UT EDITH BOWEN LABORATORY SCHOOL , UT EMERSON ALCOTT ACADEMY , UT EMERY SCHOOL DISTRICT , UT ENTHEOSACADEMY,UT EXCELSIOR ACADEMY , UT FAST FORWARD HIGH , UT FREEDOM ACADEMY , UT GARFIELD SCHOOL DISTRICT , UT GATEWAY PREPARATORY ACADEMY , UT GEORGE WASHINGTON ACADEMY , UT GOOD FOUNDATION ACADEMY , UT GRAND SCHOOL DISTRICT , UT GRANITE DISTRICT , UT GUADALUPESCHOOL,UT HAWTHORN ACADEMY , UT INTECH COLLEGIATE HIGH SCHOOL , UT IRON SCHOOL DISTRICT , UT ITINERIS EARLY COLLEGE HIGH , UT JOHN HANCOCK CHARTER SCHOOL , UT JORDAN DISTRICT , UT NAB SCHOOL DISTRICT , UT KANE SCHOOL DISTRICT , UT KARL G MAESER PREPARATORY ACADEMY , UT LAKEVIEW ACADEMY , UT LEGACY PREPARATORY ACADEMY , UT LIBERTY ACADEMY , UT LINCOLN ACADEMY , UT LOGAN SCHOOL DISTRICT , UT MARIA MONTESSORI ACADEMY , UT - MERIT COLLEGE PREPARATORY ACADEMY , UT MILLARD SCHOOL DISTRICT , UT MOAB CHARTER SCHOOL , UT MONTICELLO ACADEMY , UT MORGAN SCHOOL DISTRICT , UT MOUNTAINVILLE ACADEMY , UT MURRAY SCHOOL DISTRICT , UT NAVIGATOR POINTE ACADEMY , UT NEBO SCHOOL DISTRICT , UT NO UT ACAD FOR MATH ENGINEERING & SCIENCE (NLTAMES) , UT NOAH WEBSTER ACADEMY , UT NORTH DAVIS PREPARATORY ACADEMY , UT NORTH SANPETE SCHOOL DISTRICT , UT NORTH STAR ACADEMY , UT NORTH SUMMIT SCHOOL DISTRICT , UT ODYSSEY CHARTER SCHOOL , UT OGDEN PREPARATORY ACADEMY , UT OGDEN SCHOOL DISTRICT , UT OPEN CLASSROOM , UT OPEN HIGH SCHOOL OF UTAH , UT OQUIRRH MOUNTAIN CHARTER SCHOOL , UT PARADIGM HIGH SCHOOL , UT PARK CITY SCHOOL DISTRICT , UT PINNACLE CANYON ACADEMY , UT PIUTE SCHOOL DISTRICT , UT PROVIDENCE HALL , UT PROVO SCHOOL DISTRICT , UT QUAIL RUN PRIMARY SCHOOL , UT QUEST ACADEMY , UT RANCHESACADEMY,UT REAGAN ACADEMY , UT RENAISSANCE ACADEMY , UT RICH SCHOOL DISTRICT , UT ROCKWELL CHARTER HIGH SCHOOL , UT SALT LAKE ARTS ACADEMY , UT SALT LAKE CENTER FOR SCIENCE EDUCATION, UT SALT LAKE SCHOOL DISTRICT , UT SALT LAKE SCHOOL FOR THE PERFORMING ARTS, UT SAN JUAN SCHOOL DISTRICT , UT SEVIER SCHOOL DISTRICT , UT SOLDIER HOLLOW CHARTER SCHOOL , UT SOUTH SANPETE SCHOOL DISTRICT , UT SOUTH SUMMIT SCHOOL DISTRICT , UT SPECTRUM ACADEMY , UT SUCCESS ACADEMY , UT SUCCESS SCHOOL , UT S[JMMIT ACADEMY , UT SUMNIIT ACADEMY HIGH SCHOOL , UT SYRACUSE ARTS ACADEMY , UT THOMASEDISON-NORTH,UT TTMPANOGOS ACADEMY , UT TINTIC SCHOOL DISTRICT , UT TOOELE SCHOOL DISTRICT , UT TUACAHN HIGH SCHOOL FOR THE PERFORMING ARTS,UT UINTAH RIVER HIGH , UT UINTAH SCHOOL DISTRICT , UT UTAH CONNECTIONS ACADEMY , UT UTAH COUNTY ACADEMY OF SCIENCE , UT UTAH ELECTROr1IC HIGH SCHOOL , UT UTAH SCHOOLS FOR DEAF & BLIND , UT UTAH STATE OFFICE OF EDUCATION , UT UTAH VIRTUAL ACADEMY , UT VENTURE ACADEMY , UT VISTA AT ENTRADA SCHOOL OF PERFORMING ARTS AND TECHNOLOGY , UT WALDEN SCHOOL OF LIBERAL ARTS , UT WASATCH PEAK ACADEMY , UT WASATCH SCHOOL DISTRICT , UT WASHINGTON SCHOOL DISTRICT , UT WAYNE SCHOOL DISTRICT , UT WEBER SCHOOL DISTRICT , UT WEILENMANN SCHOOL OF DISCOVERY , UT HIGHER EDUCATION ARGOSY UAIIVERSITY BATON ROUGE COMMiJNITY COLLEGE, LA BIRTHINGWAY COLLEGE OF MIDWIFERY BLUE MOUNTAIN CONIMUNITY COLLEGE BRIGHAM YOUNG LINIVERSITY - HAWAII CENTRAL OREGON COMMUNITY COLLEGE CENTENARY COLLEGE OF LOUISIANA CHEMEKETA COMMUNITY COLLEGE CLACKAMAS COMMUNITY COLLEGE COLLEGE OF THE MARSHALL ISLANDS COLUMBIA GORGE COMMLJNITY COLLEGE CONCORDIA iJNIVERSITY GEORGE FOX iJNIVERSITY KLAMATH COMMUNITY COLLEGE DISTRICT LANE COMMLTNITY COLLEGE LEWI5 AND CLARK COLLEGE LINFIELD COLLEGE LINN-BENTON COMMDNITY COLLEGE LOLTISIANA COLLEGE, LA LOUISIANA STATE iJNIVERSITY LOUISIANA STATE iJNIVERSITY HEALTH.SERVICES MARYLHURST UNIVERSITY MT. HOOD COMMUNITY COLLEGE MUI,TNOMAH BIBLE COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE NORTf1WEST CHRISTIAN COLLEGE OREGON HEALTH AND SCIENCE LJNIVERSITY OREGON INSTITUTE OF TECHNOLOGY OREGON STATE iJNIVERSITY OREGON iJNIVERSITY SYSTEM PACIFIC UMVERSITY PIONEER PACIFIC COLLEGE PORTLAND CONIMLJNITY COLLEGE PORTLAND STATE iJNIVERSITY REED COLLEGE RESEARCH CORPORATION OF THE LJNIVERSITY OF HAWAII ROGUE COMMi.1NITY COLLEGE SOUTI�ASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON iJNIVERSITY (OREGON LJNIVERSITY SYSTEM) SOUTHWESTERN OREGON COMMIJNITY COLLEGE TULANE iJNIVERSITY TILLAMOOK BAY COMMiJNITY COLLEGE UMPQUA COMNIUNITY COLLEGE UNIVERSITY OF HAWAII BOARD OF REGENTS iINIVERSITY OF HAWAII-HONOLULU COMMUNITY COLLEGE iJNIVERSITY OF OREGON-GRADUATE SCHOOL UNIVERSITY OF PORTLAND UNNERSITY OF NEW ORLEANS WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE WILLAMETTE LINIVERSITY XAVIER iJNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION, UT iJNIVERSITY OF UTAH, UT UTAH STATE Ur1IVERSITY, UT WEBER STATE IJNI-VERSITY, UT- - - SOUTHERN UTAH LTNIVERSITY, UT SNOW COLLEGE, UT DIXIE STATE COLLEGE, UT COLLEGE OF EASTERN UTAH, UT UTAH VALLEY iINIVERSITY, UT SALT LAKE COMMiJNITY COLLEGE, UT UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN. SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION OREGON DEPT. OF EDUCATION OREGON LOTTERY OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING OREGON STATE DEPT OF CORRECTIONS OREGON STATE POLICE OREGON TOURISM COMMISSION OREGON TRAVEL INFORMATION COUNCIL SANTIAM CANYON COMMUNICATION CENTER SEIU LOCAL 503, OPEU SOH- NDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE, STATE OF HAWAII STATE OF HAWAII STATE OF HAWAII, DEPT. OF EDUCATION STATE OF LOUISIANA STATE OF LOUISIANA DEPT. OF EDUCATION STATE OF LOLTISIANA, 26TH NDICIAL DISTRICT ATTORNEY STATE OF UTAH t�,�� �� �� � ���� � k ����� � TRAFFIC CONTROL PRODUCTS AND RELATED PRODUCTS AND SEERVICES RFP 2013-100 Attachment B Market Basket Pricing for Evaluation Purposes ) IQote: This pricing is for evaluation purposes only. All pricing must correspond with submitted catalog pricing. If you aze not pricing an item in this Muket Basket, mazk line item as 'No Bid". � ; �.�„ .�, Y . � ��� .,�,, �3 �'�;�� � � _ . . _ � :;�, ' ,._ � � r 1��' � �3`� " ' � �° 3'�°�2 r `�.`- - � .x,. '� �. ,, 4 �� f ; ' � �#'� � :.i �,, ' J ..n . "�� "�P F - . ., ,. '} v"'`� ..,�� �; �'' '� i.. � n �, " .: �:; . , ax^' � �'�' ,.� �"�'�,�,- � ��� ° � �-_5 �,s � �: �p,.��. �aa" ,. r ..a,-. K'TN{ a , , -,�".,�. t�"�5 � �' St^,r, �,'c� '»a � r �,2� � :a �{ EG 3i Bf(Itt i Y I�C a" � `�p � �� � � `�`� .