Loading...
HomeMy WebLinkAboutContract 58286CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement (“Agreement”) is entered into by and between Schneider Electric Buildings Americas, Inc. (“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 #R220703; 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 One hundred thousand dollars ($100,000.00). 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 is effective beginning on the date signed by the Assistant City Manager below ("Effective Date") and expires on March 31, 2023 in line with cooperative contract. Upon the expiration of this Term, the Agreement shall renew automatically under the same terms and conditions for up to four (4) one-year renewal periods (April 1 to March 31), unless City or Contractor provides the other party with notice of non-renewal at least 60 days before the expiration of the Initial Term or renewal period. However, if funds are not appropriated, the City may cancel the Agreement 30 calendar days after providing written notification to the Contractor. 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. 58286 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 same address To VENDOR: Schneider Electric Buildings Americas, Inc. Shawn Hanrahan, General Manager, Dallas Branch Address: 1650 West Crosby Rd Carrollton, Texas 75006 Facsimile: 972-245-0996 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: Chris Harder Title: Water Director ATTEST: By: ______________________________ Name: Jannette Goodall Title: City Secretary 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: Patty Wilson Title: Contract Services Administrator APPROVED AS TO FORM AND LEGALITY: By: ______________________________ Name: Jessika Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: N/A VENDOR: Schneider Electric Buildings Americas, Inc. By: Name: Shawn Hanrahan Title: General Manager, Dallas Branch Date: 10-17-2022 Patty Jean Wilson (Oct 18, 2022 10:38 CDT) Patty Jean Wilson Christopher Harder (Oct 18, 2022 13:10 CDT) Christopher Harder Dana Burghdoff (Oct 19, 2022 17:42 CDT) Dana Burghdoff Oct 19, 2022 Jannette S. Goodall (Oct 21, 2022 06:39 CDT) Jannette S. Goodall Manufacturer Model No. Name MSRP (USD) Multiplier Sale Price Pelco NET6504-AU Rack Mount Encoder 4-CH; AU Power Cord 510.00$ 0.85 431.54$ Pelco NET6504-EU Rack Mount Encoder 4-CH; EU Power Cord 510.00$ 0.85 431.54$ Pelco NET6504-UK Rack Mount Encoder 4-CH; UK Power Cord 510.00$ 0.85 431.54$ Pelco NET6504-US Rack Mount Encoder 4-CH; US Power Cord 510.00$ 0.85 431.54$ Pelco NET6516-AU Rack Mount Encoder16-CH; AU Power Cord 1,659.00$ 0.85 1,403.77$ Pelco NET6516-EU Rack Mount Encoder16-CH; EU Power Cord 1,659.00$ 0.85 1,403.77$ Pelco NET6516-UK Rack Mount Encoder16-CH; UK Power Cord 1,659.00$ 0.85 1,403.77$ Pelco NET6516-US Rack Mount Encoder16-CH; US Power Cord 1,659.00$ 0.85 1,403.77$ Pelco BRKTMD-1001 DIN Rail Mount for Modular Camera Main Unit 23.32$ 0.85 19.73$ Pelco BRKTMD-1011 Replacement L Bracket for Modular Camera Microbullet Sensor Head 15.90$ 0.85 13.45$ Pelco BRKTMD-1021 Replacement Flat Bracket for Modular CameraRight Angle Sensor Head 7.42$ 0.85 6.28$ Pelco BRKTMD-1031 Replacement Trimring Bracket for Modular Camera Microbullet Sensor head 7.42$ 0.85 6.28$ Pelco CBL2M-1001 2m (6 ft) HD BNC Cable for Modular Camera 58.30$ 0.85 49.33$ Pelco CBL5M-1001 5m (16 ft) HD BNC Cable for Modular Camera 84.80$ 0.85 71.75$ Pelco CBLKT-1001 Cable kit replacement for for Multi sensor Multi directional cameras 76.80$ 0.85 64.98$ Pelco CLPNL-1001 Ceiling panel metal white 2 ft X 2 ft for Multi Sensor Multi directional camera 110.19$ 0.85 93.24$ Pelco CRNMT-1001 Corner Mount for large pendant wall mount WLMT-1001 110.19$ 0.85 93.24$ Pelco FERR-1001 Ferrite clamp for Multi directional cameras to meet EN-50121-4 5 pack 32.28$ 0.85 27.31$ Pelco IBD3-FP Replacement front plate kit for IBD3 High Security Corner Camera Pantone 427C 274.54$ 0.85 232.30$ Pelco IBD3-FPSS Replacement front plate kit for IBD3 High Security Corner Camera Stainless Steel 338.14$ 0.85 286.12$ Pelco IMD1-INC Inceiling mount adapter for Sarix Multi cameras 176.97$ 0.85 149.74$ Pelco IMD1-INCLD0 Lower dome smoked for inceiling mounted Sarix Multi camera 87.93$ 0.85 74.40$ Pelco IMD1-INCLD1 Lower dome clear for inceiling mounted Sarix Multi camera 87.93$ 0.85 74.40$ Pelco IMD1-IR IR illuminator ring for Sarix Multi camera 388.44$ 0.85 328.68$ Pelco IMD1-PMT Pendant mount adapter for Sarix Multi cameras 199.23$ 0.85 168.58$ Pelco IMD1-SMT Surface mount adapter for Sarix Multi cameras 199.23$ 0.85 168.58$ Pelco IMD1-SPLD0 Lower dome smoked for Surface or Pendant mounted Sarix Multi camera 199.23$ 0.85 168.58$ Pelco IMD1-SPLD1 Lower dome clear for Surface or Pendant mounted IMD Series 199.23$ 0.85 168.58$ Pelco NPTA-1001 1.5 inch NPT Adapter for Large Pendant Mount Camera 65.67$ 0.85 55.57$ Pelco PLMT-1001 Pole Mount for large pendant wall mount WLMT-1001 110.19$ 0.85 93.24$ Pelco WLMT-1001 Wall Mount for large pendant camera 121.32$ 0.85 102.66$ Pelco IR850L-220 Semi Covert IR Illuminator with 220m range 1,264.37$ 0.85 1,069.85$ Pelco IR850M-120 Semi Covert IR Illuminator with 120m range 735.69$ 0.85 622.51$ Pelco IR850S-65 Semi Covert IR Illuminator with 65m range 480.82$ 0.85 406.85$ Pelco IR940M-60 Covert IR Illuminator with 60m range 882.61$ 0.85 746.82$ Pelco IR940S-30 Covert IR Illuminator with 30m range 648.88$ 0.85 549.05$ Pelco LENSPKL-LED Wide Angle Lens Pack IR850L-220 IR940L-110 WLEDL-150 97.94$ 0.85 82.87$ Pelco LENSPKS-LED Wide Angle Lens Pack IR850S-65 IR940S-30 WLEDS-50 71.23$ 0.85 60.27$ Pelco RC-LED Remote Control for Pelco LED Illuminators 63.44$ 0.85 53.68$ Pelco WLEDL-150 White Light LED Illuminator with 150m range 1,323.36$ 0.85 1,119.77$ Pelco WLEDS-50 White Light LED Illuminator with 50m range 480.82$ 0.85 406.85$ Pelco MRCA Ceiling adapter for domes and MR3000; MR3050; MR4000 and MRU monitor mounts. 44.52$ 0.85 37.67$ Pelco PMCL2-CM Monitor Mount; Celing Mount And VESA Head For LCD Monitors 473.03$ 0.85 400.26$ Pelco PMCL2-CMPL Ceiling Mount And Telescoping Pole for 34-56" monitors 823.62$ 0.85 696.91$ Pelco PMCL2-CMPS Ceiling Mount And Telescoping Pole for 23-31" monitors 779.10$ 0.85 659.24$ Pelco PMCL2-WM VESA Wall Mount For LCD Monitor up to 50 lb 133.56$ 0.85 113.01$ Pelco PMCL2-WM1A 1 Arm Wall Mount with Tilt/Swivel Head 350.60$ 0.85 296.66$ Pelco PMCL2-WMT Wall Mount With Tilt/Swivel Head 211.47$ 0.85 178.94$ Pelco PMCL622 21.5" LED Backlit 1080p Resolution Security Display 579.87$ 0.85 490.66$ Pelco PMCL624 24" LED Backlit 1080p Resolution Security Display 678.93$ 0.85 574.48$ Pelco PMCL632 32" LED Backlit 1080p Resolution Security Display 980.55$ 0.85 829.70$ Pelco PMCL643K 43" LED Backlit 4K Monitor 2,180.37$ 0.85 1,844.93$ Pelco PMCL649K 49" LED Backlit 4K Monitor 2,569.92$ 0.85 2,174.55$ Pelco PMCL655K 55" LED Backlit 4k Resolution Security Display 2,820.34$ 0.85 2,386.44$ Pelco PMCL665K 65" LED Backlit 4K Monitor 3,101.93$ 0.85 2,624.71$ Pelco PMCLNBWMF Flat wall mount for Narrow Bezel LCD monitors for PMCL542NB PMCL546NB PMCL555NB 222.60$ 0.85 188.35$ Pelco PMCLNBWMS LCD Swing out arm wall mount for PMCL542NB PMCL546NB PMCL555NB 735.69$ 0.85 622.51$ Pelco PMCLNBWMT LCD Tilt wall mount for PMCL542NB PMCL546NB PMCL555NB 267.12$ 0.85 226.02$ Pelco MCS4-2B 4 outputs; each 2Amp self-resetting; No master; UL Listed. 120 VAC in 24 VAC out 367.29$ 0.85 310.78$ Pelco MCS8-5B Allows 8 outputs with total capacity of 5Amp. Each output has a self-resetting c 416.26$ 0.85 352.22$ Pelco POE1236-ATEU 12 Port 36W per Port PoE AT Midspan AC DC Input EU Cord PD-9012G/ACDC 1,816.42$ 0.85 1,536.97$ Pelco POE1236-ATUS 12 Port 36W per Port PoE AT Midspan AC DC Input US Cord PD-9012G/ACDC 1,816.42$ 0.85 1,536.97$ Pelco POE130-ATEU Single Port PoE Plus 30W Midspan AC Input European Powercord PD-9001GC/AC 135.79$ 0.85 114.90$ Pelco POE130-ATUS Single Port PoE Plus 30W Midspan AC Input US Powercord PD-9001GC/AC 135.79$ 0.85 114.90$ Pelco POE130-XT Single Port 802.3AF 802.3AT Extender 100M PD-POE Extender 318.32$ 0.85 269.35$ Pelco POE16ATN-US IEEE802.3at PoE 16 channel midspan gigabit supports data rate and power 2,169.24$ 0.85 1,835.51$ Pelco POE190-BT HPOE 802.3BT Single Port Injector - US; EU; UK power cords PD-9601GC/AC-LNG 286.04$ 0.85 242.03$ Pelco POE2436-ATEU 24 Port 36W per Port PoE AT Midspan AC DC Input EU Cord PD-9024G/ACDC 2,361.79$ 0.85 1,998.44$ Pelco POE2436-ATUS 24 Port 36W per Port PoE AT Midspan AC DC Input US Cord PD-9024G/ACDC 2,361.79$ 0.85 1,998.44$ Pelco POE430-ATEU 4 Port 30W per Port PoE AT Midspan AC Input EU Cord PD-9004G/AC 589.89$ 0.85 499.14$ Pelco POE430-ATUS 4 Port 30W per Port PoE AT Midspan AC Input US Power Cord PD-9004G/AC 589.89$ 0.85 499.14$ Pelco PWRCRD-R-AR Power Cord Round for Argentina 28.94$ 0.85 24.49$ Pelco PWRCRD-R-AU Power Cord Round for Australia 28.94$ 0.85 24.49$ Pelco PWRCRD-R-EU Power Cord Round for Europe 28.94$ 0.85 24.49$ Pelco PWRCRD-R-UK Power Cord Round for United Kingdom 28.94$ 0.85 24.49$ Pelco PWRCRD-R-US Power Cord Round for United States 28.94$ 0.85 24.49$ #Internal (;+,%,7$ Pelco PWRCRD-S-AR Power Cord Standard for Argentina 28.94$ 0.85 24.49$ Pelco PWRCRD-S-AU Power Cord Standard for Australia 28.94$ 0.85 24.49$ Pelco PWRCRD-S-EU Power Cord Standard for Europe 28.94$ 0.85 24.49$ Pelco PWRCRD-S-UK Power Cord Standard for United Kingdom 28.94$ 0.85 24.49$ Pelco PWRCRD-S-US Power Cord Standard for United States 28.94$ 0.85 24.49$ Pelco TF2000 Camera power supply for 24 VAC cameras; 120 VAC to 24 VAC (Class 2); 20 vA. 35.62$ 0.85 30.14$ Pelco TF9000 Camera power supply for 24 VAC cameras; 120 VAC to 24 VAC (Class 2); 50 vA. 46.75$ 0.85 39.56$ Pelco WCS1-4 1 fused output total capacity of 4Amp. 120/240 VAC input; 24/26/28 VAC output. 250.43$ 0.85 211.90$ Pelco EC-1501C-M EConnect Local or Remote Single Port Coax Mini Case 12VDC/24VAC 359.50$ 0.85 304.19$ Pelco EC-1501U-M EConnect Local or Remote Single Port Cat5 Mini Case 12VDC/24VAC 348.37$ 0.85 294.77$ Pelco EC-1504C-W EConnect Local or Remote 4Port Coax with Pass Through PoE to 15 Watts Wall Mount 1,320.02$ 0.85 1,116.94$ Pelco EC-1504U-W EConnect Local or Remote 4Port Cat5 with Pass Through PoE to 15 Watts Wall Mount 1,347.84$ 0.85 1,140.48$ Pelco EC-1508CL-R EConnect Local Eight Port Coax with Pass Through PoE to 15 Watts 1 RU 2,026.77$ 0.85 1,714.96$ Pelco EC-1508UL-R EConnect Local Eight Port Cat5 with Pass Through PoE to 15 Watts 1 RU 2,026.77$ 0.85 1,714.96$ Pelco EC-1516CL-R EConnect Local Sixteen Port Coax with Pass Through PoE to 15 Watts 1 RU 4,745.83$ 0.85 4,015.70$ Pelco EC-1516UL-R EConnect Local Sixteen Port Cat5 with Pass Through PoE to 15 Watts 1 RU 4,164.85$ 0.85 3,524.10$ Pelco EC-3001CLPOE-M EConnect Local Single Port Coax with True PoE to 30 Watts Mini Case 12VDC/24VAC 520.88$ 0.85 440.74$ Pelco EC-3001CRPOE-M EConnect Remote Single Port Coax with True PoE to 30 Watts Mini Case 12VDC/24VAC 520.88$ 0.85 440.74$ Pelco EC-3001ULPOE-M EConnect Local Single Port Cat5 with True PoE to 30 Watts Mini Case 12VDC/24VAC 547.60$ 0.85 463.35$ Pelco EC-3001URPOE-M EConnect Remote Single Port Cat5 with True PoE to 30 Watts Mini Case 12VDC/24VAC 547.60$ 0.85 463.35$ Pelco EC-3004CLPOE-W EConnect Local Four Port Coax withTrue PoE to 30 Watts Wall Mount 1,968.90$ 0.85 1,665.99$ Pelco EC-3004CRPOE-W EConnect Remote Four Port Coax with True PoE to 30 Watts Wall Mount 1,968.90$ 0.85 1,665.99$ Pelco EC-3004ULPOE-W EConnect Local Four Port Cat5 withTrue PoE to 30 Watts Wall Mount 2,031.23$ 0.85 1,718.73$ Pelco EC-3004URPOE-W EConnect Remote Four Port Cat5 with True PoE to 30 Watts Wall Mount 2,031.23$ 0.85 1,718.73$ Pelco EC-3008CLPOE-R EConnect Local Eight Port Coax with True PoE to 30 Watts 1 RU 3,120.85$ 0.85 2,640.72$ Pelco EC-3008ULPOE-R EConnect Local Eight Port Cat5 with True PoE to 30 Watts 1 RU 3,149.79$ 0.85 2,665.21$ Pelco EC-3016CLPOE-R EConnect Local Sixteen Port Coax with True PoE to 30 Watts 1 RU 6,576.72$ 0.85 5,564.92$ Pelco EC-3016ULPOE-R EConnect Local Sixteen Port Cat5 with True PoE to 30 Watts 1 RU 6,592.30$ 0.85 5,578.10$ Pelco EC-4BY1SWCPOE-W EConnect 4-Port Self Managed PoE Switch with Extended Coax Uplink Wall Mount 1,626.09$ 0.85 1,375.92$ Pelco EC-4BY1SWUPOE-W EConnect 4-Port Self Managed PoE Switch Extended Cat5 Uplink Wall Mount 1,678.40$ 0.85 1,420.18$ Pelco ECPS-48VDC-10A EthernetConnect 48VDC 10A Power Supply for 8 or 16 Channel PoE Applications 1,280.48$ 0.85 1,083.48$ Pelco ECPS-48VDC-5A EthernetConnect 48VDC 5A Power Supply for 4 Channel PoE applications 445.20$ 0.85 376.71$ Pelco ECPS07-12VDC-3A EthernetConnect 12VDC 3A 8 or 16 Channel non PoE applications 91.27$ 0.85 77.23$ Pelco EUPS Power Supply For Analog Fiber Card Cage European power cord 695.63$ 0.85 588.61$ Pelco EURACK Card Cage For Europe; Austraila; UK 1,035.09$ 0.85 875.85$ Pelco FEXTPS Fiber External Power Supply 100- 240VAC 9V 2Amp EU US UK Australian power cords 70.12$ 0.85 59.33$ Pelco FEXTPS-48V Power supply for Fiber accessories 48VDC 1.36A output 100VAC-240VAC input 172.52$ 0.85 145.98$ Pelco FMCI-AF1MM1ST 100Mbps Media Converter (A); ST Connector; mm; 1 fiber 617.72$ 0.85 522.69$ Pelco FMCI-AF1MM1STM Small Size 100Mbps Media Converter (A); ST Connector; AC/DC Power; mm; 1 fiber 532.01$ 0.85 450.16$ Pelco FMCI-AF1SM1ST 100Mbps Media Converter (A); ST Connector; sm; 1 fiber 614.38$ 0.85 519.86$ Pelco FMCI-AF1SM1STM Small Size 100Mbps Media Converter (A); ST Connector; AC/DC Power; sm; 1 fiber 739.03$ 0.85 625.33$ Pelco FMCI-BF1MM1ST 100Mbps Media Converter (B); ST Connector; mm; 1 fiber 617.72$ 0.85 522.69$ Pelco FMCI-BF1MM1STM Small Size 100Mbps Media Converter (B); ST Connector; AC/DC Power; mm; 1 fiber 532.01$ 0.85 450.16$ Pelco FMCI-BF1SM1ST 100Mbps Media Converter (B); ST Connector; sm; 1 fiber 614.38$ 0.85 519.86$ Pelco FMCI-BF1SM1STM Small Size 100Mbps Media Converter (B); ST Connector; AC/DC Power; sm; 1 fiber 739.03$ 0.85 625.33$ Pelco FMCI-PF1 100Mbps Media Converter 617.72$ 0.85 522.69$ Pelco FMCI-PF1M Small Size 100Mbps Media Converter 617.72$ 0.85 522.69$ Pelco FMCI-PF1POE 100Mbps Media Converter; Power Over Ethernet 739.03$ 0.85 625.33$ Pelco FMCI-PF2 Dual 2 Port 100Mbps Media Converter 870.37$ 0.85 736.47$ Pelco FMCI-PG1 1000Mbps Media Converter 988.34$ 0.85 836.29$ Pelco FMCI-PG1M Small Size 1000 Mbps Media Converter 988.34$ 0.85 836.29$ Pelco FMCI-PG1POE 1000Mbps Media Converter; Power Over Ethernet 1,187.57$ 0.85 1,004.87$ Pelco FMCI-PG2 Dual 1000Mbps Media Converter 1,439.11$ 0.85 1,217.71$ Pelco FRD1M1ST RS232/RS422/RS485 data transceiver RX multimode ST connector 785.78$ 0.85 664.89$ Pelco FRD1S1FC RS232/RS422/RS485 data transceiver RX single mode FC connector 997.25$ 0.85 843.83$ Pelco FRD1S1ST RS232/RS422/RS485 data transceiver RX single mode ST connector 997.25$ 0.85 843.83$ Pelco FRD4M1ST 4ch bi-dir RS2322/RS422/RS485 data mux RX multimode ST 1,086.29$ 0.85 919.17$ Pelco FRD4S1FC 4ch bi-dir RS2322/rs422/Rs485 data mux RX singlemode FC 1,529.26$ 0.85 1,293.99$ Pelco FRD4S1ST 4ch bi-dir RS2322/RS422/RS485 data mux RX singlemode ST 1,529.26$ 0.85 1,293.99$ Pelco FRV10D1A2M1ST 1ch 10-bit video with 1 data 1 contact closure & 2 audio bi-dir RX multimode ST 2,134.73$ 0.85 1,806.31$ Pelco FRV10D1A2S1FC 1ch 10-bit video with 1 data 1 contact closure & 2 audio bi-dir RX singlemode FC 2,416.32$ 0.85 2,044.58$ Pelco FRV10D1A2S1ST 1ch 10-bit video with 1 data 1 contact closure & 2 audio bi-dir RX singlemode ST 2,416.32$ 0.85 2,044.58$ Pelco FRV10D1M1ST 1ch 10-bit video 1ch bi-dir data receiver