� �,�3 � . "t `4 '+..5*. �. � � U -4v 6g,.�'+tij�,'�7:; t F ��- �. � � ,. �,�"i_" � ' a � -r� - � $; � .,d¢ .�t jz�.., �`3 �, ��r rr 1 � ,$a9' i j.+ - `� `3 ?. ;r � r r tn � nd '�. ��? S,t.s...r��+ � .� . A ,n-t '..�. `�:�. h-, 4 �--,� r �r =; , ��;-.e� -c x-;� i�- �+.'� �"'.�:�� "� .�' z�=.:ar,�r`:� sa � � .�.:� �� - I-: � ; �i�, s ,t�.� • �k q ^ e' ,� �, . F .,f _ r , , i �am�e, r <,, � .< '� ���" dh x ��sk� _ � :e�cctlia L =c . ,,.�� ; �,, ;. ; ..� : r � �� -5�� .� ` = s„> � ___ � ::a tr r � � ti� . �}' ��g = -� (P. ge' . ���� - 1'�v�;:�+� r z��Y� . :._e. ,n !fi'.. �. �. i+:,. t �,:: , ._'.- , � 2,..r ,,,� , -a�«Ze <.it�'�,7� �t- -�., 4�''; r� :� � 3� ::;C.�:� � "�4 S r�e ,.,u. .t� .b2x,se' �.Y�.� �,<�ill'C ..:�: � " ""'� .?,., ....yr . $6-2L Engmeer Grade Ynsmari'h. _ . � z __ ,.5 , . , . . ,. f . < < „ .. � . .. _, .�., ,� ,.t, x, � ,- � _ _ _., z . . ��..�. . ,__ . _..-, ._ ._ , ,. . ,, c Rectangulaz Lane Control Sign, Legend "ONE WAY (left arrow)", 12° Width x 18" Height, Aluminum, Black on White TAPCO Traffic and Pazkin Control Co., Inc. 373-04941 6500 $ 21.15 5% $ 20.09 $ 130,601.25 R2-1 High Intensity Prismaric Rectangulaz Lane Conh�ol Sign, Legend "SPEED LIIvIIT 35", 18" Width x 24" Hei t, Aluminum, Black on White TAPCO Traffic and Pazkin Control Co., Inc. 373-04371 3792 $ 44.15 5% $ 41.94 $ 159,031.98 RS-1 Engineer Grade Prismaric Square Standard Traffic Sign, Legend "DO IQOT ENT'ER", 24" Width x 24" Hei t, Aluminum, Red on White TAPCO Traffic and Parkin Control Co., Inc. 373-00198 2844 $ 47.50 5% $ 45.13 $ 128,324.22 R7-1D Engineer Grade Prismaric Rectangulaz Standard Tr�c Sign, Legend 'NO PARKING ANY TIlvIE (double arrow)", 12" Width x 18" Height, 5052- Alutninum, Red on White TAPCO Traf�ic and Pazkin Control Co., Inc. 373-00213 6500 $ 21.15 5% $ 20.09 $ 130,601.25 R7-8D High Intensity Prismatic Rectangulaz ADA Handicap Sign, Legend "RESERVED PARKING with ADA Handicap Symbol (double arrow)", 12" Width x 18" Hei t, Aluminum, Ctteen/Blue on White TAPCO Traffic and Pazkin Control Co., Inc.) 373-05758 5056 $ 3235 5% $ 30.73 $ 155,369.86 Rl-1 High Intensity Prismatic Octagon Standard Traffic Sign, Legend "STOP", 30" Width x 30° Hei t, 5052-Aluminum, Red on White TAPCO Traffic and Pazkin Control Co., Inc.) 373-01602 2844 $ 89.10 5% $ 84.65 $ 240,709.22 Sheeted Blank, 18"x24"x.080 EGP White, Sin le Faced TAPCO (Traffic and Pazkin Control Co., Inc.) 373-00616 6067 $ 21.95 5% $ 20.85 $ 126,505.17 Ta�c Guazd Portable Double Lane Speed Bump with Delineators and � Reflectors, 10' Len x 4" Width x 3/16" Hei t, Yellow TAPCO (Tr�c and Pazkin Control Co., Inc. 3192-00003 142 $ 695.00 5% $ 660.25 $ 93,87930 Road Cone 18-Inch Hi Visibili Oran e Safe /Traffic Cone TAPCO (Traffic and Parkin Control Co., Inc.) 274-00009 15167 $ 10.50 5% $ 9.98 $ 151,287.50 PVC Traffic Safe Cone, 12-Inch TAPCO Traffic and Pazkin Control Co., Inc. 274-00003 15167 $ 7.95 5% $ 7.55 $ I 14,546.25 Piastic Single Sided Reflective Pavement Mazker, 4" Length x 2" Width, Amber TAPCO Traffic and Pazkin Control Co., Inc. 102208 60667 $ 1.95 5% $ 1.85 $ 112,385.00 V-Loc Tr�c Post Breakaway Concrete Mchor, 1-3/4" Length x 1-3/4" Width S uare Post TAPCO Traffic and Pazkin Control Co., Inc. 034-00031 4136 $ 27.95 5% $ 26.55 $ 109,830.80 Rubber Vehicle Stop with 2 Spikes, 36" Length x 6" Width x 4" Height, Black/Yellow Stri es, For As halt Installarion TAPCO Traffic and Parkin Control Co., Ina 1485-00013 3033 $ 59.95 5% $ 56.95 $ 172,755.92 Temporary Construcrion Reflective Striping Tape, 50 yds Length x 4" Width, White TAPCO (Traffic and Pazkin Control Co., Inc.) 045-00151 1517 $ 84.95 5% $ 80.70 $ 122,398.79 BlinkerBeacon Solaz Flashin LED Red L.ens Beacon, 4-1/2" OD Pole, Black TAPCO � Traffic and Pazldn Control Co., Inc. 2180-BBSRB 51 $ 1,795.00 5% $ 1,70525 $ 86,209.86 Stri er, LineLazer IV 3400 model with 1 Gun, Airless, 4.0 HP Honda En 'ne TAPCO (Tr�c and Pazkin Control Co., Inc.) 245-00001 19 $ 4,490.00 5% $ 4,265.50 $ 79,216.43 i;ineLazer V 200HS Standard Series, Two Guns, TAPCO Traffrc and Pazkin Control Co., Inc.) 115463 9$ 15,700.00 5% $ 14,915.00 $ 135,726.50 LineLazer V 5900 Standard Series, 2 Guns, Mechanical TAPCO (Traffic and Pazkin Control Co., Inc.) 9657456 13 $ 14,590.00 5% $ 13,860.50 $ 180,186.50 Re lacement Ti for Graco Stri er S ra Gun LLT-215 TAPCO (Tr�c and Pazkin Control Co., Ina 245-00024 2528 $ 104.95 5% $ 99.70 $ 252,025.76 Glass Beads, SO lb Bag, WI DOT approved for painting and epoxy, mix with 078-00001 sint to make lines reflecrive TAPCO (Tr�c and Parkin Control Co., Ina 3640 $ 37.95 5% $ 36.05 $ 131,231.10 U-Channel Post - 21bs./f - 6'L - Green TAPCO Traffic and Pazkin Control Co., Inc. 054-00001 7000 $ 23.95 5% $ 22.75 $ 159,267.50 U-Channel Post-21bs./f - 6'L - Cmlvazuzed TAPCO (Traffic and Pazkin Control Co., Inc.) 054-00020 5688 $ 31.95 5% $ 30.35 $ 172,629.84 U-Channel Post- 21bs./f - 87. - Green TAPCO Tr�c and Pazkin Control Co., Inc. 054-00002 5688 $ 31.95 5% $ 30.35 $ 172,629.84 U-Channel Post -21bsJf - 8`L - Galvanized TAPCO (Traffic and Pazkin Control Co., Inc. 054-00015 4333 $ 42.50 5% $ 4038 $ 174,958.33 U-Channel Post - 21bsJf - 10`L - Green TAPCO (Tr�c and Pazldn Control Co., Inc. 054-00004 3957 $ 39.95 5% $ 37.95 $ 150,159.89 U-Channel Post -21bs./f - 10'L - Galvanized TAPCO (Traffic and Pazkin Control Co., Inc. 054-00023 3138 $ 52.95 5% $ 5030 $ 157,845.78 U-Channel Post - 21bs./f - 12'L - Green TAPCO (Tr�c and Pazkin Control Co., Ina 054-00006 3640 $ 47.95 5% $ 45.55 $ 165,811.10 U-Channel Post -21bs./f - 12'L - Galvanized TAPCO (Traffic and Pazldn Control Co., Inc.) 054-00024 3033 $ 63.60 5% $ 60.42 $ 183,274.00 Windmaster Sign Stand, 4860 Model, for use with Rigid or Rollup Signs, 5' De lo able Hei t TAPCO Windmaster Sign Stand, 4814HDKD with Kick Release, telescoping legs, use w/roll-u s TAPCO Emergency Road Flazes, 6-Pack, 30 Minute Capacity 13"�c2.75"x4", Includes Bri t Oran e Vest Packa ' TAPCO Bollazd Cover, 7"x60" Yellow Color, with two red reflecrive stripes, 1/8" thick HDPE TAPCO Safe Pace Radar Feedback Sign, SP400, White, Solaz Powered, "Your Speed" With