multimode ST 877.04$ 0.85 742.11$ Pelco FRV10D1S1FC 1ch 10-bit video 1ch bi-dir data receiver singlemode FC 1,449.13$ 0.85 1,226.19$ Pelco FRV10D1S1ST 1ch 10-bit video 1ch bi-dir data receiver singlemode ST 1,449.13$ 0.85 1,226.19$ Pelco FRV160S1FC 16 channel 10-bit digital video multiplexer RX singlemode FC connector 11,068.79$ 0.85 9,365.90$ Pelco FRV160S1ST 16 channel 10-bit digital video multiplexer RX singlemode ST connector 11,068.79$ 0.85 9,365.90$ Pelco FRV20M2ST 2 channel 10-bit digital video 2 fiber receiver multimode ST connector 624.39$ 0.85 528.33$ Pelco FRV20S2FC 2 channel 10-bit digital video 2 fiber receiver singlemode FC connector 1,562.65$ 0.85 1,322.24$ Pelco FRV20S2ST 2 channel 10-bit digital video 2 fiber receiver singlemode ST connector 1,562.65$ 0.85 1,322.24$ Pelco FRV320S1FC 32 channel 10-bit digital video multiplexer RX singlemode FC connector 26,834.43$ 0.85 22,706.06$ Pelco FRV320S1ST 32 channel 10-bit digital video multiplexer RX singlemode ST connector 26,834.43$ 0.85 22,706.06$ Pelco FRV40D2M1ST 4ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir RX multimode ST 2,774.71$ 0.85 2,347.83$ Pelco FRV40D2S1FC 4ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir RX singlemode FC 3,373.50$ 0.85 2,854.50$ Pelco FRV40D2S1ST 4ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir RX singlemode ST 3,373.50$ 0.85 2,854.50$ Pelco FRV40M1ST 4 channel 10-bit digital video multiplexer RX multimode ST connector 1,450.24$ 0.85 1,227.13$ Pelco FRV40S1FC 4 channel 10-bit digital video multiplexer RX singlemode FC connector 2,416.32$ 0.85 2,044.58$ #Internal Pelco FRV40S1ST 4 channel 10-bit digital video multiplexer RX singlemode ST connector 2,416.32$ 0.85 2,044.58$ Pelco FRV80D2M1ST 8ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir RX multimode ST 4,022.38$ 0.85 3,403.55$ Pelco FRV80D2S1FC 8ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir RX singlemode FC 5,120.91$ 0.85 4,333.08$ Pelco FRV80D2S1ST 8ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir RX singlemode ST 5,120.91$ 0.85 4,333.08$ Pelco FRV80M1ST 8 channel 10-bit digital video multiplexer RX multimode ST connector 3,350.13$ 0.85 2,834.73$ Pelco FRV80S1FC 8 channel 10-bit digital video multiplexer RX singlemode FC connector 4,068.02$ 0.85 3,442.17$ Pelco FRV80S1ST 8 channel 10-bit digital video multiplexer RX singlemode ST connector 4,068.02$ 0.85 3,442.17$ Pelco FSFP-AFMM1SC2 100fx; 1310nm; 2km; SC; 1 Fiber; Pair with SFP-26B; MSA Compliant 189.21$ 0.85 160.10$ Pelco FSFP-AFSM1LC20 100fx; 1310nm; 20km LC; 1 Fiber; Pair with SFP-10B; MSA Compliant 204.79$ 0.85 173.28$ Pelco FSFP-AFSM1LC60 100fx; 1310nm; 60km; LC; 1 Fiber; Pair with SFP-20B; MSA Compliant 535.35$ 0.85 452.99$ Pelco FSFP-AFSM1SC20 100fx; 1310nm; 20km; SC; 1 Fiber; Pair with SFP-36B; MSA Compliant 278.25$ 0.85 235.44$ Pelco FSFP-AFSM1SC60 100fx; 1310nm; 60km; SC; 1 Fiber; Pair with SFP-24B; MSA Compliant 545.37$ 0.85 461.47$ Pelco FSFP-AGSM1LC20 1000fx; 1310nm; 20km; LC; 1 Fiber; Pair with SFP-12B; MSA Compliant 318.32$ 0.85 269.35$ Pelco FSFP-AGSM1LC60 1000fx; 1310nm; 60km; LC; 1 Fiber; Pair with SFP-18B; MSA Compliant 535.35$ 0.85 452.99$ Pelco FSFP-AGSM1SC20 1000fx; 1310nm; 20km; SC; 1 Fiber; Pair with SFP-14B; MSA Compliant 318.32$ 0.85 269.35$ Pelco FSFP-AGSM1SC60 1000fx; 1310nm; 60km; SC; 1 Fiber; Pair with SFP-22B; MSA Compliant 535.35$ 0.85 452.99$ Pelco FSFP-BFMM1SC2 100fx; 1550nm; 2km; SC; 1 Fiber; Pair with SFP-26A; MSA Compliant 189.21$ 0.85 160.10$ Pelco FSFP-BFSM1LC20 100fx; 1550nm; 20km; LC; 1 Fiber; Pair with SFP-10A; MSA Compliant 204.79$ 0.85 173.28$ Pelco FSFP-BFSM1LC60 100fx; 1550nm; 60km; LC; 1 Fiber; Pair with SFP-20A; MSA Compliant 545.37$ 0.85 461.47$ Pelco FSFP-BFSM1SC20 100fx; 1550nm; 20km; SC; 1 Fiber; Pair with SFP-36A; MSA Compliant 278.25$ 0.85 235.44$ Pelco FSFP-BFSM1SC60 100fx; 1550nm; 60km; SC; 1 Fiber; Pair with SFP-24A; MSA Compliant 545.37$ 0.85 461.47$ Pelco FSFP-BGSM1LC20 1000fx; 1550nm; 20km; LC; 1 Fiber; Pair with SFP-12A; MSA Compliant 318.32$ 0.85 269.35$ Pelco FSFP-BGSM1LC60 1000fx; 1550nm; 60km; LC; 1 Fiber; Pair with SFP-18A; MSA Compliant 535.35$ 0.85 452.99$ Pelco FSFP-BGSM1SC20 1000fx; 1550nm; 20km; SC; 1 Fiber; Pair with SFP-14A; MSA Compliant 387.32$ 0.85 327.73$ Pelco FSFP-BGSM1SC60 1000fx;1550nm;60km; SC; 1 Fiber; Pair with SFP-22A; MSA Compliant 535.35$ 0.85 452.99$ Pelco FSFP-EFMM2LC2 100fx; 1310nm; 2km; LC; 2 Fiber; MSA Compliant 126.88$ 0.85 107.36$ Pelco FSFP-EFSM2LC20 100fx; 1310nm; 20km; LC; 2 Fiber; MSA Compliant 133.56$ 0.85 113.01$ Pelco FSFP-EFSM2LC40 100fx; 1310nm; 40km; LC; 2 Fiber; MSA Compliant 369.52$ 0.85 312.67$ Pelco FSFP-EFSM2LC80 100fx; 1550nm; 80km; LC; 2 Fiber; MSA Compliant 476.36$ 0.85 403.07$ Pelco FSFP-EGMM2LC.55 10/100/1000Mbps; 850nm; 550m; LC; 2 Fiber 126.88$ 0.85 107.36$ Pelco FSFP-EGRJ45 Copper 10/100/1000Mbps RJ45; MSA Compliant 168.06$ 0.85 142.20$ Pelco FSFP-EGSM2LC120 1000fx; 1550nm; 120km; LC; 2 Fiber; MSA Compliant 1,015.06$ 0.85 858.90$ Pelco FSFP-EGSM2LC15 1000fx; 1310nm; 15km; LC; 2 Fiber; MSA Compliant 139.13$ 0.85 117.73$ Pelco FSFP-EGSM2LC40 1000fx; 1310nm; 40km; LC; 2 Fiber; MSA Compliant 369.52$ 0.85 312.67$ Pelco FSFP-EGSM2LC70 1000fx; 1550nm; 70km; LC; 2 Fiber; MSA Compliant 476.36$ 0.85 403.07$ Pelco FSV10D1M1ST 1ch 10-bit video 1ch bi-dir data transmitter for Spectra multimode ST 779.10$ 0.85 659.24$ Pelco FSV10D1S1FC 1ch 10-bit video 1ch bi-dir data transmitter for Spectra singlemode FC 1,423.53$ 0.85 1,204.53$ Pelco FSV10D1S1ST 1ch 10-bit video 1ch bi-dir data transmitter for Spectra singlemode ST 1,423.53$ 0.85 1,204.53$ Pelco FTD1M1ST RS232/RS422/RS485 data transceiver TX multimode ST connector 785.78$ 0.85 664.89$ Pelco FTD1S1FC RS232/RS422/RS485 data transceiver TX single mode FC connector 1,955.54$ 0.85 1,654.69$ Pelco FTD1S1ST RS232/RS422/RS485 data transceiver TX single mode ST connector 1,955.54$ 0.85 1,654.69$ Pelco FTD4M1ST 4ch bi-dir RS2322/RS422/RS485 data mux TX multimode ST 1,086.29$ 0.85 919.17$ Pelco FTD4S1FC 4ch bi-dir RS2322/rs422/Rs485 data mux TX singlemode FC 1,489.19$ 0.85 1,260.08$ Pelco FTD4S1ST 4ch bi-dir RS2322/RS422/RS485 data mux TX singlemode ST 1,489.19$ 0.85 1,260.08$ Pelco FTV10D1A2M1ST 1ch 10-bit video with 1 data 1 contact closure & 2 audio bi-dir TX multimode ST 2,154.77$ 0.85 1,823.27$ Pelco FTV10D1A2S1FC 1ch 10-bit video with 1 data 1 contact closure & 2 audio bi-dir TX singlemode FC 2,394.06$ 0.85 2,025.74$ Pelco FTV10D1A2S1ST 1ch 10-bit video with 1 data 1 contact closure & 2 audio bi-dir TX singlemode ST 2,394.06$ 0.85 2,025.74$ Pelco FTV10D1M1ST 1ch 10-bit video 1ch bi-dir data transmitter multimode ST 877.04$ 0.85 742.11$ Pelco FTV10D1S1FC 1ch 10-bit video 1ch bi-dir data transmitter singlemode FC 1,449.13$ 0.85 1,226.19$ Pelco FTV10D1S1ST 1ch 10-bit video 1ch bi-dir data transmitter singlemode ST 1,449.13$ 0.85 1,226.19$ Pelco FTV10M1ST Single 10-bit digital video transmitter multimode ST connector 365.06$ 0.85 308.90$ Pelco FTV10M1STM Mini single 10-bit digital video transmitter multimode ST connector 445.20$ 0.85 376.71$ Pelco FTV10S1FC Single 10-bit digital video transmitter multimode FC connector 788.00$ 0.85 666.77$ Pelco FTV10S1FCM Mini single 10-bit digital video transmitter singlemode FC connector 788.00$ 0.85 666.77$ Pelco FTV10S1ST Single 10-bit digital video transmitter singlemode ST connector 788.00$ 0.85 666.77$ Pelco FTV10S1STM Mini single 10-bit digital video transmitter singlemode ST connector 788.00$ 0.85 666.77$ Pelco FTV160S1FC 16 channel 10-bit digital video multiplexer TX singlemode FC connector 11,068.79$ 0.85 9,365.90$ Pelco FTV160S1ST 16 channel 10-bit digital video multiplexer TX singlemode ST connector 11,068.79$ 0.85 9,365.90$ Pelco FTV320S1FC 32 channel 10-bit digital video multiplexer TX singlemode FC connector 26,834.43$ 0.85 22,706.06$ Pelco FTV320S1ST 32 channel 10-bit digital video multiplexer TX singlemode ST connector 26,834.43$ 0.85 22,706.06$ Pelco FTV40D2M1ST 4ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir TX multimode ST 2,774.71$ 0.85 2,347.83$ Pelco FTV40D2S1FC 4ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir TX singlemode FC 3,373.50$ 0.85 2,854.50$ Pelco FTV40D2S1ST 4ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir TX singlemode ST 3,373.50$ 0.85 2,854.50$ Pelco FTV40M1ST 4 channel 10-bit digital video multiplexer TX multimode ST connector 1,463.60$ 0.85 1,238.43$ Pelco FTV40S1FC 4 channel 10-bit digital video multiplexer TX singlemode FC connector 2,394.06$ 0.85 2,025.74$ Pelco FTV40S1ST 4 channel 10-bit digital video multiplexer TX singlemode ST connector 2,394.06$ 0.85 2,025.74$ Pelco FTV80D2M1ST 8ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir TX multimode ST 4,022.38$ 0.85 3,403.55$ Pelco FTV80D2S1FC 8ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir TX singlemode FC 5,120.91$ 0.85 4,333.08$ Pelco FTV80D2S1ST 8ch 10-bit video mux 2 data bi-dir & 1 contact closure bi-dir TX singlemode ST 5,120.91$ 0.85 4,333.08$ Pelco FTV80M1ST 8 channel 10-bit digital video multiplexer TX multimode ST connector 3,350.13$ 0.85 2,834.73$ Pelco FTV80S1FC 8 channel 10-bit digital video multiplexer TX singlemode FC connector 4,068.02$ 0.85 3,442.17$ Pelco FTV80S1ST 8 channel 10-bit digital video multiplexer TX singlemode ST connector 4,068.02$ 0.85 3,442.17$ Pelco FUMS-FFX2TX2 Unmanaged Switch; 4 Port; 100Mbps; 2 Fiber; 2 Copper; SFP Sold Separately 678.93$ 0.85 574.48$ Pelco FUMS-FFX4TX4 Unmanaged Switch; 8 Port;100Mbps; 4 Fiber; 4 Copper; SFP Sold Separately 991.68$ 0.85 839.11$ Pelco FUMS-FFX8 Unmanaged Switch; 8 Port; 100Mbps; 8 Fiber; SFP Sold Separately 1,160.86$ 0.85 982.27$ Pelco FUMS-FTX8 Unmanaged Switch; 8 Port; 100Mbps; 8 Copper; SFP Sold Separately 1,148.62$ 0.85 971.91$ Pelco FUMS-GFX4 Unmanaged Switch; 4 Port; 1000Mbps; SFP Sold Separately 885.95$ 0.85 749.65$ #Internal Pelco FUMS-GFX8 Unmanaged Switch; 8 Port; 1000Mbps; SFP Sold Separately 1,230.98$ 0.85 1,041.60$ Pelco PDS-104GO/AC/M-CC-MSI Managed Switch outdoor rated 4 port PoE+ 30W per port or 60W/2 ports + 1 SFP 1,946.64$ 0.85 1,647.16$ Pelco RACK1B 1 Slot Blank Filler Plate 32.28$ 0.85 27.31$ Pelco USRACK Card Cage For US 1,035.09$ 0.85 875.85$ Pelco 13M2.8-8 Lens; 1/3-inch format 3 megapixel varifocal 2.8-8mm F/1.2-1.9 auto iris CS-mount 174.74$ 0.85 147.86$ Pelco 13VA5-50 CS Lens; 1/3-inch varifocal zoom; 5-50mm manual iris; f1.4-closed 183.65$ 0.85 155.40$ Pelco 13VD5-50 CS Lens; 1/3-inch varifocal zoom; 5-50mm auto iris direct drive; f1.4-360 220.37$ 0.85 186.47$ Pelco M1.8-3 Megapixel CS 1.8-3mm F1.8 Lens For Sarix Box IP Cameras SL183A 362.84$ 0.85 307.02$ Pelco M2.7-13 Megapixel CS 1/2.7Inch 2.7-13mm F1.4 Lens DC Iris M13VG2713IR 249.31$ 0.85 210.95$ Pelco M2.8-8.5P Megapixel CS 1/2.7Inch 2.8-8.5mm F1.2 P-iris Lens AG3Z2812KCS-MPWIR 272.69$ 0.85 230.74$ Pelco M8-80 Megapixel CS 8-80mm for Sarix Box IP Cameras DV10X8SRA-SA1L 567.63$ 0.85 480.30$ Pelco M9-40P Megapixel CS 1/2.5Inch 9-40mm F1.5 P-iris Lens for Sarix Box IP Cameras SL940P 362.84$ 0.85 307.02$ Pelco MI2.8-8.5P Megapixel I-CS Lens 2.8-8.5mm for Sarix box IP cameras AG3Z2812TCS-MPWIR 302.74$ 0.85 256.16$ Pelco MI3.9-10P Megapixel I-CS 3.9-10Mm F1.5 Lens For Sarix Box IP CamerasEG3Z3915TCS-MPWIR 402.91$ 0.85 340.92$ Pelco MI9-50P Megapixel I-CS 9-50mm F1.5 Lens for Sarix Box IP Cameras EG6Z0915TCS-MPWIR 705.64$ 0.85 597.08$ Pelco YV2.7X2.2SR4A 1/3" or 1/2.7" CS mount lens 2.2-6mm; DC auto iris; F1.3 304.96$ 0.85 258.04$ Pelco YV2.8X2.8SR4A 1/3" or 1/2.7" CS mount lens 2.8-8mm; DC auto iris; F1.3 244.86$ 0.85 207.19$ Pelco YV3.3X15SR4A 1/3" or 1/2.7" CS mount lens 15-50mm; DC auto iris; F1.5 418.49$ 0.85 354.11$ Pelco NET5500-XPWR-AU Extended Temp Encoder AU Power Supply 34.50$ 0.85 29.19$ Pelco NET5500-XPWR-US Extended Temp Encoder US Power Supply 34.50$ 0.85 29.19$ Pelco NET5501-AR Single channel rack mount Encoder AR power cord 601.02$ 0.85 508.56$ Pelco NET5501-AU Single channel rack mount Encoder AU power cord 595.46$ 0.85 503.85$ Pelco NET5501-CN Single channel rack mount Encoder No power cord 601.02$ 0.85 508.56$ Pelco NET5501-EU Single channel rack mount Encoder EU power cord 612.15$ 0.85 517.97$ Pelco NET5501-I Single-channel Inline Encoder 421.83$ 0.85 356.93$ Pelco NET5501-UK Single channel rack mount Encoder UK power cord 612.15$ 0.85 517.97$ Pelco NET5501-US Single channel rack mount Encoder US power cord 595.46$ 0.85 503.85$ Pelco NET5501-XT Single channel temperature-hardened encoder 920.45$ 0.85 778.84$ Pelco NET5501-XT-AU Single channel temperature-hardened encoder AU power cord 930.47$ 0.85 787.32$ Pelco NET5501-XT-EU Single channel temperature-hardened encoder EU power cord 912.66$ 0.85 772.25$ Pelco NET5501-XT-UK Single channel temperature-hardened encoder UK power cord 912.66$ 0.85 772.25$ Pelco NET5501-XT-US Single channel temperature-hardened encoder US power cord 903.76$ 0.85 764.72$ Pelco NET5504-AU 4 channel rack mount Encoder AU power cord 750.16$ 0.85 634.75$ Pelco NET5504-EU 4 channel rack mount Encoder EU power cord 716.77$ 0.85 606.50$ Pelco NET5504-US 4 channel rack mount Encoder US power cord 716.77$ 0.85 606.50$ Pelco NET5508-AR 8 channel rack mount Encoder AR power cord 1,383.46$ 0.85 1,170.62$ Pelco NET5508-AU 8 channel rack mount Encoder AU power cord 1,394.59$ 0.85 1,180.04$ Pelco NET5508-CN 8 channel rack mount Encoder No power cord 1,370.10$ 0.85 1,159.32$ Pelco NET5508-EU 8 channel rack mount Encoder EU power cord 1,356.75$ 0.85 1,148.02$ Pelco NET5508-UK 8 channel rack mount Encoder UK power cord 1,356.75$ 0.85 1,148.02$ Pelco NET5508-US 8 channel rack mount Encoder US power cord 1,356.75$ 0.85 1,148.02$ Pelco NET5516-UK 16 channel rack mount Encoder UK power cord 2,264.96$ 0.85 1,916.50$ Pelco NET5516-US 16 channel rack mount Encoder US power cord 2,243.81$ 0.85 1,898.61$ Pelco 3DX-600-3DMOUSE VideoXpert; Enhanced 3D Mouse with Joy and Jog Stick 729.02$ 0.85 616.86$ Pelco KBD5000 Keyboard for VideoXpert; Endura; and DS - modular jog dial; joystick; and keypad 2,530.96$ 0.85 2,141.58$ Pelco KSC-3000U Direct Mode Fixed/Variable Speed Controller; PTZ; Joystick 658.90$ 0.85 557.53$ Pelco KSC-PSKIT Power Adapter Kit (12VDC) for KSC-3000U Controller 26.71$ 0.85 22.60$ Pelco C11-UM Universal camera mount for Sarix Box cameras 122.43$ 0.85 103.59$ Pelco CM1751 Light Duty mount ceiling/pendant/wall 61.22$ 0.85 51.80$ Pelco CM400 Corner adapter for LWM41; IWM; IWM24; and DF5 95.72$ 0.85 80.99$ Pelco CM400-SW Corner Mount Adaptor For IWM-SW for Spectra Enhanced 7 IP PTZ Cameras RAL 9003 95.72$ 0.85 80.99$ Pelco EC20 Ceiling Mount For EH20 Enclosures 310.53$ 0.85 262.76$ Pelco EH14 Housing megapixel window IP66 CE and optional mounts and brackets 61.22$ 0.85 51.80$ Pelco EH14-2 Housing megapixel window IP66 CE 24VAC power supply heater and blower 116.87$ 0.85 98.89$ Pelco EH14-3 Housing megapixel window IP66 CE 230VAC power supply and heater and blower 160.27$ 0.85 135.61$ Pelco EH16 Housing with megapixel window IP66 protection UL and CE certification 125.77$ 0.85 106.42$ Pelco EH16-MT Housing with megapixel window IP66 protection UL and CE certification and mount 150.26$ 0.85 127.14$ Pelco EH20 Housing IP66; No Heater/Blower; Sunshade; Without Feedthrough Mount 159.16$ 0.85 134.67$ Pelco EH20-2-H Housing IP66; 24VAC with Heater/Blower; Sunshade and Feedthrough Mount 259.33$ 0.85 219.43$ Pelco EH20-3-H Housing IP66; 110-230VAC with Heater/Blower; Sunshade and Feedthrough Mount 341.69$ 0.85 289.12$ Pelco EH20-M General purpose housing IP66; No Heater/Blower; With Feedthrough Mount 197.00$ 0.85 166.69$ Pelco EH20-P-H Housing IP66; PoE+/HPoE with Heater/Blower; Sunshade and Feedthrough Mount 407.36$ 0.85 344.69$ Pelco EH4718 Enclosure; indoor front hinged lid and rear link-lock latch. 