Trailer TAPCO Delineator, 36"L�" OD Orange Post, DP-200 Model, Surface Mount w/2 IiIP white reflective bands&base TAPCO Delineator, 36" Long Yellow Post, FG-300 Model, Cloverleaf Design wBase & 2 iilP Yellow Refl Bands TAPCO Dro Over Cable Protector, 36"x14.25"x3", One Channel Guard Slot TAPCO Yellow Jacket Cable Protector, 36"x19.75"x1.875", Five Cable Guards Slots, TAPCO Utility Round Dome Mazker, White Pole 72" Length, 48" Above Ground, Solid Blue Color Enhancer To TAPCO PowerFlares, 6-Pack, Yellow ShelUAmber LED light w/soft cazrying bag & 12 lithium batteries incl TAPCO PowerFlazes, 3-Pack, Tan ShelUAmber LED light w/soft canying bag &(6) lithium batteries incl TAPCO BlinkerSi Rl-2, 30", Yield, DG3, Red/White, Solaz 9 White LEDs TAPCO Plasticade T I Barricade 12"x24", White EG reflective to anel TAPCO Econocade Bazricade, Type I, 8"�c24" HII� Orange & White reflecrive top boazd TAPCO Collapsible Breakaway Type III Plastic Barricade 4' One-sided IiIP shtg, right orientation, or white TAPCO Narrowcade, 12"3c24" EG Reflecrive Barricade with orange and white stripes, fillable Rc acce u li ts TAPCO Econocade II, Channelizer Drum/Barrel, 23"Wx40"H, low profile, four 4" EG oran e/white bands, hi h densi TAPCO Stron Gate O erator, Standazd Model 14 feet TAPCO Safe Pace Radar Feedback Si , SP100, White, Solaz Powered, " TAPCO Eatra Batte for GR3 Retroreflectometer,S aze TAPCO Retroreflectometer,GRX-1 Model Re uired, Unit w/Camera TAPCO Overhead Door Maintenance and Su ort Labor Hows TAPCO Pazkin and ITS Maintenanc and Su ort Labor (Hours TAPCO RRFB, Rectangulaz Rapid Flashing Beacon with B1inkLink Solaz 55l48, Radio, SOP, DS,Amber, PB, H Pole X2 TAPCO SafePace Cruiser LT Com act Trailer TAPCO Standard Aluminum Pole,10' 6061-T6 Schedule 40, "4.5"OD, T.O.E. TAPCO BlinkerPaddle,l8",FiIP,Sto /Sto I-1/Rl-1 ,Red/Ked, TAPCO Portable Surface Barrier,l2'Lon ,Model 850K-144WTL K8 Rated TAPCO Aimadillo-DC, Radar Traffic Data Collector and Classifier TAPCO Valet Podium,l8"Dx16"Wx41"H,100 hook,cam lock and ke anel TAPCO Tr�c Conizoller Signals,Red/Pellow/Green,21"I-Lc7"Wx5.5"D,Vertical LED,WaII Mount 120V" TAPCO Lime, 3 Pocket, Zi er, Mesh Vest, 2"w reflective Size M-XL TAPCO [ndividual TAPCO Solaz LED Barricade Li t,Amber w/3-Wa Switch TAPCO Solaz Messa e Boazd, 48"H x 96"W, SMC 4000 Messa e Center Trailer TAPCO Reflector,White,3.25" Plastic Back Centermount RT-90C TAPCO Crosswalk Si 12"x36" (Rl-6) State Law Yield To Ped w/QR One Base TAPCO Si�nCentral MITTCD SiQn & Font Library w/MiJTCD Cloud Library TAPW and and and and and and and and and and and and and and and and and and and and and and and and and and and and and and and and and Control Co., Inc. 908-00060 Control Co., Inc. 908-00009 Control Co., IncJ 113179 Control Co., Inc. 3335-00012 Control Co., Inc. 109845 Control Co., Inc. 114765 Control Co., Ina 114773 Conuol Co., Inc.) 2927-00002 Control Co.. IncJ 115049 Control Co., Inc. 113784 Control Co., Ina 200691 Control Co., Inc. 200311 Control Co., Inc. 2180-00264 Control Co., Inc.) 013-00001 Control Co., Inc. 013-00210 Control Co., Inc.) 013-00214 Control Co., Inc. 0 1 3-0003 1 Control Co., Inc. 107822 Control Co., Inc. 110267 Control Co., Ina 1485-00071 Control Co., Inc.) 3670-00003 Control Co., Inc. 128380-1B Conuol Co., Inc. 6373-00001 Control Co., Inc.) 6373-00004 Control Co., Inc. 600743 Control Co., Inc. 126034 Control Co., Inc.) 373-10 Control Co., Ina 2180-00301 Control Co., Ina 114916 Control Co., Inc. 114963 Control Co., Ina 113573 Control Co., Ina 116880 Control Co., Ina 128467 Control Co., Ina 5785469 Control Co., Inc. 1415-30000 Control Co., Inc. 102227 Control Co., Inc.) 1636-00010 Control Co.. IncJ 114756 $ 350.00 $ 220.00 $ 24.95 $ 49.95 II $ 7,950.00 758 $ 36.95 275 $ 49.95 350 $ 229.00 343 $ 315.00 260 $ 425.00 514 $ 249.00 57 $ 1,600.00 517 $ 74.95 820 $ 69.95 423 $ 245.00 2022 $ 39.95 12 $ 9,095.00 20 $ 2,999.00 30 $ 250.00 IS $ 8,500.00 100 $ 150.00 100 $ 150.00 25 $ 6,500.00 10 $ 4,295.00 50 $ 290.00 25 $ 249.95 10 $ 42,500.00 25 $ 3,750.00 35 $ 625.00 65 $ 875.00 1500 $ 10.75 500 $ 39.95 25 $ 16,750.00 5000 $ 1.95 50 $ 350.00 25 $ 500.00 5% $ 332.50 $ 115,047.53 5% $ 209.00 $ 91,000.00 5% $ 23.70 $ 86,277.10 5% $ 47.45 $ 86,363.55 5°/a $ Z552.50 $ SO_R56.1R $ $ $ $ 35.10 $ 47.45 $ 217.55 $ 29925 $ 21.80 $ 403.75 $ 96,797.80 107,954.44 76,142.50 111.88 $ 66.45 $ 120,943.55 $ 232.75 $ 98,512.79 5% $ 5% $ 5% $ 5% $ 5% $ 5% $ $ $ $ $ $ $ 37.95 $ 76,74839 ,64025 $ 104,835.03 ,849.05 $ 56,981.00 237.50 $ 7,125.00 ,075.00 $ 121,125.00 142.50 $ 14,250.00 142.50 $ 14,250.00 ,175.00 $ 154,375.00 ,080.25 $ 40,802.50 275.50 $ 13,775.00 237.45 $ 5,936.31 ,375.00 $ 403,750.00 ,562.50 $ 89,062.50 593.75 $ 20,781.25 831.25 $ 54,031.25 10.21 $ 15,318.75 37.95 $ 18,9'76.25 ,912.50 $ 397,812.50 1.85 $ 9,262.50 332.50 $ 16,625.00 475.00 $ 11,875.00 Submitted by: TAPCO (Traffic and Pazking Conffol Co., Inc r FOB Destination Pricing Offered ��� 1�-��.��I��� �-� �,� � "� �� ,c� �1 � L��� ��L� � � Q �� ����� o�`� - ��'� ._ _��,�,� ( � � � �� .� ��� � T�� <«� ������� �����, , � �C,.) CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIQ OFFICE USE ONLY Date Received This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A.Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Signature of vendor doing business with the governmental entity Date ownership interest of one percent or more. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 Exhibit C Revised 1/1/2021Form provided by Texas Ethics Commission www.ethics.state.tx.us CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A)a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if: *** (2)the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a)A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1)has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount DATE:2/16/2021 REFERENCE NO.:**M&C 21-0133 LOG NAME:13P BULK SIGNS TPW ADK CODE:P TYPE:CONSENT PUBLIC HEARING:NO SUBJECT: (ALL) Authorize Execution of an Agreement with Traffic and Parking Control Co, Inc. dba TAPCO, Using Omnia Partners Cooperative Purchasing Agreement 2020-200 to Purchase Signs in an Annual Amount Up to $507,316.42 and Authorize Five Annual Renewal Options RECOMMENDATION: It is recommended that the City Council authorize execution of an agreement with Traffic and Parking Control Co, Inc. dba TAPCO, using Omnia Partners Cooperative Purchasing Agreement 2020-200 to purchase signs in an annual amount up to $507,316.42 and authorize five annual renewal options. DISCUSSION: The Transportation and Public Works Department (TPW) initiated a requisition for an agreement to purchase pre-made signs, such as regulatory, safety, warning, and street name signs. The City of Fort Worth Signs and Markings Division of TPW maintains 127,000 signs throughout the City of Fort Worth along highways, arterial, and residential streets. The Signs and Markings Division receives approximately 2,500 requests for service including over 600 critical sign knockdowns and approximately 300 traffic engineering work orders for installing pre-made signs. Some examples of these pre-made signs are regulatory, safety, warning, and street names. Staff recommends awarding an agreement up to $507,316.42 to Traffic and Parking Control Co, Inc., (TAPCO), using the Omnia Partners Cooperative Purchasing Agreement 2020-200. No guarantee was made that a specific amount of services would be purchased. Staff reviewed the pricing and found it to be fair and reasonable. State law provides that a local government purchasing items under a Cooperative Purchasing Agreement satisfies state laws requiring that the local government seek competitive bids for the purchase of items. The Omnia Partners Cooperative Purchasing Contract 2020-200 has been competitively bid to increase the purchasing power of government entities and simplify the process. M/WBE OFFICE - An MBE/SBE goal is not assigned when purchasing from an approved purchasing cooperative or public entity. AGREEMENT TERMS - The Omnia Partners contract 2020-200 will expire on February 28, 2025, with options to renew for five additional one-year terms through February 28, 2030. Upon City Council approval, this agreement shall begin upon execution of the agreement. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital/operating budget, as previously appropriated, in the General Fund and General Capital Projects Fund for the FY 21 PAYG Vision Zero Signs and FY21 PAYG NS-VUEWorks/Resp projects to support the approval of the above recommendation and execution of an agreement. Prior to any expenditure being incurred, the Transportation and Public Works Department has the responsibility to validate the availability of funds. BQN\\ TO Page 1 of 2M&C Review 2/18/2021http://apps.cfwnet.org/council_packet/mc_review.asp?ID=28685&councildate=2/16/2021 Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FROM Submitted for City Manager's Office by:Jay Chapa (5804) Dana Burgdoff (8018) Originating Department Head:Reginald Zeno (8517) Additional Information Contact:Cynthia Garcia (8525) Ashley Kadva (2047) ATTACHMENTS Page 2 of 2M&C Review 2/18/2021http://apps.cfwnet.org/council_packet/mc_review.asp?ID=28685&councildate=2/16/2021