18-inch length 401.79$ 0.85 339.98$ Pelco EHS8000-2-H Stainless Steel Housing IP66; 24VAC with Heater/Blower 1,988.93$ 0.85 1,682.94$ Pelco EHS8000-3-H Stainless Steel Housing IP66; 230VAC with Heater/Blower 2,510.93$ 0.85 2,124.63$ Pelco EHS8000-P-H Stainless Steel Housing IP66; HPoE with Heater/Blower 2,262.73$ 0.85 1,914.62$ Pelco EM14A Light Duty Wall Mount For EH14 Enclosure Ral 9002 50.09$ 0.85 42.38$ Pelco EM16 Feed through mount for EH16 Housing 27.83$ 0.85 23.55$ Pelco EM2000 J-Mount with adustable head & strap Slots 143.58$ 0.85 121.49$ Pelco EM3512 Wall mount; feedthrough for EH3512 24V 184.76$ 0.85 156.34$ Pelco EMS8000 Mount For EHS8000 Stainless Steel 276.02$ 0.85 233.56$ Pelco EP20 Pole Mount For EH20 Enclosures 103.51$ 0.85 87.59$ Pelco EP21 Pole Mount For EM20 Enclosure Mount 76.80$ 0.85 64.98$ Pelco EPS8000 Pole Mount For EHS8000 Enclosures 103.51$ 0.85 87.59$ Pelco PA101 Pole adapter for EM1400; PM14; MM1000 mounts. Minimum pole diameter 1.5-inches 74.57$ 0.85 63.10$ Pelco PA101-AW Pole Mount Adapter for WMVE-AW min pole diameter 1.5 inches Pantone 427C 76.80$ 0.85 64.98$ Pelco PA101-SW Pole mount adapter. Minimum pole diameter 1.5-inches. White 74.57$ 0.85 63.10$ #Internal Pelco PA402 Pole adapter for LWM41; IWM; IWM24 wall mounts Spectra and DF5 pendant series 99.06$ 0.85 83.82$ Pelco PA402-SW Pole Mount Adaptor for IWM-SW for Spectra Enhanced 7 IP PTZ Cameras RAL 9003 99.06$ 0.85 83.82$ Pelco PM2000 Heavy-duty; for pan/tilt's or enclosures. Ceiling/pedestal mount; 24-inch height 190.32$ 0.85 161.04$ Pelco PM2010 Heavy-duty; for pan/tilt's or enclosures. Ceiling/pedestal mount; 10-inch height 128.00$ 0.85 108.31$ Pelco TB1751 Mount;Light Duty;with Bar Clip 63.44$ 0.85 53.68$ Pelco IDL0-PU2 Sarix Modular Camera 2 Port Processor Unit 556.50$ 0.85 470.88$ Pelco IDL302-FXI 3MP Fixed Micro Bullet Imager for Sarix Modular Camera 263.94$ 0.85 223.33$ Pelco IDL303-PHI 3MP Pin Hole Imager for Sarix Modular Camera 263.94$ 0.85 223.33$ Pelco IDL502-FXI 5MP Fixed Micro Bullet Imager for Sarix Modular Camera 369.94$ 0.85 313.03$ Pelco EVO-05-LBK Evolution 360 5MP Outdoor Pendant Kit Black with conduit box and sunshield 993.91$ 0.85 841.00$ Pelco EVO-05-LWK Evolution 360 5MP Outdoor Pendant Kit White with conduit box and sunshield 993.91$ 0.85 841.00$ Pelco EVO-05LID Evolution Mini 360 Degree Compact Indoor Surface Mount 5MP IP Camera White 566.52$ 0.85 479.36$ Pelco EVO-05LJD Evolution Mini 360 Degree Compact Indoor Surface Mount 5MP IP Camera Black 566.52$ 0.85 479.36$ Pelco EVO-05LMD Evolution Mini 360 5MP Environmental Surface Mount White 677.82$ 0.85 573.54$ Pelco EVO-05LND Evolution Mini 360 5MP Environmental Surface Mount Black 677.82$ 0.85 573.54$ Pelco EVO-05NCD Evolution 360 Degree Indoor Concealed 5MP IP Camera 980.55$ 0.85 829.70$ Pelco EVO-05NID Evolution 360 Degree Indoor Surface Mount 5MP IP Camera White 980.55$ 0.85 829.70$ Pelco EVO-05NJD Evolution 360 Degree Indoor Surface Mount 5MP IP Camera Black 980.55$ 0.85 829.70$ Pelco EVO-05NMD Evolution 360 Degree Outdoor Surface Mount 5MP IP Camera White 744.60$ 0.85 630.05$ Pelco EVO-05NND Evolution 360 Degree Outdoor Surface Mount 5MP IP Camera Black 1,119.68$ 0.85 947.42$ Pelco EVO-12NCD Evolution 360 Degree Indoor Concealed 12MP IP Camera 1,409.06$ 0.85 1,192.28$ Pelco EVO-12NID Evolution 360 Degree Indoor Surface Mount 12MP IP Camera White 1,409.06$ 0.85 1,192.28$ Pelco EVO-12NJD Evolution 360 Degree Indoor Surface Mount 12MP IP Camera Black 1,859.82$ 0.85 1,573.69$ Pelco EVO-180-WED-P Evolution 180 Degree Outdoor Surface Mount Wall Mount 12MP IP Camera White 1,858.71$ 0.85 1,572.75$ Pelco EVO-180-WJD-P Evolution 180 Degree Indoor Surface Mount Wall Mount 12MP IP Camera Black 1,563.77$ 0.85 1,323.19$ Pelco IMD12136 Sarix Multi IMD Series 12 MP 2.8mm 4 imager 360 degree multi-directional camera 1,992.27$ 0.85 1,685.77$ Pelco IMD15118 Sarix Multi IMD Series 15 MP 4mm 3 imager 180 degree multi-directional camera 1,882.08$ 0.85 1,592.53$ Pelco IMD15127 Sarix Multi IMD Series 15 MP 2.8mm 3 imager 270 degree multi-directional camera 1,882.08$ 0.85 1,592.53$ Pelco IMD20136 Sarix Multi IMD Series 20 MP 2.8mm 4 imager 360 degree multi-directional camera 2,192.61$ 0.85 1,855.29$ Pelco IMD24118 Sarix Multi IMD Series 24 MP 5.2mm 3 imager 180 degree multi-directional camera 2,192.61$ 0.85 1,855.29$ Pelco IMD24127 Sarix Multi IMD Series 24 MP 4mm 3 imager 270 degree multi-directional camera 2,192.61$ 0.85 1,855.29$ Pelco IMD32136 Sarix Multi IMD Series 32 MP 4mm 4 imager 360 degree camera multi-directional 2,503.14$ 0.85 2,118.04$ Pelco IMD9118 Sarix Multi IMD Series 9 MP 4mm 3 imager 180 degree multi-directional camera 1,731.83$ 0.85 1,465.39$ Pelco IMD9127 Sarix Multi IMD Series 9 MP 2.8mm 3 imager 270 degree multi-directional camera 1,731.83$ 0.85 1,465.39$ Pelco IMF-INSTKT Replacement Install Kit for Surface Mount IMF Pelco Fisheye Camera 21.15$ 0.85 17.90$ Pelco IMF-LD1 Replacement Lower Dome Clear 3 Pack for IMF Pelco Fisheye Cameras 110.19$ 0.85 93.24$ Pelco IMF-PM Pendant Mount Adapter for Pelco Fisheye Environmental Cameras 87.93$ 0.85 74.40$ Pelco IMF-PNL Metal Ceiling Panel Mount Pelco Fisheye Tile 2 Ft X 2Ft Pantone 427C 166.95$ 0.85 141.27$ Pelco IMF122-1ERS 12MP Fisheye Environmental IR Surface Mount True WDR 30 FPS Smart Analytics 1,445.79$ 0.85 1,223.36$ Pelco IMF122-1ES 12MP Fisheye Environmental Surface Mount True WDR 30 FPS Smart Analytics 1,379.01$ 0.85 1,166.85$ Pelco IMF122-1I 12MP Fisheye Inceiling Mount Indoor True WDR 30 FPS Smart Analytics 1,412.40$ 0.85 1,195.11$ Pelco IMF82-1ERS 8MP Fisheye Environmental IR Surface Mount True WDR 30 FPS Smart Analytics 967.20$ 0.85 818.40$ Pelco IMF82-1ES 8MP Fisheye Environmental Surface Mount True WDR 30 FPS Smart Analytics 911.55$ 0.85 771.31$ Pelco IMF82-1I 8MP Fisheye Inceiling Mount Indoor True WDR 30 FPS Smart Analytics 944.94$ 0.85 799.56$ Pelco IMFI-INSTKT Replacement Install Kit for inceiling Fisheye Camera includes tools fasteners 20.14$ 0.85 17.04$ Pelco IMM-CM Corner Mount for WMVE-SR; Telegrey 144.69$ 0.85 122.43$ Pelco IMM-CMAW Corner Mount for WMVE-AW Pantone 427C 76.80$ 0.85 64.98$ Pelco IMM-PNL Ceiling Panel for Optera Inceiling Mount 2Ftx2Ft White 249.00$ 0.85 210.69$ Pelco IMM12018-1EI Optera 12MP 180 Environmental Inceiling dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12018-1EP Optera 12MP 180 Environmental Pendant dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12018-1ES Optera 12MP 180 Environmental Surface mount dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12018-1I Optera 12MP 180 Indoor vandal Inceiling dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12018-1P Optera 12MP 180 Indoor vandal Pendant dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12018-1S Optera 12MP 180 Indoor vandal Surface mount dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12018-B1I Optera 12MP 180 Indoor vandal Inceiling dome camera Black 2,409.65$ 0.85 2,038.93$ Pelco IMM12018-B1P Optera 12MP 180 Indoor vandal Pendant dome camera Black 2,409.65$ 0.85 2,038.93$ Pelco IMM12018-B1S Optera 12MP 180 Indoor vandal Surface mount dome camera Black 2,409.65$ 0.85 2,038.93$ Pelco IMM12018-BASE Optera Panomersive 12MP 180 degree Indoor Base camera module 2,303.38$ 0.85 1,949.01$ Pelco IMM12018-E-BASE Optera Panomersive 12MP 180 degree Environmental Base camera module 2,492.06$ 0.85 2,108.67$ Pelco IMM12027-1EI Optera 12MP 270 Environmental Inceiling dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12027-1EP Optera 12MP 270 Environmental Pendant dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12027-1ES Optera 12MP 270 Environmental Surface mount dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12027-1I Optera 12MP 270 Indoor vandal Inceiling dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12027-1P Optera 12MP 270 Indoor vandal Pendant dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12027-1S Optera 12MP 270 Indoor vandal Surface mount dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12027-B1I Optera 12MP 270 Indoor vandal Inceiling dome camera Black 2,409.65$ 0.85 2,038.93$ Pelco IMM12027-B1P Optera 12MP 270 Indoor vandal Pendant dome camera Black 2,409.65$ 0.85 2,038.93$ Pelco IMM12027-B1S Optera 12MP 270 Indoor vandal Surface mount dome camera Black 2,409.65$ 0.85 2,038.93$ Pelco IMM12027-BASE Optera Panomersive 12MP 270 degree Indoor Base camera module 2,303.38$ 0.85 1,949.01$ Pelco IMM12027-E-BASE Optera Panomersive 12MP 270 degree Environmental Base camera module 2,492.06$ 0.85 2,108.67$ Pelco IMM12036-1EI Optera 12MP 360 Environmental Inceiling dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12036-1EP Optera 12MP 360 Environmental Pendant dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12036-1ES Optera 12MP 360 Environmental Surface mount dome camera telegrey 2,597.74$ 0.85 2,198.09$ Pelco IMM12036-1I Optera 12MP 360 Indoor vandal Inceiling dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12036-1P Optera 12MP 360 Indoor vandal Pendant dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12036-1S Optera 12MP 360 Indoor vandal Surface mount dome camera White 2,409.65$ 0.85 2,038.93$ Pelco IMM12036-B1I Optera 12MP 360 Indoor vandal Inceiling dome camera Black 2,409.65$ 0.85 2,038.93$ #Internal Pelco IMM12036-B1P Optera 12MP 360 Indoor vandal Pendant dome camera Black 2,409.65$ 0.85 2,038.93$ Pelco IMM12036-B1S Optera 12MP 360 Indoor vandal Surface mount dome camera Black 2,409.65$ 0.85 2,038.93$ Pelco IMM12036-BASE Optera Panomersive 12MP 360 degree Indoor Base camera module 2,303.38$ 0.85 1,949.01$ Pelco IMM12036-E-BASE Optera Panomersive 12MP 360 degree Environmental Base camera module 2,492.06$ 0.85 2,108.67$ Pelco IMMBB0-BI Backbox for Optera Indoor Vandal Inceiling Mount Black Plemun Rated 75.68$ 0.85 64.04$ Pelco IMMBB0-BP Backbox for Optera Indoor Vandal Pendant Mount Black 75.68$ 0.85 64.04$ Pelco IMMBB0-BS Backbox for Optera Indoor Vandal Surface Mount Black 75.68$ 0.85 64.04$ Pelco IMMBB0-EI Backbox for Optera Environmental Vandal Inceiling Mount Telegrey Plenum Rated 75.68$ 0.85 64.04$ Pelco IMMBB0-EP Backbox for Optera Environmental Vandal Pendant Mount Telegrey 75.68$ 0.85 64.04$ Pelco IMMBB0-ES Backbox for Optera Environmental Vandal Surface Mount Telegrey 75.68$ 0.85 64.04$ Pelco IMMBB0-I Backbox for Optera Indoor Vandal Inceiling Mount White Plenum Rated 75.68$ 0.85 64.04$ Pelco IMMBB0-P Backbox for Optera Indoor Vandal Pendant Mount White 75.68$ 0.85 64.04$ Pelco IMMBB0-S Backbox for Optera Indoor Vandal Surface Mount White 75.68$ 0.85 64.04$ Pelco IMMLD0-0 Lower Dome for Optera Indoor Vandal White Trim Smoked Bubble 75.68$ 0.85 64.04$ Pelco IMMLD0-0E Lower Dome for Optera Environmental Vandal Telegrey Trim Smoked Bubble 75.68$ 0.85 64.04$ Pelco IMMLD0-1 Lower Dome for Optera Indoor Vandal White Trim Clear Bubble 75.68$ 0.85 64.04$ Pelco IMMLD0-1E Lower Dome for Optera Environmental Vandal Telegrey Trim Clear Bubble 75.68$ 0.85 64.04$ Pelco IMMLD0-B0 Lower Dome for Optera Indoor Vandal Black Trim Smoked Bubble 75.68$ 0.85 64.04$ Pelco IMMLD0-B1 Lower Dome for Optera Indoor Vandal Black Trim Clear Bubble 75.68$ 0.85 64.04$ Pelco OBE-01-IBA Indoor Pendant Black For Evolution 360 Degree 5MP Camera 82.36$ 0.85 69.69$ Pelco OBE-01-IWA Indoor Pendant White For Evolution 360 Degree 5MP Camera 83.48$ 0.85 70.64$ Pelco OBE-01-OBA Outdoor Pendant Black For Evolution 360 Degree 5MP Camera 90.15$ 0.85 76.28$ Pelco OBE-02-OBA Outdoor Sunshield Black For Evolution 360 Degree Camera Pendant 90.15$ 0.85 76.28$ Pelco OBE-02-OWA Outdoor Sunshield White For Evolution 360 Degree Camera Pendant 90.15$ 0.85 76.28$ Pelco OBE-03-OBA Outdoor Pole mount Black For Evolution 360 Degree Camera Includes Wall mount 189.21$ 0.85 160.10$ Pelco OBE-03-OWA Outdoor Pole mount White For Evolution 360 Degree Camera Includes Wall mount 189.21$ 0.85 160.10$ Pelco OBE-04-OBA Outdoor Wall mount Black For Evolution 360 Degree Camera 189.21$ 0.85 160.10$ Pelco OBE-05-OBA Outdoor Corner mount Black for Evolution 360 Degree Camera Includes Wall Mount 194.78$ 0.85 164.81$ Pelco OBE-05-OWA Outdoor Corner mount White for Evolution 360 Degree Camera Includes Wall Mount 194.78$ 0.85 164.81$ Pelco OBE-11-IWA Vandal Resistant Lower Dome Surface Mount For Evolution Mini Compact Indoor 46.75$ 0.85 39.56$ Pelco OBE-13-IBA Adapter For Use With Pendant Mount For EVO Mini 360 Degree IP Camera 76.80$ 0.85 64.98$ Pelco OBE-14-OBA Outdoor Sunshield Black for 12 Mega Pixel Evolution 360 Degree Camera Pendant 99.06$ 0.85 83.82$ Pelco OBE-14-OWA Outdoor Sunshield White for 12 Mega Pixel Evolution 360 Degree Camera Pendant 99.06$ 0.85 83.82$ Pelco OBE-16-OBA Evo Mini Environmental Conduit Backbox Black 83.48$ 0.85 70.64$ Pelco OBE-20-SES Sunshield Environmental for Evoution Stainless Steel 2 Fisheye Camera 263.78$ 0.85 223.20$ Pelco OBE-20-SPA Wall Mount for Evolution Stainless Steel 2 Fisyeye Camera Pendant 654.44$ 0.85 553.76$ Pelco B6-F Spectra Enhanced 1080P BackBox Flush 668.91$ 0.85 566.00$ Pelco B6-PG Spectra Enhanced 1080P BackBox Pendant Gray 753.50$ 0.85 637.58$ Pelco B6-PG-E Spectra Enhanced 1080P BackBox Environmental Pendant Gray 1,135.26$ 0.85 960.60$ Pelco B7-F Back Box Spectra 7 Indoorin-ceiling White 478.78$ 0.85 405.12$ Pelco B7-F-E Back Box Spectra 7 Enviornmental in-ceiling White 534.52$ 0.85 452.29$ Pelco B7-PB-E Back Box Spectra 7 Enviornmental Pendant Black 545.37$ 0.85 461.47$ Pelco B7-PW-E Back Box Spectra 7 Enviornmental Pendant White 454.10$ 0.85 384.24$ Pelco D7230L Spectra Enhanced 7 Dome 1080p 30X Environmental dome drive 2,906.04$ 0.85 2,458.96$ Pelco D7230L-US Spectra Enhanced 7 Dome 1080p 30X Environmental dome drive COO US 3,178.73$ 0.85 2,689.69$ Pelco D7818L Spectra Enhanced 7 Dome 4K 20X Environmental dome drive 3,995.67$ 0.85 3,380.95$ Pelco D7818L-US Spectra Enhanced 7 Dome 4K 20X Environmental dome drive COO US 4,405.25$ 0.85 3,727.52$ Pelco ECM101 Corner mount adapter for Esprit 123.21$ 0.85 104.25$ Pelco EM20 Feedthrough mount for EH2000 Enclosures - MOUNT ONLY 52.31$ 0.85 44.26$ Pelco EM20JB Wall mount junction box for EM20 149.14$ 0.85 126.20$ Pelco EPM Pole adapter for Esprit; adapts Esprit wall mounts for pole mounting 95.72$ 0.85 80.99$ Pelco EPP2 Esprit Pedestal Plate 63.44$ 0.85 53.68$ Pelco ES-BLADE-10 Esprit replacement wiper blades; 10 pieces 52.31$ 0.85 44.26$ Pelco ES-BLADE-2 Esprit replacement wiper blades; 2 pieces 28.94$ 0.85 24.49$ Pelco ES5230-15N Esprit 1080P Wiper 120/230VAC Pedastal Mount 4,356.28$ 0.85 3,686.08$ Pelco ES6230-02 Esprit Enhanced 6 1080P POE/24V 4,276.15$ 0.85 3,618.28$ Pelco ES6230-05 Esprit Enhanced 6 1080P 85-265V 4,276.15$ 0.85 3,618.28$ Pelco ES6230-12 Esprit Enhanced 6 1080P Wiper POE/24V 4,459.79$ 0.85 3,773.67$ Pelco ES6230-12-R2 Esprit Enhanced 6 1080P Wiper 48VDC IR200m 6,495.47$ 0.85 5,496.17$ Pelco ES6230-12-RW ES6230-12-RW 6,509.94$ 0.85 5,508.41$ Pelco ES6230-12P Esprit Enhanced 6 1080P Wiper Pressurized POE/24V 5,551.64$ 0.85 4,697.54$ Pelco ES6230-12P-R2 Esprit Enhanced 6 1080P Wiper Pressurized 48VDC IR200m 7,466.00$ 0.85 6,317.38$ Pelco ES6230-12P-RW ES6230-12P-RW 7,473.80$ 0.85 6,323.98$ Pelco ES6230-15 Esprit Enhanced 6 1080P Wiper 85-265V 4,459.79$ 0.85 3,773.67$ Pelco ES6230-15-R2 Esprit Enhanced 6 1080P Wiper 100-240V IR200m 6,495.47$ 0.85 5,496.17$ Pelco ES6230-15-RW ES6230-15-RW 6,509.94$ 0.85 5,508.41$ Pelco ES6230-15P Esprit Enhanced 6 1080P Wiper Pressurized 85-265V 5,551.64$ 0.85 4,697.54$ Pelco ES6230-15P-R2 Esprit Enhanced 6 1080P Wiper Pressurized 100-240V IR200m 7,466.00$ 0.85 6,317.38$ Pelco ES6230-15P-RW ES6230-15P-RW 7,473.80$ 0.85 6,323.98$ Pelco ESTX-HD-5 Power Supply 120/230VAC Esprit5 258.22$ 0.85 218.49$ Pelco EWM Wall mount for Esprit; indoor and outdoor; optional adapter; EPM; for pole mount 80.00$ 0.85 67.69$ Pelco IWM-GY Wall mount with cable feedthrough for pendant Spectra cameras; Gray 109.07$ 0.85 92.29$ Pelco IWM-SR Wall Mount Lt Gray for Sarix IE P Pnd Lg 105.74$ 0.85 89.47$ Pelco IWM-SW Environmental wall mount with cable feedthrough for Spectra Enhanced 7; RAL 9003 109.07$ 0.85 92.29$ Pelco IWM24-GY Wall mount with integrated power; for Intercept or Spectra and DF5 outdoor; Gray 328.34$ 0.85 277.83$ Pelco IWM24-SR Wall Mount 24 VAC Light Gray for Sarix IE Pendant Long 290.49$ 0.85 245.80$ Pelco IWM24-SW Environmental wall mount cable feedthrough and power for Spectra Enh 7; RAL 9003 328.34$ 0.85 277.83$ #Internal Pelco LD53PR-0 Spectra III Pressurized lower dome; pendant mount; smoke. 781.33$ 0.85 661.13$ Pelco LD53PR-1 Spectra III Pressurized lower dome; pendant mount; clear. 781.33$ 0.85 661.13$ Pelco LD6F-0 Spectra Enhanced 1080p Lower Dome Flush Smoked IK10 194.78$ 0.85 164.81$ Pelco LD6F-1 Spectra Enhanced 1080p Lower Dome Flush Clear IK10 194.78$ 0.85 164.81$ Pelco LD6PB-0 Spectra Enhanced 1080p Lower Dome Pendant Smoked IK10 223.71$ 0.85 189.29$ Pelco LD6PB-1 Spectra Enhanced 1080p Lower Dome Pendant Clear IK10 223.71$ 0.85 189.29$ Pelco LD7AF-0 Lower bubble Spectra 7 4K Indoor White Smoked bubble 318.32$ 0.85 269.35$ Pelco LD7AF-1 Lower bubble Spectra 7 4K Indoor White Clear bubble 318.32$ 0.85 269.35$ Pelco LD7APB-0 Lower bubble Spectra 7 4K Environmental Black Smoked bubble 318.32$ 0.85 269.35$ Pelco LD7APB-1 Lower bubble Spectra 7 4K Environmental Black Clear bubble 318.32$ 0.85 269.35$ Pelco LD7F-0 Lower bubble Spectra 7 Indoor White Smoked bubble 227.05$ 0.85 192.12$ Pelco LD7F-1 Lower bubble Spectra 7 Indoor White Clear bubble 227.05$ 0.85 192.12$ Pelco LD7PB-0 Lower bubble Spectra 7 Environmental Black Smoked bubble 227.05$ 0.85 192.12$ Pelco LD7PB-1 Lower bubble Spectra 7 Environmental Black Clear bubble 227.05$ 0.85 192.12$ Pelco LDHDPB-1 Spectra HD Lower Dome Black Pendant Clear 212.58$ 0.85 179.88$ Pelco LDP-ESR-0 Lower Dome Professional Environmental Pendant SR Grey Smoke 161.39$ 0.85 136.56$ Pelco LDP-FWH-1 Lower Dome Professional Flush White Clear 122.43$ 0.85 103.59$ Pelco LDP-PWH-0 Lower Dome Professional Pendant White Smoke 122.43$ 0.85 103.59$ Pelco P1220-ESR0 Spectra Professional 1080P 20X Environmental Pendant SR Grey Smoke 2,085.76$ 0.85 1,764.87$ Pelco P1220-FWH0 Spectra Professional 1080P 20X Flush White Smoke 1,859.82$ 0.85 1,573.69$ Pelco P1220-PWH1 Spectra Professional 1080P 20X Pendant White Clear 1,945.52$ 0.85 1,646.21$ Pelco P1220-YSR0 Spectra Professional 1080P 20X Environmental Flush SR Grey Smoke 2,075.75$ 0.85 1,756.40$ Pelco P1220-YSR1 Spectra Professional 1080P 20X Environmental Flush SR Grey Clear 2,075.75$ 0.85 1,756.40$ Pelco P2230L-ESR Spectra Pro2 series 2M Low Light 30X IR Lookup Environmental Pendant Gray 2,173.69$ 0.85 1,839.28$ Pelco P2230L-EW0 Spectra Pro2 series 2M Low Light 30X Environmental Pendant White; smoked bubble 2,034.56$ 0.85 1,721.55$ Pelco P2230L-EW1 Spectra Pro2 series 2M Low Light 30X Environmental Pendant White; Clear bubble 2,034.56$ 0.85 1,721.55$ Pelco P2230L-FW0 Spectra Pro2 series 2M Low Light 30X Indoor in-ceiling White; smoked bubble 1,921.04$ 0.85 1,625.50$ Pelco P2230L-FW1 Spectra Pro2 series 2M Low Light 30X Indoor in-ceiling White; Clear bubble 1,921.04$ 0.85 1,625.50$ Pelco P2820-ESR Spectra Pro2 series 4K Low Light 20X IR Lookup Environmental Pendant Gray 4,705.76$ 0.85 3,981.80$ Pelco PP350 Parapet wall mount for Spectra and DF5 outdoor pendant domes 496.40$ 0.85 420.03$ Pelco PP350-AW Parapet Wall Mount for 1.5 Inch Pendant Swivels; Pantone 427C 496.40$ 0.85 420.03$ Pelco PP350-SW Parapet wall mount for Spectra and DF5 outdoor pendant domes; White 496.40$ 0.85 420.03$ Pelco PP351 Rooftop Parapet wall mount for Spectra and DF5 outdoor pendant domes 767.59$ 0.85 649.50$ Pelco PP351-AW Parapet Rooftop Mount for 1.5 Inch Pendant Swivels; Pantone 427C 589.89$ 0.85 499.14$ Pelco PP351-SW Rooftop Parapet wall mount for Spectra and DF5 outdoor pendant style; White 589.89$ 0.85 499.14$ Pelco PP450 Parapet adapter mount for Spectra and DF5 series pendant domes ; Gray 548.71$ 0.85 464.29$ Pelco PP450-SW Parapet adapter mount for Spectra and DF5 series pendant domes; White 548.71$ 0.85 464.29$ Pelco PP451 Rooftop parapet adapter mount for Spectra and DF5 series pendant domes 808.01$ 0.85 683.70$ Pelco PP451-SW Rooftop parapet adapter mount for Spectra and DF5 series pendant domes; White 635.52$ 0.85 537.75$ Pelco S7230L-EB0 Spectra Enhanced 7 Dome 1080p 30X Environmental Pendant Black Smoked Bubble 3,412.46$ 0.85 2,887.47$ Pelco S7230L-EB1 Spectra Enhanced 7 Dome 1080p 30X Environmental Pendant Black Clear Bubble 3,412.46$ 0.85 2,887.47$ Pelco S7230L-EW0 Spectra Enhanced 7 Dome 1080p 30X Environmental Pendant White Smoked Bubble 3,320.08$ 0.85 2,809.30$ Pelco S7230L-EW1 Spectra Enhanced 7 Dome 1080p 30X Environmental Pendant White Clear Bubble 3,320.08$ 0.85 2,809.30$ Pelco S7230L-FW0 Spectra Enhanced 7 Dome 1080p 30X Indoor in-ceiling White Smoked Bubble 3,044.06$ 0.85 2,575.74$ Pelco S7230L-FW1 Spectra Enhanced 7 Dome 1080p 30X Indoor in-ceiling White Clear Bubble 3,044.06$ 0.85 2,575.74$ Pelco S7230L-PW Spectra Enhanced 7 IR Look-up 1080p 30X Environmental Pendant White 3,675.00$ 0.85 3,109.62$ Pelco S7230L-YB0 Spectra Enhanced 7 Dome 1080p 30X Environmental in-ceiling Black Smoked Bubble 3,135.32$ 0.85 2,652.96$ Pelco S7230L-YB1 Spectra Enhanced 7 Dome 1080p 30X Environmental in-ceiling Black Clear Bubble 3,135.32$ 0.85 2,652.96$ Pelco S7240L-PW Spectra Enh 7 IR lookup 1080p 40X OIS; Env; Wiper; Laser Focus Assist; White 4,333.00$ 0.85 3,666.38$ Pelco S7818L-EB0 Spectra Enhanced 7 Dome 4K 20X Environmental Pendant Black Smoked bubble 4,615.61$ 0.85 3,905.52$ Pelco S7818L-EB1 Spectra Enhanced 7 Dome 4K 20X Environmental Pendant Black Clear bubble 4,615.61$ 0.85 3,905.52$ Pelco S7818L-EW0 Spectra Enhanced 7 Dome 4K 20X Environmental Pendant White Smoked bubble 4,525.46$ 0.85 3,829.24$ Pelco S7818L-EW1 Spectra Enhanced 7 Dome 4K 20X Environmental Pendant White Clear bubble 4,525.46$ 0.85 3,829.24$ Pelco S7818L-FW0 Spectra Enhanced 7 Dome 4K 20X Indoor in-ceiling White Smoked bubble 4,072.47$ 0.85 3,445.94$ Pelco S7818L-FW1 Spectra Enhanced 7 Dome 4K 20X Indoor in-ceiling White Clear bubble 4,072.47$ 0.85 3,445.94$ Pelco S7818L-YB0 Spectra Enhanced 7 Dome 4K 20X Environmental in-ceiling Black Smoked bubble 4,163.73$ 0.85 3,523.16$ Pelco S7818L-YB1 Spectra Enhanced 7 Dome 4K 20X Environmental in-ceiling Black Clear bubble 4,163.73$ 0.85 3,523.16$ Pelco S7820L-PW Spectra Enh 7 IR lookup 4K 20x Env Pendant; Wiper; Laser Focus Assist; White 5,000.00$ 0.85 4,230.77$ Pelco SWM-GY Wall mount with cable feedthrough for Spectra and DF5 pendant domes; Gray 63.44$ 0.85 53.68$ Pelco SWM-PA-BK Pole adapter; cable feedthrough with SWM-BK. For Spectra or DF5 pendant; Black 45.63$ 0.85 38.61$ Pelco SWM-PA-GY Pole adapter; cable feedthrough with SWM-BK. For Spectra or DF5 pendant; Gray 37.84$ 0.85 32.02$ Pelco SWM-SR Compact Environmental wall mount RAL 7047 63.44$ 0.85 53.68$ Pelco SWM-SW Compact Environmental wall mount RAL 9003 86.85$ 0.85 73.49$ Pelco H4A-ETD-KIT Elevated Temperature Detection Solution Kit 6,490.12$ 0.85 5,491.64$ Pelco IBD332-1 IBD3 Sarix High Security Corner Camera 3MP Smart Analytics Pantone 427C 1,323.94$ 0.85 1,120.26$ Pelco IBD332-1SS IBD3 Sarix High Security Corner Camera 3MP Smart Analytics Stainless Steel 1,588.94$ 0.85 1,344.49$ Pelco IBD532-1 IBD3 Sarix High Security Corner Camera 5MP Smart Analytics Pantone 427C 1,769.14$ 0.85 1,496.96$ Pelco IBD532-1SS IBD3 Sarix High Security Corner Camera 5MP Smart Analytics Stainless Steel 2,044.74$ 0.85 1,730.16$ Pelco BB4-F Spectra IV SE Back Box; indoor. For suspended or in-ceiling; Built-in memory 328.34$ 0.85 277.83$ Pelco BB4-PG Spectra IV SE Back Box; standard pendant mount; gray. Built-in memory 495.29$ 0.85 419.09$ Pelco BB4-PG-E Spectra IV SE Back Box; environmental pendant mount; gray. Built-in memory 598.79$ 0.85 506.67$ Pelco BB4-PR-E Spectra IV SE Press Back Box; environmental pendant; gray. Built-in memory 2,321.40$ 0.85 1,964.26$ Pelco BB4-PSG-E Spectra IV SE Back Box; stainless steel; environmental pendant. Built-in memory 1,442.45$ 0.85 1,220.53$ Pelco BB4DOORASSY Field replacement door assembly for all Spectra IV SE backboxes 178.08$ 0.85 150.68$ Pelco BB5-PCA-BK Spectra II pendant conduit adapter kit; black; for DF5 with BB5A-PB or BB5T-PB. 107.06$ 0.85 90.59$ Pelco BB5-PCA-GY Spectra II pendant conduit adapter kit; gray; for DF5 with BB5A-PG or BB5T-PG. 120.20$ 0.85 101.71$ Pelco BB5-PCA-SW Spectra II pendant conduit adapter kit; white; for DF5 with BB5A-PG or BB5T-PG. 120.20$ 0.85 101.71$ #Internal Pelco DD423-X Spectra IV dome drive 540-line day/night; 23X; auto-focus; 0.3 Lux; PAL 2,134.73$ 0.85 1,806.31$ Pelco DD530 Spectra Analog V SE Dome Drive C/BW 30X zoom NTSC/PAL 2,724.62$ 0.85 2,305.45$ Pelco DD53KIT Spectra III Fan/Pwr Sup Repair Kit 389.55$ 0.85 329.62$ Pelco ES-REPLBLADE-10 Esprit 10-piece wiper blade replacement. 52.31$ 0.85 44.26$ Pelco ESTX-5 Esprit 120/240 VAC power module. 223.71$ 0.85 189.29$ Pelco FD5-P FD5 Outdoor Dome Pendant Adapter 105.74$ 0.85 89.47$ Pelco LD4W-0 Spectra Mini lower dome. Smoked bubble. 71.23$ 0.85 60.27$ Pelco LD4W-1 Spectra Mini lower dome. Clear bubble. 64.55$ 0.85 54.62$ Pelco LD53PSB-1 Spectra III and SE stainless steel lower dome; Pendant mount; black. Clear dome. 771.31$ 0.85 652.65$ Pelco LD5B-0 Spectra Mini Smoked Black Lower Dome 85.70$ 0.85 72.52$ Pelco LD5B-1 Spectra Mini Clear Black Lower Dome 85.70$ 0.85 72.52$ Pelco LD5W-0 Spectra Mini Smoked White Lower Dome 85.70$ 0.85 72.52$ Pelco LD5W-1 Spectra Mini Clear White Lower Dome 85.70$ 0.85 72.52$ Pelco LDHQF-0 Spectra Quality lower dome/bubble; smoked; for standard in-ceiling/flush 237.07$ 0.85 200.60$ Pelco LDHQPB-0 Spectra Quality lower dome/bubble; smoked; for pendant; and env in-ceiling/flush 280.48$ 0.85 237.33$ Pelco LDHQPB-1 Spectra Quality lower dome/bubble; clear; for pendant; and env in-ceiling/flush 280.48$ 0.85 237.33$ Pelco SD423-F0-X Spectra IV SL 23X flush/in-ceiling; black box; white trim; smoked bubble; PAL 2,499.80$ 0.85 2,115.22$ Pelco SD423-PG-0-X Spectra IV SL 23X pendant; light grey box; smoked bubble; PAL 2,571.03$ 0.85 2,175.49$ Pelco SD423-PG-1-X Spectra IV SL 23X pendant; light grey box; clear bubble; PALl 2,571.03$ 0.85 2,175.49$ Pelco SD423-PG-E0-X Spectra IV SL 23X environmental pendant; light grey box; smoked bubble; PAL 2,647.83$ 0.85 2,240.47$ Pelco SD423-PG-E1-X Spectra IV SL 23X environmental pendant; light grey box; clear bubble; PAL 2,647.83$ 0.85 2,240.47$ Pelco SD5-W0-X Spectra Mini Smoked White Dome PAL 1,643.90$ 0.85 1,390.99$ Pelco SD5-W1 Spectra Mini Clear White Dome NTSC 1,643.90$ 0.85 1,390.99$ Pelco SD530-F0 Spectra Analog V SE 30X Flush mount White Smoked Dome NTSC/PAL 2,929.42$ 0.85 2,478.74$ Pelco SD530-PG-0 Spectra Analog V SE 30X zoom PENDANT Grey Smoked Dome NTSC/PAL 3,632.83$ 0.85 3,073.93$ Pelco SD530-PG-1 Spectra Analog V SE 30X zoom Pendant Grey Clear Dome NTSC/PAL 3,632.83$ 0.85 3,073.93$ Pelco SD530-PG-E0 Spectra Analog V SE 30X zoom Environmental Pendant Grey Smoked Dome NTSC/PAL 3,724.10$ 0.85 3,151.16$ Pelco SD530-PG-E1 Spectra Analog V SE 30X zoom Environmental Pendant Grey Clear Dome NTSC/PAL 3,724.10$ 0.85 3,151.16$ Pelco SD530-PRE0 Spectra Analog V SE 30X zoom Pressurized Grey Smoked Dome NTSC/PAL 5,086.41$ 0.85 4,303.89$ Pelco SD530-PRE1 Spectra Analog V SE 30X zoom Pressurized Grey Clear Dome NTSC/PAL 5,086.41$ 0.85 4,303.89$ Pelco SD530-PSGE1 Spectra Analog V SE 30X zoom Stainless Steel Env Pendant Clear Dome NTSC/PAL 5,313.46$ 0.85 4,496.00$ Pelco SWM5-W Spectra Mini White Wall Mount 102.70$ 0.85 86.90$ Pelco BU-ADAPTER Adapter plate for conduit box for IR bullet surface mounting 46.75$ 0.85 39.56$ Pelco IBD129-1 Sarix High Security Corner Mount camera 1.3MP rugged; no-see IR; IP66 IK10+ 1,108.55$ 0.85 938.00$ Pelco IBD329-1 Sarix High Security Corner Mount camera 3MP rugged; no-see IR; IP66 IK10+ 1,287.74$ 0.85 1,089.63$ Pelco IBE129-1I Sarix Enhanced 2 Indoor IR Bullet camera 1.3MP 3-9mm PoE; 12VDC; 24VAC 848.11$ 0.85 717.63$ Pelco IBE129-1R Sarix Enhanced 2 Environmental IR Bullet camera 1.3MP 3-9mm PoE; 12VDC; 24VAC 900.42$ 0.85 761.89$ Pelco IBE222-1I Sarix Enhanced 2 Indoor IR Bullet camera 2MP 9-22mm PoE; 12VDC; 24VAC 996.14$ 0.85 842.89$ Pelco IBE222-1R Sarix Enhanced 2 Environmental IR Bullet camera 2MP 9-22mm PoE; 12VDC; 24VAC 1,096.31$ 0.85 927.65$ Pelco IBE229-1I Sarix Enhanced 2 Indoor IR Bullet camera 2MP 3-9mm PoE; 12VDC; 24VAC 900.42$ 0.85 761.89$ Pelco IBE229-1R Sarix Enhanced 2 Environmental IR Bullet camera 2MP 3-9mm PoE; 12VDC; 24VAC 996.14$ 0.85 842.89$ Pelco IBE238-1ER Sarix Enhanced 3 Outoor Bullet 2MP 2.8-8mm Lens IR True WDR Advanced Analytics 1,019.51$ 0.85 862.66$ Pelco IBE322-1I Sarix Enhanced 2 Indoor IR Bullet camera 3MP 9-22mm PoE; 12VDC; 24VAC 1,106.32$ 0.85 936.12$ Pelco IBE329-1I Sarix Enhanced 2 Indoor IR Bullet camera 3MP 3-9mm PoE; 12VDC; 24VAC 1,016.17$ 0.85 859.84$ Pelco IBE332-1ER Sarix Enhanced 3 Outoor Bullet 3MP 8-20mm Lens IR True WDR Advanced Analytics 1,286.63$ 0.85 1,088.69$ Pelco IBE338-1ER Sarix Enhanced 3 Outoor Bullet 3MP 2.8-8mm Lens IR True WDR Advanced Analytics 1,169.76$ 0.85 989.80$ Pelco IBE539-1ER Sarix Enhanced 3 Outoor Bullet 5MP 4-9mm Lens IR True WDR Advanced Analytics 1,244.33$ 0.85 1,052.89$ Pelco IBE832-1ER Sarix Enhanced 3 Outoor Bullet 4K 8MP 9-20mm Lens IR True WDR Advanced Analytics 1,577.12$ 0.85 1,334.49$ Pelco IBE839-1ER Sarix Enhanced 3 Outoor Bullet 4K 8MP 4-9mm Lens IR True WDR Advanced Analytics 1,383.46$ 0.85 1,170.62$ Pelco IBEPLMT-E Pole Mount for Sarix Enhanced 2 Environmental Bullet camera 101.28$ 0.85 85.70$ Pelco IBEWLMT-E Wall Mount for Sarix Enhanced 2 Environmental Bullet camera 101.28$ 0.85 85.70$ Pelco IBEWLMT-I Wall Mount for Sarix Enhanced 2 Indoor Bullet camera 101.28$ 0.85 85.70$ Pelco IBP121-1I Sarix Professional 2 Indoor IR Bullet 1MP 3-10mm lens 468.57$ 0.85 396.48$ Pelco IBP124-1R Sarix Professional 2 Environmental IR Bullet 1MP 12-40mm lens 658.90$ 0.85 557.53$ Pelco IBP131-1ER Sarix Professional 3 Environmental IR Bullet 1MP 2.8-12mm nominal lens 500.85$ 0.85 423.80$ Pelco IBP221-1I Sarix Professional 2 Indoor IR Bullet 2MP 3-10mm lens 628.85$ 0.85 532.10$ Pelco IBP221-1R Sarix Professional 2 Environmental IR Bullet 2MP 3-10mm lens 720.11$ 0.85 609.32$ Pelco IBP222-1R Sarix Professional 2 Environmental IR Bullet 2MP 9-22mm lens 756.84$ 0.85 640.40$ Pelco IBP224-1R Sarix Professional 2 Environmental IR Bullet 2MP 12-40mm lens 793.57$ 0.85 671.48$ Pelco IBP231-1ER Sarix Professional 3 Environmental IR Bullet 2MP 2.8-12mm nominal lens 539.81$ 0.85 456.76$ Pelco IBP232-1ER Sarix Professional 3 Environmental IR Bullet 2MP 9-22mm lens 642.20$ 0.85 543.40$ Pelco IBP235-1ER Sarix Professional 3 Environmental IR Bullet 2MP 5-50mm lens 673.37$ 0.85 569.77$ Pelco IBP2BBAP-EI In-ceiling Mount for Sarix Professional 2 Environmental Bullet camera 60.10$ 0.85 50.85$ Pelco IBP3-PLMT Pole Mount for Sarix Enhanced 3 and Sarix Professional 3 Bullet cameras 76.80$ 0.85 64.98$ Pelco IBP321-1I Sarix Professional 2 Indoor IR Bullet 3MP 3-10mm lens 737.92$ 0.85 624.39$ Pelco IBP322-1I Sarix Professional 2 Indoor IR Bullet 3MP 9-22mm lens 774.65$ 0.85 655.47$ Pelco IBP322-1R Sarix Professional 2 Environmental IR Bullet 3MP 9-22mm lens 865.91$ 0.85 732.69$ Pelco IBP331-1ER Sarix Professional 3 Environmental IR Bullet 3MP 2.8-12mm nominal lens 642.20$ 0.85 543.40$ Pelco IBP335-1ER Sarix Professional 3 Environmental IR Bullet 3MP 5-50mm lens 765.74$ 0.85 647.93$ Pelco IBP3BBAP-EI In-ceiling Mount for Sarix Pro 3 and Sarix Enh 3 Environmental Bullet cameras 113.53$ 0.85 96.06$ Pelco IBP3BBAP-ES Surface Mount for Sarix Pro 3 and Sarix Enh 3 Environmental Bullet cameras 117.98$ 0.85 99.83$ Pelco IBP521-1I Sarix Professional 2 Indoor IR Bullet 5MP 3-10mm lens 830.30$ 0.85 702.56$ Pelco IBP531-1ER Sarix Professional 3 Environmental IR Bullet 5MP 2.8-12mm nominal lens 781.33$ 0.85 661.13$ Pelco IBP532-1ER Sarix Professional 3 Environmental IR Bullet 5MP 9-22mm lens 924.90$ 0.85 782.61$ Pelco IBV-A4S 4S Adapter Plate for IBV Series Varifocal Lens Sarix Value Bullets 54.54$ 0.85 46.15$ Pelco IBV229-1ER Sarix Value 2 Megapixel Varifocal 3.4-9.4 mm Environmental IR Bullet IP Camera 329.45$ 0.85 278.77$ Pelco IBV529-1ER Sarix Value 5 Megapixel Varifocal 3.4-9.4 mm Environmental IR Bullet IP Camera 427.39$ 0.85 361.64$ #Internal Pelco IFBV-JB Junction Box for Sarix Value IFV Fixed Lens Turrets and IBV Bullets 95.72$ 0.85 80.99$ Pelco IFV222-1ERS Sarix Value 2 Megapixel Fixed Focal 2.8 mm Environmental IR Turret IP Camera 219.26$ 0.85 185.53$ Pelco IFV523-1ERS Sarix Value 5 Megapixel Fixed Focal 3.6 mm Environmental IR Turret IP Camera 314.98$ 0.85 266.52$ Pelco IJTFV-PA Pendant Adapter Plate for Sarix Value IJV; ITV; IFV Series 45.63$ 0.85 38.61$ Pelco IJTV-AP Adapter Plate for IJV Fixed Focal Dome ITV Varifocal Turret Sarix Value 33.39$ 0.85 28.25$ Pelco IJV223-1ERS Sarix Value 2Mp Fixed Focal 3.6mm Environmental IR Minidome Surface Mount 244.86$ 0.85 207.19$ Pelco IJV522-1ERS Sarix Value 5Mp Fixed Focal 2.8mm Environmental IR Minidome Surface Mount 342.80$ 0.85 290.06$ Pelco IME122-1ES SarixEnh2 Environmental dome camera 1.3MP 9-22mm Clear Surface mount 891.51$ 0.85 754.35$ Pelco IME122-1ES/US SarixEnh2 Environmental dome camera 1.3MP 9-22mm Clear Surface mount COOUS 890.40$ 0.85 753.42$ Pelco IME129-1IS Sarix Enhanced 2 Indoor dome camera 1.3MP 3-9mm lens Clear bubble Surface mount 831.41$ 0.85 703.50$ Pelco IME129-1IS/US SarixEnh2 Indoor dome camera 1.3MP 3-9mm Clear Surface mount COOUS 901.53$ 0.85 762.83$ Pelco IME129-1RS SarixEnh2 Environmental IR dome camera 1.3MP 3-9mm Clear Surface mount 967.20$ 0.85 818.40$ Pelco IME21-E-BASE Base Module Sarix Enhanced Range Indoor 2.1 Megapixel IP Camera Mini Dome Lens 3 1,353.41$ 0.85 1,145.19$ Pelco IME222-1ES SarixEnh2 Environmental dome camera 2MP 9-22mm Clear Surface mount 1,066.25$ 0.85 902.21$ Pelco IME222-1ES/US SarixEnh2 Environmental dome camera 2MP 9-22mm Clear Surface mount COOUS 1,094.08$ 0.85 925.76$ Pelco IME222-1IS Sarix Enhanced 2 Indoor dome camera 2MP 9-22mm lens Clear bubble Surface mount 1,025.07$ 0.85 867.37$ Pelco IME222-1RS SarixEnh2 Environmental IR dome camera 2MP 9-22mm Clear Surface mount 1,174.22$ 0.85 993.57$ Pelco IME222-1RS/US SarixEnh2 Environmental IR dome camera 2MP 9-22mm Clear Surface mount COOUS 1,216.51$ 0.85 1,029.35$ Pelco IME229-1ES SarixEnh2 Environmental dome camera 2MP 3-9mm Clear Surface mount 967.20$ 0.85 818.40$ Pelco IME238-1ERS SarixEnh3 Outdoor Dome 2MP 2.8-8mm lens IR Clear SurfaceMt True WDR Adv Ana 1,015.06$ 0.85 858.90$ Pelco IME238-1IRS SarixEnh3 Indoor Dome 2MP 2.8-8mm lens IR Clear SurfaceMt True WDR Adv Ana 892.63$ 0.85 755.30$ Pelco IME31-E-BASE Base Module Sarix Enhanced Range Indoor 3.1 Megapixel IP Camera Mini Dome Lens 3 2,535.41$ 0.85 2,145.35$ Pelco IME322-1IS Sarix Enhanced 2 Indoor dome camera 3MP 9-22mm lens Clear bubble Surface mount 1,115.23$ 0.85 943.66$ Pelco IME322-1RS/US SarixEnh2 Environmental IR dome camera 3MP 9-22mm Clear Surface mount COOUS 1,360.09$ 0.85 1,150.85$ Pelco IME329-1IS Sarix Enhanced 2 Indoor dome camera 3MP 3-9mm lens Clear bubble Surface mount 1,016.17$ 0.85 859.84$ Pelco IME332-1ERS SarixEnh3 Outdoor Dome 3MP 8-20mm lens IR Clear SurfaceMt True WDR Adv Ana 1,268.82$ 0.85 1,073.62$ Pelco IME332-1IRS SarixEnh3 Indoor Dome 3MP 8-20mm lens IR Clear SurfaceMt True WDR Adv Ana 1,116.34$ 0.85 944.60$ Pelco IME338-1ERS SarixEnh3 Outdoor Dome 3MP 2.8-8mm lens IR Clear SurfaceMt True WDR Adv Ana 1,167.54$ 0.85 987.92$ Pelco IME338-1IRS SarixEnh3 Indoor Dome 3MP 2.8-8mm lens IR Clear SurfaceMt True WDR Adv Ana 1,015.06$ 0.85 858.90$ Pelco IME3EBAP-E Adaptor plate for Electrical box for Sarix Enhanced 3 dome cameras 46.75$ 0.85 39.56$ Pelco IME3ICM-E Inceiling Mount For Sarix Enhanced 3 Dome Cameras Environmental And Indoor 105.74$ 0.85 89.47$ Pelco IME3LD-0 Smoked Bubble Lower Dome For Sarix Enhanced 3 Indoor Dome Cameras Indoor 111.30$ 0.85 94.18$ Pelco IME3LD-0E Smoked Bubble Lower Dome For Sarix Enhanced 3 Environmental Dome Cameras 111.30$ 0.85 94.18$ Pelco IME3LD-1 Clear Bubble Lower Dome For Sarix Enhanced 3 Indoor Dome Cameras Indoor 105.74$ 0.85 89.47$ Pelco IME3LD-1E Clear Bubble Lower Dome For Sarix Enhanced 3 Environmental Dome Cameras 105.74$ 0.85 89.47$ Pelco IME3PM-E Pendant Mount For Sarix Enhanced 3 Dome Cameras Environmental And Indoor 105.74$ 0.85 89.47$ Pelco IME539-1ERS SarixEnh3 Outdoor Dome 5MP 4-9mm lens IR Clear SurfaceMt True WDR Adv Ana 1,258.80$ 0.85 1,065.14$ Pelco IME539-1IRS SarixEnh3 Indoor Dome 5MP 4-9mm lens IR Clear SurfaceMt True WDR Adv Ana 1,116.34$ 0.85 944.60$ Pelco IME832-1ERS SarixEnh3 Outdoor Dome 4K 8MP 9-20mm lens IR Clear SurfaceMt True WDR Adv Ana 1,522.58$ 0.85 1,288.34$ Pelco IME832-1IRS SarixEnh3 Indoor Dome 4K 8MP 9-20mm lens IR Clear SurfaceMt True WDR Adv Ana 1,380.12$ 0.85 1,167.79$ Pelco IME839-1ERS SarixEnh3 Outdoor Dome 4K 8MP 4-9mm lens IR Clear SurfaceMt True WDR Adv Ana 1,391.25$ 0.85 1,177.21$ Pelco IME839-1IRS SarixEnh3 Indoor Dome 4K 8MP 4-9mm lens IR Clear SurfaceMt True WDR Adv Ana 1,248.79$ 0.85 1,056.67$ Pelco IMEBB-S Backbox Surface Mount White for IP Sarix Enhanced Range Indoor Mini Dome 24.49$ 0.85 20.72$ Pelco IMEBB-VI Backbox InCeiling Mount for IP Sarix Enh Vandal and Environmental Mini Dome 76.80$ 0.85 64.98$ Pelco IMEBB-VP Backbox Pendant Mount for IP Sarix Enh Vandal and Environmental Mini Dome 89.04$ 0.85 75.34$ Pelco IMEBB-VS Backbox Surfacet Mount for IP Sarix Enh Vandal and Environmental Mini Dome 76.80$ 0.85 64.98$ Pelco IMEEBAP-I Electrical Box Adapter for Sarix Enhanced 2 Indoor Dome cameras 34.50$ 0.85 29.19$ Pelco IMEICM-E In-ceiling Mount for Sarix Enhanced 2 Environmental Dome cameras 110.19$ 0.85 93.24$ Pelco IMEICM-I In-ceiling Mount for Sarix Enhanced 2 Indoor Dome cameras 110.19$ 0.85 93.24$ Pelco IMELBB-I Backbox InCeiling Mount White for IP Sarix Enhanced Range Indoor Mini Dome 52.31$ 0.85 44.26$ Pelco IMELD1-0V Smoked Bubble for Lower Dome for IP Sarix Enh Vandal and Environmental Mini Dome 50.09$ 0.85 42.38$ Pelco IMELD1-1EI Clear Dome for IP Sarix Enh Range Environmental Inceiling mounted Mini Dome 89.04$ 0.85 75.34$ Pelco IMELD1-1ES Clear Dome for IP Sarix Enh Range Environmental Surface and Pendant Mini Dome 181.42$ 0.85 153.51$ Pelco IMELD1-1S Clear Dome for IP Sarix Enh Range Indoorl White Surface mounted Mini Dome 76.80$ 0.85 64.98$ Pelco IMELD1-1VS Clear Dome for IP Sarix Enh Range Vandal Surface and Pendant mounted Mini Dome 89.04$ 0.85 75.34$ Pelco IMELD2-0E Smoked Lower dome for Sarix Enhanced 2 Environmental Dome cameras 110.19$ 0.85 93.24$ Pelco IMELD2-0I Smoked Lower dome for Sarix Enhanced 2 Indoor Dome cameras 82.36$ 0.85 69.69$ Pelco IMELD2-1E Clear Lower dome for Sarix Enhanced 2 Environmental Dome cameras 110.19$ 0.85 93.24$ Pelco IMELLD1-1I Clear Lower Dome for IP Sarix Enhanced Range Indoorl White Inceiling mounted Min 63.44$ 0.85 53.68$ Pelco IMEPM-E Pendant Mount for Sarix Enhanced 2 Environmental Dome cameras 110.19$ 0.85 93.24$ Pelco IMEPM-I Pendant Mount for Sarix Enhanced 2 Indoor Dome cameras 110.19$ 0.85 93.24$ Pelco IMEPMB-I Wall Mount for Sarix Enhanced 2 Indoor Dome cameras 64.55$ 0.85 54.62$ Pelco IMJTV-JB Junction Box for Sarix Value IMV; IJV; ITV Series 104.62$ 0.85 88.52$ Pelco IMP121A-1IS Sarix Pro 2 Indoor Dome Camera 1MP 3-10mm lens clear bubble surface mount 488.61$ 0.85 413.44$ Pelco IMP131-1ERS Sarix Pro 3 Environmental IR Dome Camera 1MP 2.8-12mm nominal clear surface mnt 495.29$ 0.85 419.09$ Pelco IMP131-1IRS Sarix Pro 3 Indoor IR Dome Camera 1MP 2.8-12mm nominal clear surface mount 426.28$ 0.85 360.70$ Pelco IMP231-1ERS Sarix Pro 3 Environmental IR Dome Cam 2MP 2.8-12mm nominal clear surface mount 527.56$ 0.85 446.40$ Pelco IMP231-1ES Sarix Pro 3 Environmental Dome Camera 2MP 2.8-12mm nominal clear surface mount 486.38$ 0.85 411.55$ Pelco IMP231-1IRS Sarix Pro 3 Indoor IR Dome Camera 2MP 2.8-12mm nominal clear surface mount 478.59$ 0.85 404.96$ Pelco IMP231-1IS Sarix Pro 3 Indoor Dome Camera 2MP 2.8-12mm nominal clear surface mount 442.97$ 0.85 374.82$ Pelco IMP331-1ERS Sarix Pro 3 Environmental IR Dome Cam 3MP 2.8-12mm nominal clear surface mount 612.15$ 0.85 517.97$ Pelco IMP331-1ES Sarix Pro 3 Environmental Dome Camera 3MP 2.8-12mm nominal clear surface mount 569.86$ 0.85 482.19$ Pelco IMP331-1IRS Sarix Pro 3 Indoor IR Dome Camera 3MP 2.8-12mm nominal clear surface mount 563.18$ 0.85 476.54$ Pelco IMP331-1IS Sarix Pro 3 Indoor Dome Camera 3MP 2.8-12mm nominal clear surface mount 527.56$ 0.85 446.40$ Pelco IMP3EBAP Adapter Plate for Electrical Box for Sarix Professional 3 Dome camera 21.15$ 0.85 17.90$ Pelco IMP3ICM-1E In-ceiling mount for Sarix Professional 3 Dome camera 81.25$ 0.85 68.75$ Pelco IMP3LD-0E Smoked lower dome for Sarix Professional 3 Environmental Dome camera 73.46$ 0.85 62.16$ #Internal Pelco IMP3LD-0I Smoked lower dome for Sarix Professional 3 Indoor Dome camera 67.89$ 0.85 57.45$ Pelco IMP3LD-1E Clear lower dome for Sarix Professional 3 Environmental Dome camera 73.46$ 0.85 62.16$ Pelco IMP3LD-1I Clear lower dome for Sarix Professional 3 Indoor Dome camera 86.81$ 0.85 73.45$ Pelco IMP3PM-1E Pendant mount for Sarix Professional 3 Dome camera 109.07$ 0.85 92.29$ Pelco IMP3PMB-1I Wall mount for Sarix Professional 3 Dome camera 50.09$ 0.85 42.38$ Pelco IMP521-1RS Sarix Pro 2 Environmental IR Dome Camera 5MP 3-10mm lens clear surface mount 939.37$ 0.85 794.85$ Pelco IMP531-1ERS Sarix Pro 3 Environmental IR Dome Cam 5MP 2.8-12mm nominal clear surface mount 725.68$ 0.85 614.04$ Pelco IMP531-1ES Sarix Pro 3 Environmental Dome Camera 5MP 2.8-12mm nominal clear surface mount 654.44$ 0.85 553.76$ Pelco IMP531-1IRS Sarix Pro 3 Indoor IR Dome Camera 5MP 2.8-12mm nominal clear surface mount 695.63$ 0.85 588.61$ Pelco IMP531-1IS Sarix Pro 3 Indoor Dome Camera 5MP 2.8-12mm nominal clear surface mount 613.26$ 0.85 518.91$ Pelco IMPEBAP Electrical Box Adapter Plate for Sarix Professional 2 dome camera 21.15$ 0.85 17.90$ Pelco IMPICM-1ER In-ceiling mount for Sarix Professional 2 Environmental Dome cameras 73.46$ 0.85 62.16$ Pelco IMPLD2-0I Smoked lower dome for Sarix Professional 2 Indoor Dome camera 56.76$ 0.85 48.03$ Pelco IMV-AP Adapter Plate for IMV Series Varifocal Lens Sarix Value Minidomes 31.16$ 0.85 26.37$ Pelco IMV-PA Pendant Mount Adapter for IMV Series Varifocal Lens Sarix Value Minidomes 40.07$ 0.85 33.91$ Pelco IMV-WMJB Junction Box for SRXV-WMP Sarix Value Wall Mount 62.33$ 0.85 52.74$ Pelco IMV229-1ERS Sarix Value 2Mp Varifocal 3.4-9.4 mm Environmental IR Minidome Surface Mount 329.45$ 0.85 278.77$ Pelco IMV529-1ERS Sarix Value 5Mp Varifocal 3.4-9.4 mm Environmental IR Minidome Surface Mount 427.39$ 0.85 361.64$ Pelco ITV529-1ERS Sarix Value 5 Megapixel Varifocal 3.4-9.4 mm Environmental IR Turret IP Camera 412.92$ 0.85 349.39$ Pelco IWP133-1ERS Sarix Professional 3 Environmental Wedge camera 1MP 2.8mm lens 360.61$ 0.85 305.13$ Pelco IWP232-1ERS Sarix Professional 3 Environmental Wedge camera 2MP 2.4mm lens 440.75$ 0.85 372.94$ Pelco IWP233-1ERS Sarix Professional 3 Environmental Wedge camera 2MP 2.8mm lens 405.13$ 0.85 342.80$ Pelco IWP234-1ERS Sarix Professional 3 Environmental Wedge camera 2MP 4mm lens 405.13$ 0.85 342.80$ Pelco IWP236-1ERS Sarix Professional 3 Environmental Wedge camera 2MP 6mm lens 405.13$ 0.85 342.80$ Pelco IWP333-1ERS Sarix Professional 3 Environmental Wedge camera 3MP 2.8mm lens 476.36$ 0.85 403.07$ Pelco IWP532-1ERS Sarix Professional 3 Environmental Wedge camera 5MP 2.4mm lens 587.66$ 0.85 497.25$ Pelco IWP533-1ERS Sarix Professional 3 Environmental Wedge camera 5MP 2.8mm lens 552.05$ 0.85 467.12$ Pelco IWPWPC Waterproof RJ45 connector cover Sarix IWP 10.02$ 0.85 8.48$ Pelco IXE23 Sarix Enhanced 3 Box IP Camera 2MP accepts I-CS lens True WDR Advanced Analytics 830.30$ 0.85 702.56$ Pelco IXE33 Sarix Enhanced 3 Box IP Camera 3MP accepts I-CS lens True WDR Advanced Analytics 962.75$ 0.85 814.63$ Pelco IXE53 Sarix Enhanced 3 Box IP Camera 5MP accepts I-CS lens True WDR Advanced Analytics 1,114.11$ 0.85 942.71$ Pelco IXE83 SarixEnh3 Box IP Camera 4K 8MP accepts I-CS lens True WDR Adv Ana 1,224.30$ 0.85 1,035.95$ Pelco IXP13 Sarix Professional 3 Box Camera; 1MP 490.83$ 0.85 415.32$ Pelco IXP23 Sarix Professional 3 Box Camera; 2MP 516.43$ 0.85 436.98$ Pelco IXP33 Sarix Professional 3 Box Camera; 3MP 597.68$ 0.85 505.73$ Pelco IXP53 Sarix Professional 3 Box Camera; 5MP 714.55$ 0.85 604.62$ Pelco LDIMVE-0 Lower Dome Smoked For Sarix IM-V IM-E 52.31$ 0.85 44.26$ Pelco SRXV-CM Corner Mount for Wall Mounted Sarix Value IP Cameras and Bullets 197.00$ 0.85 166.69$ Pelco SRXV-PCF Ceiling Flange for Pendant Adapter and Pipe Extension for Sarix Value Cameras 204.79$ 0.85 173.28$ Pelco SRXV-PLM Pole Mount for Wall Mounted Sarix Value IP Cameras and Bullets 133.56$ 0.85 113.01$ Pelco SRXV-PP Pipe Extenstion for Pendant Adapter for Sarix Value Cameras 92.38$ 0.85 78.17$ Pelco SRXV-WMP Wall Mount for Sarix Value IP Cameras using Pendant Adapter Plate 62.33$ 0.85 52.74$ Pelco SRXV-WMS Wall Mount for Sarix Value IMV; IJV; ITV; IJV Series 58.99$ 0.85 49.91$ Pelco WMVE-AW Wall Mount Vandal Resistant Environmental For 1.5 Inch NPT Pendant Pantone 427C 62.33$ 0.85 52.74$ Pelco WMVE-SR Wall Mount 1.5 Inch NPT Cool Light Gray For Sarix IE; IM-V; IM-E; Others 62.33$ 0.85 52.74$ Pelco WMVE-SW Wall Mount 1.5 inch NPT with 0.75 inch NPT adapter RAL 9003 62.33$ 0.85 52.74$ Pelco AXM200 Adjustable pan/tilt mount for ExSite 1 Fixed models; 316L stainless steel 888.17$ 0.85 751.53$ Pelco CMXM200 Corner mount adapter for ExSite Enhanced made of 316L stainless steel. 858.12$ 0.85 726.10$ Pelco ESTI3100-2N-X Sarix Thermal Imaging Esprit Positioning System 384x288 with 100mm Lens IP or PA 27,082.63$ 0.85 22,916.07$ Pelco ESTI3100-5N-X Sarix Thermal Imaging Esprit Positioning System 384x288 with 100mm Lens IP or PA 27,082.63$ 0.85 22,916.07$ Pelco ESTI335-5W-X Sarix Thermal Imaging Esprit Positioning System 384x288 with 35mm Lens IP or PAL 19,731.26$ 0.85 16,695.68$ Pelco EXC2602-62 ExSite 2 ExP compact camera; 6MP 4.9-8mm; 24VAC 24VDC POE+; no cable 6,243.98$ 0.85 5,283.37$ Pelco EXC2602-62-A0 ExSite 2 ExP compact camera; 6MP 4.9-8mm; 24VAC 24VDC POE+; 10m armored cable 7,649.15$ 0.85 6,472.36$ Pelco EXC2602-62-A4 ExSite 2 ExP compact camera; 6MP 4.9-8mm; 24VAC 24VDC POE+; 4m armored cable 7,064.62$ 0.85 5,977.76$ Pelco EXF2230-52-A0 ExSite 2 ExP fixed camera; 2MPx30; T5; 24VAC; 10m armored Cable w/ gland 10,330.87$ 0.85 8,741.51$ Pelco EXF2230-52-A4 ExSite 2 ExP fixed camera; 2MPx30; T5; 24VAC; 4m armored Cable w/ gland 9,586.27$ 0.85 8,111.46$ Pelco EXF2230-52-C0 ExSite 2 series Explosion Proof fixed camera; 2MPx30; T5; 24VAC; 10m Cable tail 9,854.50$ 0.85 8,338.42$ Pelco EXF2230-52-C4 ExSite 2 series Explosion Proof fixed camera; 2MPx30; T5; 24VAC; 4m Cable tail 9,182.25$ 0.85 7,769.60$ Pelco EXF2230-62-A0 ExSite 2 ExP fixed camera; 2MPx30; T6; 24VAC; 10m armored Cable w/ gland 10,330.87$ 0.85 8,741.51$ Pelco EXF2230-62-A4 ExSite 2 ExP fixed camera; 2MPx30; T6; 24VAC; 4m armored Cable w/ gland 9,586.27$ 0.85 8,111.46$ Pelco EXF2230-62-C0 ExSite 2 series Explosion Proof fixed camera; 2MPx30; T6; 24VAC; 10m Cable tail 9,854.50$ 0.85 8,338.42$ Pelco EXF2230-62-C4 ExSite 2 series Explosion Proof fixed camera; 2MPx30; T6; 24VAC; 4m Cable tail 9,182.25$ 0.85 7,769.60$ Pelco EXP1230-4N ExSite Enhanced PTZ; 2MP; 30X; WPR; 48VDC Explosionproof Camera 26,379.21$ 0.85 22,320.87$ Pelco EXP1230-7M ExSite 1 ExP PTZ Camera; 2MP; 30X; WPR; 110/240VAC with IR Illuminator 32,840.18$ 0.85 27,787.84$ Pelco EXP1230-7N ExSite Enhanced PTZ; 2MP; 30X; WPR; 110/240VAC Explosionproof Camera 26,379.21$ 0.85 22,320.87$ Pelco EXP2230-62 ExSite 2 series Explosion Proof PTZ camera; 2MPx30; T6; 24VAC 20,034.00$ 0.85 16,951.85$ Pelco EXP2230-62-G ExSite 2 ExP PTZ camera; 2MPx30; T6; 24VAC; with ONVIF G remote storage 20,590.50$ 0.85 17,422.73$ Pelco EXP2230-65 ExSite 2 series Explosion Proof PTZ camera; 2MPx30; T6; 120VAC 20,034.00$ 0.85 16,951.85$ Pelco EXP2230-65-G ExSite 2 ExP PTZ camera; 2MPx30; T6; 120VAC; with ONVIF G remote storage 20,590.50$ 0.85 17,422.73$ Pelco EXP2230-67 ExSite 2 series Explosion Proof PTZ camera; 2MPx30; T6; 230VAC 20,034.00$ 0.85 16,951.85$ Pelco EXP2230-67-G ExSite 2 ExP PTZ camera; 2MPx30; T6; 230VAC; with ONVIF G remote storage 20,590.50$ 0.85 17,422.73$ Pelco PAXM200 Pole mount adapter for ExSite Enhanced made of 316L stainless steel. 858.12$ 0.85 726.10$ Pelco PEX-MBA1S5A PEX communication box Aluminum housing; 230 VAC input (VTPN: MBA1S5A) 2,264.96$ 0.85 1,916.50$ Pelco PEX-MBA2S5A PEX communication box Aluminum housing; 24 VAC input (VTPN: MBA2S5A) 2,264.96$ 0.85 1,916.50$ Pelco PEX-MBA3S5A PEX communication box Aluminum housing; 120 VAC input (VTPN: MBA3S5A) 2,264.96$ 0.85 1,916.50$ Pelco PEX-MBX1MAA PEX communication box AISI 316L SS; 230 VAC input (VTPN: MBX1MAA) 2,686.78$ 0.85 2,273.43$ Pelco PEX-MBX2MAA PEX communication box AISI 316L SS; 24 VAC input (VTPN: MBX2MAA) 2,686.78$ 0.85 2,273.43$ #Internal Pelco PEX-MBX3MAA PEX communication box AISI 316L SS; 120 VAC input (VTPN: MBX3MAA) 2,686.78$ 0.85 2,273.43$ Pelco PEX-MBXMP Adapter plate for communication box to PEX-MPXCOL or PEX MPXCW mounts. AISI 316L 424.05$ 0.85 358.81$ Pelco PEX-MBXWRE Wrench for opening communication boxes; PEX-MBX (VTPN: MBXWRE) 81.25$ 0.85 68.75$ Pelco PEX-MHXWFWCA Parapet mounting bracket for use with EXF2230 cameras. AIS 316L stainless steel 318.32$ 0.85 269.35$ Pelco PEX-MMXCABARM10 Replacement 10m armored cable for EXC2602 Compact camera (VTPN: MMXCABLARM10) 749.27$ 0.85 634.00$ Pelco PEX-MMXCABLARM4 Replacement 4m armored cable for EXC2602 Compact camera (VTPN: MMXCABLARM4) 437.08$ 0.85 369.84$ Pelco PEX-MMXCWCOL Stainless steel AISI 316L corner and pole mount adaptor for EXC2602 compact cam 112.39$ 0.85 95.10$ Pelco PEX-MPX2CAARM10 Cabling; 10m (32.8 ft); armored cable; barrier cable gland (VTPN: MPX2CABLARM10) 1,248.79$ 0.85 1,056.67$ Pelco PEX-MPX2CABARM4 Cabling; 4m (13.1 ft); armored cable; barrier cable gland (VTPN: MPX2CABLARM4) 833.64$ 0.85 705.39$ Pelco PEX-MPX2CABL10 Cabling; 10m (32.8 ft); unarmored cable; barrier cable gland (VTPN: MPX2CABL10) 1,248.79$ 0.85 1,056.67$ Pelco PEX-MPX2CABL4 Cabling; 4m (13.1 ft); unarmored cable; barrier cable gland (VTPN: MPX2CABL4) 833.64$ 0.85 705.39$ Pelco PEX-MPXCOL Pole mount adapter for use with PEX-MBXMP or EXP2230 cameras; AISI 316L SS 410.70$ 0.85 347.52$ Pelco PEX-MPXCW Corner mount adapter for use with PEX-MBXMP or EXP2230 cameras; AISI 316L SS 299.40$ 0.85 253.34$ Pelco PEX-MPXWBA Wall bracket for use with EXP2230 cameras. AISI 316L stainless steel 556.50$ 0.85 470.88$ Pelco PEX-MPXWBTA Parapet or ceiling mount bracket for use with EXP2230 cameras. AISI 316L SS 240.41$ 0.85 203.42$ Pelco PEX-NXCOL Pole mount adapter for use with EXF2230 cameras or ExP washers; AISI 316L SS 299.40$ 0.85 253.34$ Pelco PEX-NXCW Corner mount adapter for EXF2230 cameras or ExP washers; AISI 316L SS 150.26$ 0.85 127.14$ Pelco PEX-NXFWBT Vertical riser; 124 mm (4.9”); for EXF2230 cameras. AISI 316L stainless steel 232.62$ 0.85 196.83$ Pelco PEX-NXWBS1 Wall bracket for EXF2230 cameras. AISI 316L stainless steel 287.15$ 0.85 242.97$ Pelco PEX-NXWTU Wall adapter module; for PEX-NXWBS1. AISI 316L stainless steel 474.14$ 0.85 401.20$ Pelco PEX-OCEX1/2-3/4 Cable gland reduction in nickel-plated brass 3/4" - 1/2" NPT -100°C/+400°C 43.41$ 0.85 36.73$ Pelco PEX-OCTEX3/4C Cable gland in nickel-plated brass with gasket EX 3/4" NPT; unarmoured cable 71.63$ 0.85 60.61$ Pelco PEX-OCTEXA3/4C Cable gland in nickel-plated brass with gasket EX 3/4" NPT; armored cable 148.97$ 0.85 126.05$ Pelco PEX-OCTEXB1/2P Barrier cable gland 1/2" NPT unarmoured cable IECEX-ATEX -60/+135°C 91.27$ 0.85 77.23$ Pelco PEX-OCTEXB3/4P Barrier Cable Gland w/ unarmored cable (VTPN: OCTEXB3/4P) 229.28$ 0.85 194.01$ Pelco PEX-OCTEXBA1/2P Barrier cable gland 1/2" NPT armored cable -60/+135°C (VTPN: OCTEXBA1/2P) 145.80$ 0.85 123.37$ Pelco PEX-OCTEXBA3/4P Barrier Cable Gland w/ armored cable (VTPN: OCTEXBA3/4P) 272.69$ 0.85 230.74$ Pelco PEX-OEXPLUG1/2P EX 1/2" NPT IECEX-ATEX plug -100/+400°C (VTPN: OEXPLUG1/2P) 17.81$ 0.85 15.07$ Pelco PEX-OEXPLUG3/4P Plug EX 3/4” NPT (VTPN: OEXPLUG3/4P) 12.24$ 0.85 10.36$ Pelco PEX-WASEX2T4AT PEX washer ATEX certified solenoid valve (VTPN: WASEX2T4AT) 2,713.49$ 0.85 2,296.03$ Pelco PEX-WASEX2T4GOR PEX washer GOS certified solenoid valve (VTPN: WASEX2T4GOR) 2,713.49$ 0.85 2,296.03$ Pelco PEX-WASEX2T4IN PEX washer INMETRO certified solenoid valve (VTPN: WASEX2T4IN) 2,713.49$ 0.85 2,296.03$ Pelco PEX-WASEX2T4KC PEX washer KCS certified solenoid valve (VTPN: WASEX2T4KC) 3,264.43$ 0.85 2,762.21$ Pelco PXM100 Pedestal mount designed to mount an ExSite Series system directly to a horizonta 161.39$ 0.85 136.56$ Pelco PXM200 Pedestal mount for ExSite Enhanced made of 316L stainless steel. 169.18$ 0.85 143.15$ Pelco TI2314 Sarix Thermal 2 camera QVGA 14mm wide lens option 25HZ; 720p dual; POE; Env 5,862.17$ 0.85 4,960.30$ Pelco TI2335 Sarix Thermal 2 camera QVGA 35mm med lens option 25HZ; 720p dual; POE; Env 6,134.86$ 0.85 5,191.04$ Pelco TI2350 Sarix Thermal 2 camera QVGA 50mm tele lens option 25HZ; 720p dual; POE; Env 7,907.87$ 0.85 6,691.27$ Pelco TI2614 Sarix Thermal Imaging camera 2 series VGA 14mm wide lens option 25HZ; 720p dual; 10,362.03$ 0.85 8,767.87$ Pelco TI2650 Sarix Thermal 2 camera VGA 50mm tele lens option 25HZ; 720p dual; POE; Env 15,406.15$ 0.85 13,035.97$ Pelco TICAB-P50 Sarix Thermal Imaging camera 2 series Networking and power POE cable 50 ft 408.47$ 0.85 345.63$ Pelco TIPM Sarix Thermal Imaging camera 2 series Pole adapter; Requires TIWM wall mount 318.32$ 0.85 269.35$ Pelco TIWM Sarix Thermal Imaging camera 2 series Wall mount 181.42$ 0.85 153.51$ Pelco WXM200 Wall mount for ExSite Enhanced made of 316L stainless steel. 1,257.69$ 0.85 1,064.20$ Pelco AC-LANYARD-05 Lanyard for Body-worn cameras 6.00$ 0.85 5.08$ Pelco AC-USB-DOCK-050 USB Cable for Body-worn cameras 26.00$ 0.85 22.00$ Pelco AC-USB-DOCK-200 USB Cable for Body-worn cameras 26.00$ 0.85 22.00$ Pelco DC-200/AUS DockController (AUS)735.00$ 0.85 621.92$ Pelco DC-200/EU DockController (EU)735.00$ 0.85 621.92$ Pelco DC-200/ROW DockController (ROW)735.00$ 0.85 621.92$ Pelco DC-200/UK DockController (UK)735.00$ 0.85 621.92$ Pelco DC-200/US DockController (US)735.00$ 0.85 621.92$ Pelco KF-DOCKCLAMP Klick Fast Dock Clamp 31.00$ 0.85 26.23$ Pelco KF-HARN3 Klick Fast 3-Point Chest Harness 62.00$ 0.85 52.46$ Pelco KF-HARN4 Klick Fast 4-Point Chest Harness 62.00$ 0.85 52.46$ Pelco KF-HARN5 Klick Fast Shoulder Harness 62.00$ 0.85 52.46$ Pelco KF-LOOP Klick Fast Radio Loop 21.00$ 0.85 17.77$ Pelco KF-MAGMOUNT Klick Fast Magnetic Mounting set 31.00$ 0.85 26.23$ Pelco KF-MOLLEVEST Klick Fast Dock for MOLLE vests 21.00$ 0.85 17.77$ Pelco KF-SCREW Klick Fast Screw-on Dock 21.00$ 0.85 17.77$ Pelco RF-220 RF-220 RFID Reader 740.00$ 0.85 626.15$ Pelco RF-CARD-10 RFID Cards for Body-worn cameras 21.00$ 0.85 17.77$ Pelco RF-STICKER-10 RFID Stickers for Body-worn cameras 11.00$ 0.85 9.31$ Pelco VB-400-QR-KFTILT Klick Fast Quick Release Tilt Mount (for VB400) 36.00$ 0.85 30.46$ Pelco VB-400-QR-SPORT Quick Release Sports Camera Pillar (VB400) 26.00$ 0.85 22.00$ Pelco AC-USB-MCR-100 USB Type A to USB micro-B cable. 1.0m 31.00$ 0.85 26.23$ Pelco KF-DOCKEP Klick Fast Epaulette Dock 26.00$ 0.85 22.00$ Pelco VB-400-14/AUS 14 port VB-400 USB dock; PSU and AUS power cable 816.00$ 0.85 690.46$ Pelco VB-400-14/EU 14 port VB-400 USB dock; PSU and EU power cable 816.00$ 0.85 690.46$ Pelco VB-400-14/ROW 14 port VB-400 USB dock; PSU; No power cable 816.00$ 0.85 690.46$ Pelco VB-400-14/UK 14 port VB-400 USB dock; PSU and UK power cable 816.00$ 0.85 690.46$ Pelco VB-400-14/US 14 port VB-400 USB dock; PSU and US power cable 816.00$ 0.85 690.46$ Pelco VB-400-DOCKSOLO Single port VB-400 USB docking accessory; USB cable 87.00$ 0.85 73.62$ Pelco VB-400-12MW-N 12 Month Additional Warranty for VB-400 Body-worn camera 147.90$ 0.85 125.15$ Pelco VB-400-24MW-N 24 Month Additional Warranty for VB-400 Body-worn camera 255.00$ 0.85 215.77$ Pelco VB-400-DOCK-SOLO VB400 1-Port Dock 86.70$ 0.85 73.36$ Pelco VB-400-QR-KFSTUD Klick Fast Quick Release Stud 26.00$ 0.85 22.00$ #Internal Pelco VB-400-QR-KFTILT2 Klick Fast Quick Release Wide Tilt Mount 62.00$ 0.85 52.46$ Pelco VB-400-VF-MAG Close-Fit Magnetic Mount 36.00$ 0.85 30.46$ Pelco VB-400-VF-MOL2 Close-Fit Double MOLLE Mount 72.00$ 0.85 60.92$ Pelco VB-440-64-ALIG VB400 Alligator clip Body-worn camera 606.90$ 0.85 513.53$ Pelco VB-440-64-KF-N VB400 Klick Fast Stud Body-worn camera 606.90$ 0.85 513.53$ Pelco VB-440-64-QR-N VB400 Quick Release Body-worn camera 607.00$ 0.85 513.62$ Pelco VB-440-64-VF-N VB400 Close Fit Body-worn camera 607.00$ 0.85 513.62$ Pelco VM-EPL-VB-CONNECT-1 CONNECT License for VB400 316.20$ 0.85 267.55$ Pelco VB-400-ID1000 1000 Custom front-button sticker for VB400 camera 1,031.00$ 0.85 872.38$ Pelco VB-400-ID5000 5000 Custom front-button sticker for the VB400 camera 1,362.00$ 0.85 1,152.46$ Pelco VM-EPL-VB-C2P-1 Licence: 1x Upg. to VM Plus for VB 129.15$ 0.85 109.28$ Pelco VM-EPL-VBCON1 Licence: 1x VM Connect for VideoBadge 332.85$ 0.85 281.64$ Pelco VM-EPL-VBPLUS1 Licence: 1x VM Plus for VideoBadge 403.00$ 0.85 341.00$ Pelco FAT-SETUPSRVC Factory Acceptance Test Setup Service 1,863.75$ 0.85 1,577.02$ Pelco FAT-TESTINGSRVC Factory Acceptance Test Testing Service 2,609.25$ 0.85 2,207.83$ Pelco FLDSUP-AUDIT One Day Onsite (8Hrs) System Audit 3,500.00$ 0.85 2,961.54$ Pelco FLDSUP-CONFIG One Day Onsite (8Hrs) System Configuration 3,500.00$ 0.85 2,961.54$ Pelco FLDSUP-NETWORK One Day Onsite (8Hrs) Network Configuration 5,250.00$ 0.85 4,442.31$ Pelco FLDSUP-TSHOOT One Day Onsite (8Hrs) Troubleshoot 3,500.00$ 0.85 2,961.54$ Pelco FLDSUP-VXSTIG One Day Onsite VX System Hardening 3,855.60$ 0.85 3,262.43$ Pelco FTRVL-ADDTLDAY One Additional Day Of Travel 575.00$ 0.85 486.54$ Pelco FTRVL-FRSTAIR First Day Of Travel By Air 2,800.00$ 0.85 2,369.23$ Pelco FTRVL-FRSTLOCAL First Day Of Travel By Car 945.00$ 0.85 799.62$ Pelco INT-A2TEKNOLOJI VX integration of A2 Based On A2-Vca And A2-Anpr Offers Advanced Plug-In -$ 0.85 -$ Pelco INT-ACCESSXPERT Videoxpert Integration To Access Expert (Previously Known As Accessxpert) -$ 0.85 -$ Pelco INT-ACIC Acic Analytic Integration -$ 0.85 -$ Pelco INT-ACM Videoxpert And Acm Integration -$ 0.85 -$ Pelco INT-ACSPLUGIN Access Control System Viewer for VX Opscenter -$ 0.85 -$ Pelco INT-ADVGUARD VX integration of Navtech Advanceguard 4,498.20$ 0.85 3,806.17$ Pelco INT-AGENTVIDATA VX integration of AgentVI Savvi -$ 0.85 -$ Pelco INT-AGENTVIPLUG VX integration of Agentvi Plugin for VX OPS Center 4,498.20$ 0.85 3,806.17$ Pelco INT-AMAG Videoxpert V3.X Amag Integration 4,498.20$ 0.85 3,806.17$ Pelco INT-AUDIOPLUGIN Videoxpert Audio Out Plugin (License Cost Are Per Year) 214.20$ 0.85 181.25$ Pelco INT-BRIEFCAM Videoxpert Integration With Briefcams Review And Respond Modules. 4,498.20$ 0.85 3,806.17$ Pelco INT-CCURE VX integration of the Software House C-Cure 9000 4,498.20$ 0.85 3,806.17$ Pelco INT-COMPASS VideoXpert Compass integration license -$ 0.85 -$ Pelco INT-CONTINUUM VX integration of Andover Continuum -$ 0.85 -$ Pelco INT-CORTECH Cortech Integration License (Permanent License)-$ 0.85 -$ Pelco INT-CTGSE Hmi Touchscreen Integration -$ 0.85 -$ Pelco INT-CYBERSECURE Cybersecure Ips Integration (Permanent License) -$ 0.85 -$ Pelco INT-ECONNECT VX integration of Econnect -$ 0.85 -$ Pelco INT-ENGIE Videoxpert Integration - By Engie Of Citect Scada Access Control (Perm License) -$ 0.85 -$ Pelco INT-FIBERSENSYS VX integration of Fiber Sensys Alarm Processing Units (Apus) 4,498.20$ 0.85 3,806.17$ Pelco INT-GALLAGHER VX integration of Gallaghers Command Centre Integrated Security Solutions 4,498.20$ 0.85 3,806.17$ Pelco INT-GEMOS Integration Of Videoxpert Gemos Psim Platform -$ 0.85 -$ Pelco INT-HIRSCHVEL Videoxpert Hirsch Velocity Integration (License Cost Are Per Year) 4,498.20$ 0.85 3,806.17$ Pelco INT-INNERRANGE Innerrange Integriti Integration License (Permanent License) -$ 0.85 -$ Pelco INT-INSIDEOUT Videoxpert Inside Out Group Integration (Permanent License) -$ 0.85 -$ Pelco INT-IPSOTEKVI Int Ipsotek Visuite -$ 0.85 -$ Pelco INT-ISSD Issd Tunnel Incident Analytics Solution (Permanent License) -$ 0.85 -$ Pelco INT-JACQUESCOM Videoxpert Jacques Integration (License Cost Are Per Year) 4,498.20$ 0.85 3,806.17$ Pelco INT-JCI VX integration of Johnson Controls P2000 Security Management System 4,498.20$ 0.85 3,806.17$ Pelco INT-JENSON Videoxpert And Jensen Integration -$ 0.85 -$ Pelco INT-KANTECH Videoxpert Integration For Kantech Entrapass Security Management System. 4,498.20$ 0.85 3,806.17$ Pelco PHSUP-1ADDCAM 1 additional channel of support for unlimited packages 6.30$ 0.85 5.33$ Pelco PHSUP-1AUTHUSR 1 additional authorized user for unlimited packages 1,071.00$ 0.85 906.23$ Pelco PHSUP-ADV-PLUS 1 year Advanced Support team access. Up to 5 users; systems up to 1500 cameras 21,152.25$ 0.85 17,898.06$ Pelco PHSUP-EH-24IN 1 year after-hours and weekend Advanced Support up to 24 incidents 5,355.00$ 0.85 4,531.15$ Pelco RMTSUP-AUDIT One Day Remote (8Hrs) System Audit 3,500.00$ 0.85 2,961.54$ Pelco RMTSUP-CONFIG One Day Remote (8Hrs) System Configuration 3,500.00$ 0.85 2,961.54$ Pelco RMTSUP-NETWORK One Day Remote (8Hrs) Network Design/Configuration/Troubleshoot 5,250.00$ 0.85 4,442.31$ Pelco RMTSUP-TSHOOT One Day Remote (8Hrs) Troubleshoot 3,500.00$ 0.85 2,961.54$ Pelco RMTSUP-VXSTIG One Day Remote VX System Hardening 2,570.40$ 0.85 2,174.95$ Pelco TRNF-CUSTOM Custom Training Field Class 1 Person Including Travel 10,500.00$ 0.85 8,884.62$ Pelco TRNF-VXCSS VxEnterprise Advanced Installer Certification; Level 3E Field; 1 Person w/Travel 892.50$ 0.85 755.19$ Pelco TRNF-VXOPR VX Operator & Administrator Certification; Level 2AO Field; 1 Person w/Travel 892.50$ 0.85 755.19$ Pelco TRNF-VXPRO VxPro Installation and Support Certification; Level 2P Field; 1 Person w/Travel 892.50$ 0.85 755.19$ Pelco VX-CONNECT Ability To Export Video Streams From Videoxpert Systems To 3rd Party Clients 1,452.15$ 0.85 1,228.74$ Pelco VXCARE-PROTECT VxCare Protect Annual Plan; 24x7 Advanced support; Remote Upgrade; Training 53,785.20$ 0.85 45,510.55$ Pelco E1-1C VideoXpert Enterprise; one (1) camera channel license and one (1) year SUP 155.40$ 0.85 131.49$ Pelco E1-1C-SUP1 VideoXpert Enterprise; one year software upgrade entitlement for one channel 45.15$ 0.85 38.20$ Pelco E1-1C-SUP3 VideoXpert Enterprise; three year software upgrade entitlement for one channel 112.35$ 0.85 95.07$ Pelco E1-1C3Y VideoXpert Enterprise; one (1) camera channel license and three (3) year SUP 298.20$ 0.85 252.32$ Pelco E1-4COR-SW VideoXpert Enterprise; one (1) software license for four or more VxCore servers 85,680.00$ 0.85 72,498.46$ Pelco E1-COR-SW VideoXpert Enterprise; one (1) software license for a single VxCore server. 4,015.20$ 0.85 3,397.48$ Pelco E1-MGW-SW VideoXpert Enterprise; one (1) software license; single Media Gateway server 3,211.95$ 0.85 2,717.80$ Pelco E1-NSM-1UP VideoXpert Enterprise NSM5200/NSM5300 Upgrade; 100 channels; 1 year SUP 6,875.40$ 0.85 5,817.65$ #Internal Pelco E1-NSM-1UP25 VideoXpert Enterprise NSM5200/NSM5300 Upgrade; 25 channels; 1 year SUP 1,718.85$ 0.85 1,454.41$ Pelco E1-NSM-1UP50 VideoXpert Enterprise NSM5200/NSM5300 Upgrade; 50 channels; 1 year SUP 3,437.70$ 0.85 2,908.82$ Pelco E1-VXS-SW VideoXpert Enterprise; one (1) license for a single VxStorage software instance. 945.00$ 0.85 799.62$ Pelco INT-KAPLOGIC Vx Kaplogic Aegis Integration (Permanent License) -$ 0.85 -$ Pelco INT-KARADAG Videoxpert Karadag Elektronik Integration (Permanent License) -$ 0.85 -$ Pelco INT-LENEL Videoxpert V3.X Lenel Onguard Integration (License Cost Are Per Year) 4,477.20$ 0.85 3,788.40$ Pelco INT-LENEL-OG-73 Videoxpert V3.X Lenel Onguard 7.3 Integration (Vx to Onguard) (Per year License) 4,498.20$ 0.85 3,806.17$ Pelco INT-LENEL-OG-74 Videoxpert V3.X Lenel Onguard 7.4 Integration (Vx to Onguard) (Per year License) 4,498.20$ 0.85 3,806.17$ Pelco INT-LENEL-OG-75 Videoxpert V3.X Lenel Onguard 7.5 Integration (Vx to Onguard) (Per year License) 4,498.20$ 0.85 3,806.17$ Pelco INT-LENEL-OG-76 Videoxpert V3.X Lenel Onguard 7.6 Integration (Vx to Onguard) (Per year License) 4,498.20$ 0.85 3,806.17$ Pelco INT-LENELDATA7X Videoxpert V3.X Lenel Data Plugin Integration (Events From Onguard Into Vx) 4,498.20$ 0.85 3,806.17$ Pelco INT-LNLOG74W-AU Videoxpert V3.X Audio Addition To Lenel Onguard 7.4 (License Cost Are Per Year) 6,211.80$ 0.85 5,256.14$ Pelco INT-MAGOSMASS VX integration of MAGO Radar system 4,498.20$ 0.85 3,806.17$ Pelco INT-MAVILI Integration License For Mavili Fire Alarm Detection System. Perm -$ 0.85 -$ Pelco INT-MAXPROGRES Videoxpert C4 Integration By Maxprogres (License Cost Are Per Year) 95.55$ 0.85 80.85$ Pelco INT-MOTOTRBO VX integration of Mototrbo Radio -$ 0.85 -$ Pelco INT-NETE2ASIA Videoxpert Nete2 Integration (Permanent License) -$ 0.85 -$ Pelco INT-NEURALLAB Neural Labs Lpr Integration (Permanent License) -$ 0.85 -$ Pelco INT-NGARO VX integration of Ngaro Analytics -$ 0.85 -$ Pelco INT-NSCHEDULE Vx Scheduling Middleware; Vx Event Notification To User By Schedule And Holiday 1,713.60$ 0.85 1,449.97$ Pelco INT-OCCUPANCY Occupancy Solution For VXAutomate Counting And Monitoring Facility Occupancy 856.80$ 0.85 724.98$ Pelco INT-PAXTONVID VX integration of Paxton Net2 Integration 4,498.20$ 0.85 3,806.17$ Pelco INT-PERIDECT Videoxpert Integration To Peridect+ -$ 0.85 -$ Pelco INT-PLATESMART Platesmart Ptnr Integration (Permanent License) -$ 0.85 -$ Pelco INT-PREMISYS Videoxpert Integration For Identicard Premisys Access Control Event Integration 4,477.20$ 0.85 3,788.40$ Pelco INT-RBHACCESS Videoxpert RBH Access integration -$ 0.85 -$ Pelco INT-RECFACES VX integration of Recfaces -$ 0.85 -$ Pelco NSM53-VXS-UPG Upgrade NSM5300 Linux OS recorder to a VideoXpert Windows Server 2019 recorder 1,742.00$ 0.85 1,474.00$ Pelco U1-AGG-1C VideoXpert Enterprise; one aggregated channel 93.45$ 0.85 79.07$ Pelco VXS2B-E168-N12S E-Series VxStorage; Server 2019; 32GB RAM; Xeon Silver (x2); RAID 6;168TB 64,198.95$ 0.85 54,322.19$ Pelco VXS2B-E216-N12S E-Series VxStorage; Server 2019; 32GB RAM; Xeon Silver (x2); RAID 6;216TB 71,578.14$ 0.85 60,566.12$ Pelco VXS2B-E288-N16S E-Series VxStorage; Server 2019; 32GB RAM; Xeon Silver (x2); RAID 6;288TB 92,081.83$ 0.85 77,915.39$ Pelco VXS2B-T0-N VXS RAID STORAGE; Server 2019; 00TB (No Storage Drives); 100 CH LIC; 100 1YR SUP 40,995.13$ 0.85 34,688.19$ Pelco VXS2B-T144-N12 T-Series VxStorage; Server 2019; 32GB RAM; Xeon Silver (x1); RAID 6;144TB 58,444.74$ 0.85 49,453.24$ Pelco VXS2B-T96-N8 T-Series VxStorage; Server 2019; 32GB RAM; Xeon Silver (x1); RAID 6;96TB 49,404.96$ 0.85 41,804.20$ Pelco DS-VXP-1C VideoXpert Professional; 1 channel upgrade license from Digital Sentry. 107.10$ 0.85 90.62$ Pelco E1-OPS-WKSP VideoXpert Ent Ult Workstation; w/Ops Center SW; UP TO 2 Monitors 4,507.65$ 0.85 3,814.17$ Pelco ECO3-HDKIT-12TB VxProEco 3 Series; Spare 12TB 7200 RPM SATA; Hot-plug Drive with Carrier. 1,320.02$ 0.85 1,116.94$ Pelco ECO3-HDKIT-16TB VxProEco 3 Series; Spare 16TB 7200 RPM SATA; Hot-plug Drive with Carrier. 1,707.34$ 0.85 1,444.67$ Pelco ECO3-HDKIT-4TB VxProEco 3 Series; Spare 4TB 7200 RPM SATA; Hot-plug Drive with Carrier. 382.87$ 0.85 323.97$ Pelco ECO3-HDKIT-8TB VxProEco 3 Series; Spare 8TB 7200 RPM SATA; Hot-plug Drive with Carrier. 769.08$ 0.85 650.76$ Pelco HDDKIT-12TB VideoXpert 12TB SATA HDD Kit 1,892.10$ 0.85 1,601.01$ Pelco HDDKIT-12TB-SAS VideoXpert 12TB SAS HDD Kit 2,102.46$ 0.85 1,779.00$ Pelco HDDKIT-16TB-SAS VideoXpert 16TB SAS HDD Kit 3,005.10$ 0.85 2,542.78$ Pelco INT-SALTO VX integration of Salto 4,498.20$ 0.85 3,806.17$ Pelco INT-SECONTINUUM Videoxpert Continuum Integration By Schneider Electric (Permanent License) -$ 0.85 -$ Pelco INT-SECUREXPERT VX integration of Security Expert -$ 0.85 -$ Pelco INT-SENTINEL Sentinel Alarm System (Permanent License) -$ 0.85 -$ Pelco INT-SHOTPOINT VX integration of Databouy Gunshot Detection -$ 0.85 -$ Pelco INT-SIPASS Vx Sipass Integration 1Yr Lic 4,498.20$ 0.85 3,806.17$ Pelco INT-SISTEMGROUP Videoxpert Sig.Security Integration (Permanent License) -$ 0.85 -$ Pelco INT-SSKLPR Ssk Lpr Integration And Occ Plugin (Permanent License) -$ 0.85 -$ Pelco INT-STENTOFON Stentofon Manager Plugin Integration 1Yr Lic 4,498.20$ 0.85 3,806.17$ Pelco INT-TAILCOUNT VX integration of Tailgating Access Control 4,498.20$ 0.85 3,806.17$ Pelco INT-UTIANYVISIO Uti Anyvision Local Facial Recognition Solution Integration -$ 0.85 -$ Pelco INT-VAXTOR VideoXpert integration license -$ 0.85 -$ Pelco INT-VIDEOGRDSDK VX integration of Videoguard; Allows Videoguard Psim To Get Video From Vx -$ 0.85 -$ Pelco INT-VIDEOGUARD VX integration of Videoguard Middleware; Sends Events To Videoguard Event Server -$ 0.85 -$ Pelco INT-VIDSYS Videoxpert Integration - Vidsys -$ 0.85 -$ Pelco INT-YALTES Videoxpert Integration - Yaltes Control System -$ 0.85 -$ Pelco U1-AGG-1P VideoXpert Professional; one aggregated chan from a remote system 214.20$ 0.85 181.25$ Pelco VAX-1C Vaxtor Camera License 1,148.70$ 0.85 971.98$ Pelco VAX-ADR Vaxtor Adr Per Camera 289.80$ 0.85 245.22$ Pelco VAX-AVGSPED-BAS Vaxtor Avrage Speed Basic 725.55$ 0.85 613.93$ Pelco VAX-AVGSPED-PRO Vaxtor Avrage Speed Pro 3,627.75$ 0.85 3,069.63$ Pelco VAX-AVGSPED-STD Vaxtor Avrage Speed Standard 1,813.35$ 0.85 1,534.37$ Pelco VAX-BASIC Vaxtor Helix Back Office Database Software - 1-10 Cameras 2,887.50$ 0.85 2,443.27$ Pelco VAX-GRAFANA-BAS Vaxtor Grafana Basic 725.55$ 0.85 613.93$ Pelco VAX-GRAFANA-PRO Vaxtor Grafana Pro 3,627.75$ 0.85 3,069.63$ Pelco VAX-GRAFANA-STD Vaxtor Grafana Standard 1,813.35$ 0.85 1,534.37$ Pelco VAX-HELP-CAM Vaxtor Remote Help Per Cam 217.35$ 0.85 183.91$ Pelco VAX-HELP-HOUR Vaxtor Remote Help Per Hour 217.35$ 0.85 183.91$ Pelco VAX-INSTSPEED Vaxtor Instant Speed Per Camera 1,015.35$ 0.85 859.14$ Pelco VAX-MMC Vaxtor Mmc Per Camera 565.95$ 0.85 478.88$ Pelco VAX-MMC+VCLASS Vaxtor Mmc+Vclass Per Camera 740.25$ 0.85 626.37$ Pelco VAX-PRO Vaxtor Helix Back Office Database Software - 26-50 Cameras 8,690.85$ 0.85 7,353.80$ Pelco VAX-REDLIGHT Vaxtor Red Light Per System 2,176.65$ 0.85 1,841.78$ #Internal Pelco VAX-STANDARD Vaxtor Helix Back Office Database Software - 11-25 Cameras 5,788.65$ 0.85 4,898.09$ Pelco VAX-TIME-BAS Vaxtor Time-Cross Basic 725.55$ 0.85 613.93$ Pelco VAX-TIME-PRO Vaxtor Time-Cross Pro 3,627.75$ 0.85 3,069.63$ Pelco VAX-TIME-STD Vaxtor Time-Cross Standard 1,813.35$ 0.85 1,534.37$ Pelco VAX-VCLASS Vaxtor Vclass Per Camera 565.95$ 0.85 478.88$ Pelco VX-A4-DEC VideoXpert Enhanced Decoder with Linux; 8GB RAM; VESA mount 2,578.82$ 0.85 2,182.08$ Pelco VX-A5-SDD VideoXpert Shared Display Decoder with Windows 10 IoT 2019; 16GB memory 3,197.65$ 0.85 2,705.70$ Pelco VX-ASCII VX Integration of Ascii; Commands Are Translated From Ascii Into Vx -$ 0.85 -$ Pelco VX-E-HDTRAY Empty HD carrier tray for VideoXpert Professional Eco Series 1 or Series 2 32.28$ 0.85 27.31$ Pelco VX-EVENT-MON VX Integration of Event Monitor Service; I/O support in VX -$ 0.85 -$ Pelco VX-F-HDTRAY Empty HD carrier tray for VideoXpert Professional Flex Series 1 or Series 2 32.28$ 0.85 27.31$ Pelco VX-P1-HDTRAY Empty hard drive carrier tray for VideoXpert Professional Power Series 1 31.16$ 0.85 26.37$ Pelco VX-P2-HDTRAY Empty hard drive carrier tray for VideoXpert Professional Power Series 2 47.70$ 0.85 40.36$ Pelco VX-RKWKS8T VideoXpert Workstation; Windows 10 IoT 2019; 16GB RAM; two NVIDIA Quadro P620 6,372.72$ 0.85 5,392.30$ Pelco VX-RKWKST VideoXpert Workstation; Windows 10 IoT 2019; 16GB RAM; one NVIDIA Quadro P620 5,442.57$ 0.85 4,605.25$ Pelco VX-S2-HDTRAY Empty HD carrier tray for VideoXpert Enterprise VxStorage Series 2; E or T 47.70$ 0.85 40.36$ Pelco VX-SNMP VX license enables Simple Network Management Protocol (Snmp) -$ 0.85 -$ Pelco VX-WKST VX Desktop Workstation; Win 10 IoT 2019; 16GB DDR4 memory; NVIDIA Quadro P620 4,263.90$ 0.85 3,607.92$ Pelco VX3930-PS Single 550W hot pluggable power supply; for Eco 3 or Rackmount Workstations 464.12$ 0.85 392.72$ Pelco VXCMG2-NSVR Enhanced CMG; Server 2019 Standard; dual 550W pwr; Xeon Silver; 64GB ECC RAM 11,971.64$ 0.85 10,129.85$ Pelco VXP-1C VideoXpert Professional; one (1) camera channel license. 91.35$ 0.85 77.30$ Pelco VXP-1C-3Y VxPro; one camera channel license and three year upgrade for one channel 150.15$ 0.85 127.05$ Pelco VXP-E2-0-J-S VideoXpert Professional; Eco 2 Series Tower Server; Windows 10 IoT; 16GB RAM; In 3,469.22$ 0.85 2,935.49$ Pelco VXP-E2-12-J-S VxPro; Eco 2; Win 10 IoT; 16GB RAM; Xeon E; 2x1Gb NIC; JBOD; 12TB; Quadro P620 4,834.87$ 0.85 4,091.04$ Pelco VXP-E2-8-J-S VxPro; Eco 2; Win 10 IoT; 16GB RAM; Xeon E; 2x1Gb NIC; JBOD; 8TB; Quadro P620 4,415.27$ 0.85 3,736.00$ Pelco VXP-E3-0-J-S VxPro; Eco 3 Rack; Win 10 IoT; 16GB RAM; i5; 1GbE NIC; No Drives; Quadro P620 4,003.62$ 0.85 3,387.68$ Pelco VXP-E3-12-J-S VxPro; Eco 3 Rack; Win 10 IoT; 16GB RAM; i5; 1GbE NIC; JBOD; 12TB; Quadro P620 5,359.36$ 0.85 4,534.84$ Pelco VXP-E3-24-J-S VxPro; Eco 3 Rack; Win 10 IoT; 16GB RAM; i5; 1GbE NIC; JBOD; 24TB; Quadro P620 6,350.46$ 0.85 5,373.47$ Pelco VXP-E3-32-J-S VxPro; Eco 3 Rack; Win 10 IoT; 16GB RAM; i5; 1GbE NIC; JBOD; 32TB; Quadro P620 7,341.56$ 0.85 6,212.09$ Pelco VXP-E3-4-J-S VxPro; Eco 3 Rack; Win 10 IoT; 16GB RAM; i5; 1GbE NIC; JBOD; 4TB; Quadro P620 4,365.08$ 0.85 3,693.53$ Pelco VXP-E3-8-J-S VxPro; Eco 3 Rack; Win 10 IoT; 16GB RAM; i5; 1GbE NIC; JBOD; 8TB; Quadro P620 4,863.28$ 0.85 4,115.08$ Pelco VXP-F2-20-J-S VideoXpert Professional; Flex 2 Tower Server; Windows 10 IoT; 16GB RAM; Intel Xe 6,916.18$ 0.85 5,852.15$ Pelco VXP-KIT-4TB VideoXpert Professional; Eco 2 & Flex 2 Series; 4TB hard drive and tray kit. 830.19$ 0.85 702.47$ Pelco VXP-KIT-8TB VideoXpert Professional; Power Series; 8TB hard drive and tray kit. 1,180.89$ 0.85 999.21$ Pelco VXP-KIT-P2-PSU VideoXpert Professional; Power Series 2; 750W hot swappable power supply unit. 545.37$ 0.85 461.47$ Pelco VXP-P2-0-XN VxPro Power 2; Win 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; 0TB 10,395.42$ 0.85 8,796.12$ Pelco VXP-P2-0-XT VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; 0TB 9,441.42$ 0.85 7,988.89$ Pelco VXP-P2-24-5N VxPro Power 2; Win 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 5; 24TB 13,299.82$ 0.85 11,253.69$ Pelco VXP-P2-24-5T VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 5; 24TB 12,362.78$ 0.85 10,460.81$ Pelco VXP-P2-24-JN VxPro Power 2; Win 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; JBOD; 24TB 13,299.82$ 0.85 11,253.69$ Pelco VXP-P2-24-JT VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; JBOD; 24TB 12,362.78$ 0.85 10,460.81$ Pelco VXP-P2-48-5N VxPro Power 2; Win 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 5; 48TB 16,579.46$ 0.85 14,028.77$ Pelco VXP-P2-48-5T VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 5; 48TB 15,642.42$ 0.85 13,235.89$ Pelco VXP-P2-48-6N VxPro Power 2; Win 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 6; 48TB 16,579.46$ 0.85 14,028.77$ Pelco VXP-P2-48-6T VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 6; 48TB 15,642.42$ 0.85 13,235.89$ Pelco VXP-P2-48-JN VxPro Power 2; Win 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; JBOD; 48TB 16,579.46$ 0.85 14,028.77$ Pelco VXP-P2-48-JT VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; JBOD; 48TB 15,642.42$ 0.85 13,235.89$ Pelco VXP-P2-72-5N VxPro Power 2; Win 10 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 5; 72TB 19,388.46$ 0.85 16,405.62$ Pelco VXP-P2-72-5T VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 5; 72TB 18,452.48$ 0.85 15,613.64$ Pelco VXP-P2-72-6N VxPro Power 2; Win 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 6; 72TB 19,388.46$ 0.85 16,405.62$ Pelco VXP-P2-72-6T VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 6; 72TB 18,452.48$ 0.85 15,613.64$ Pelco VXP-P2-72-JN VxPro Power 2; Win 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; JBOD; 72TB 19,388.46$ 0.85 16,405.62$ Pelco VXP-P2-72-JT VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; JBOD; 72TB 18,452.48$ 0.85 15,613.64$ Pelco VXP-P2-96-5N VxPro Power 2; Win 10 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 5; 96TB 22,198.52$ 0.85 18,783.36$ Pelco VXP-P2-96-5T VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 5; 96TB 21,262.54$ 0.85 17,991.38$ Pelco VXP-P2-96-6N VxPro Power 2; Win 10 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 6; 96TB 22,198.52$ 0.85 18,783.36$ Pelco VXP-P2-96-6T VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; RAID 6; 96TB 21,262.54$ 0.85 17,991.38$ Pelco VXP-P2-96-JN VxPro Power 2; Win 10 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; JBOD; 96TB 22,198.52$ 0.85 18,783.36$ Pelco VXP-P2-96-JT VxPro Power 2; Win 10 IoT 2019; 16GB RAM; Xeon Silver; 2x1Gb NIC; JBOD; 96TB 21,262.54$ 0.85 17,991.38$ Pelco VXP-RK-FLEX VideoXpert Professional; Flex Series Tower to Rack Conversion Kit 263.78$ 0.85 223.20$ Pelco VXP-SUP-1Y VideoXpert Professional; one (1) year software upgrade for one (1) channel. 26.25$ 0.85 22.21$ Pelco VXP-SUP-3Y VideoXpert Professional; three (3) year software upgrade for one (1) channel. 64.05$ 0.85 54.20$ #Internal Region 4 Education Service Center (ESC) Contract # R220703 for Facility Technology Integration & Security System Services with Schneider Electric Buildings Americas, Inc. Effective: April 1, 2022 (;+,%,7% The following documents comprise the executed contract between the Region 4 Education Service Center and Schneider Electric Buildings Americas, Inc., effective April 1, 2022: I. Vendor Contract and Signature Form II. Supplier’s Response to the RFP, incorporated by reference CONTRACT 1 CONTRACT This Contract (“Contract”) is made as of April 1, 2022 by and between Schneider Electric Buildings Americas, Inc. (“Contractor”) and Region 4 Education Service Center (“Region 4 ESC”) for the purchase of Facility Technology Integration & Security System Services (“the products and services”). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number R22-07 for Facility Technology Integration & Security System Services (“RFP”), to which Contractor provided a response (“Proposal”); and WHEREAS, Region 4 ESC selected Contractor’s Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any 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”), subject to Contractor’s credit review and approval, may purchase products and services at prices indicated in the Contract upon the Public Agency’s registration with OMNIA Partners. 1) Term of agreement. The term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC’s intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days’ (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. The anticipated full term of the contract is five (5) years. The Contractor shall have the right to enter local “service” agreements with Participating Public Agencies accessing the contract through OMNIA Partners, so long as the effective date of such agreement is prior to the CONTRACT 2 expiration of the Contract. All local agreements may have a full potential term (any combination of initial and renewal periods) not to exceed five years. Any tasks or project agreements executed against this Master Agreement during the effective term may survive beyond the expiration of the Master Agreement as established and agreed to by both parties. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. 3) Form of Contract. The form of Contract shall be the RFP, the Offeror’s proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror’s Best and Final Offer iii. Offeror’s proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives and accepts a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10)Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor’s pricing. 11)TERMINATION OF CONTRACT a) Cancellation for Non-Performance or Contractor Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. CONTRACT 3 Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC provided, however, that nothing herein shall impair or affect the rights of Contractor with respect to its pre-existing intellectual property rights. Any cancellation of the contract should be made subject to receipt of payment for work properly performed. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. If the Participating Public Agency or Procuring Party fails to make payments to Contractor as required in this Contract, through no fault of the Contractor, Contractor may, upon seven (7) business days written notice to the Participating Public Agency or Procuring Party payment for all Work executed and for proven loss with respect to materials, equipment, tools, and machinery, including reasonable overhead, profit and damages applicable to the Project. c) Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. d) Force Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. CONTRACT 4 The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. Contractor may cancel Contracts with Participating Public Agencies in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor’s license(s) expire, lapse, are suspended or terminated. 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract. 14) Delivery. Conforming product shall be shipped within time frame agreed to prior to receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and within 30 days of receipt of a properly completed invoice. 17) Price Adjustments. Should it become necessary or proper during the term of this Contract to make any change in pricing, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written CONTRACT 5 notification from Region 4 ESC for project proposals submitted prior to the receipt of the approval and written notification. It is the Contractor’s responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor’s proposal. Price reductions may be offered at any time during Contract. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18)Audit Rights. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor’s pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor’s pricing at Contractor’s sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third- party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19)Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20)New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21)Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22)Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. THE WARRANTIES SET FORTH ABOVE ARE EXCLUSIVE AND IN LIEU OF ALL OTHER EXPRESSED OR IMPLIED WARRANTIES (EXCEPT WARRANTIES OF TITLE) INCLUDING, BUT NOT LIMITED TO, WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. This warranty shall not apply to (a) equipment not manufactured by Contractor, (b) equipment that has been repaired or altered by other CONTRACT 6 than Contractor so as, in its judgment, to affect the same adversely, or (c) equipment that has been subject to negligence, accident or damage by circumstances beyond Contractor’s control, or improper operation, maintenance or storage, or other than normal use and service. With respect to equipment not manufactured by Contractor, the warranty obligations of Contractor shall in all respects conform to and be limited to the warranty actually extended to Contractor by its supplier. 23)Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24)Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to: moving furniture, installing wiring for networks or power, and similar pre-installation requirements. 25)Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC’s discretion. Contractor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. 26)Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27)Smoking. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28)Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29)Funding Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC’s current revenue only. Region 4 ESC retains the CONTRACT 7 right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses to the extent arising out of or resulting from the negligence, fault or willful misconduct of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC once approval from awarded vendor has been provided. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The certificate of insurance shall provide that should any of the above described policies be cancelled or reduced in coverage or limits while the Work is in progress, before the expiration date thereof, notice will be delivered in accordance with the policy provisions, pursuant to ISO ACORD Form 25 (05/2010). Contractor shall provide Region 4 ESC participant at least thirty (30) days’ prior written notice of the cancellation, non- renewal or reduction in coverage or limits of the insurance. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obligations. It is Contractor’s responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. Company Name Address City/State/Zip Telephone No. Email Address Printed Name Title Authorized signature Accepted by Region 4 ESC: Contract No. ______________ Initial Contract Term to Region 4 ESC Authorized Board Member Date Print Name Region 4 ESC Authorized Board Member Date Print Name 1650 W. Crosby Road Carrollton, TX 75006 James Mylett SVP, Digital Buildings Schneider Electric Buildings Americas, Inc             5 $SULO0DUFK 0DUJDUHW6%DVV /LQGD7LQQHUPDQ   Internal Region 4 Education Service Center Response to Request for Proposal for Facility Technology Integration & Security System Services Solicitation Number 22-07 January 11, 2022 Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Facility Technology Integration & Security System Services Solicitation Number 22-07 ExecutiveSummary Schneider Electric is pleased to submit the following proposal and documenation detailing our credentials to support OMNIA Partners Members as it relates to RFP 22-07 for a Facility Technology Integration & Security System Services provider. The following information expands on our technical approach and overall strategy to provide varying solutions to the Members throughout North America. Ultimately our intent is to provide robust solutions that address the memberships needs while maintaining a close eye on bottom line. We believe our greatest strength for any endeavor is our commitment to our customers’ safety, security, and comfort as well as the quality of services offered through all of our sales channels. That is our VALUE proposition. For each and every project, we select a Best-of-Class Solution, as well as a Best-of-Class Execution Team to ensure your goals are met or exceeded. Our mission is to provide the highest quality integration of products and services in the industry. By integrating multiple systems together, a single seat of control is established for our clients which maximizes the flow of information resulting in more informed security responses. Additionally the single seat of control increases the overall effectiveness of the security operation resulting in a more appropriate response and more satisfied patrons. Through integration, Schneider Electric is able to help clients realize true cost savings on both CapEX and OpEx expenses. These savings are realized throughout the entire lifecycle of the system, from initial installation to day-to-day performance and upkeep. Our approach aims to provide a flexible system that yields a long-term cost effective solution that is easy to use. One key differentiator for Schneider Electric is the fact that we are both a manufacturer and an authorized re-sellers of many products. As such we are in a position to support the OMNIA Partners Members with a variety of products from design, installation to warranty and support. We have the ability to work directly with clients to ensure project goals are met, standards are established, and quality is tightly managed. We have a deep knowledge of integrated solutions and have the ability to adjust solutions as project requirements or client goals change, thus enabling us to meet the everchanging needs of our customers. We are confident that we can provide the best overall solution for the membership should we be given the opportunity. Additionally the solution being proposed is readily available today and is considered standard and off the shelf. Sincerely, Chas Reynolds Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Facility Technology Integration & Security System Services Solicitation Number 22-07 TableofContents Tab 1Draft Contract and Offer and Contract Signature Form (Appendix A) ..................................... 3 a) Terms and Conditions Acceptance Form (Appendix B) ................................................................ 12 Tab 2Product / Pricing .................................................................................................................... 20 Tab 3Performance Capability ......................................................................................................... 25 a)OMNIA Partners documents ...................................................................................................... 25 Exhibit A ............................................................................................................................................. 25 Tab 4Qualification and Experience ................................................................................................. 59  Tab 5Value Add .............................................................................................................................. 70 List of All ECMs that can be implemented through OMNIA’s contract .............................................. 75 Project Pricing - Performance Contracting / Design – Build ......................................................... 76 See Tab 2 ....................................................................................................................................... 76 Project Financing ............................................................................................................................ 77 Analysis .......................................................................................................................................... 77 Financing Options .......................................................................................................................... 78 Municipal Leasing ........................................................................................................................... 78 Bonds ............................................................................................................................................. 79 Direct Appropriations ...................................................................................................................... 79 Bundled Financing .......................................................................................................................... 80 Grants, Incentives and State Funding ............................................................................................ 81 Tab 6Additional Required Documents (Appendix C) ...................................................................... 83 Appendix C, Doc #1 ........................................................................................................................... 84 Appendix C, Doc #2 ........................................................................................................................... 85 Appendix C, DOC # 3 ........................................................................................................................ 86 Appendix C, DOC # 4 ........................................................................................................................ 87 Appendix C, DOC # 5 ........................................................................................................................ 88 Tab 7Additional Attachments .......................................................................................................... 90 a)Draft Contract ................................................................................................................................  b)Exhibit F .........................................................................................................................................  c)Exhibit G ........................................................................................................................................  d)Schneider Electric Annual Report .................................................................................................  e)Schneider Electric Fact Sheet .......................................................................................................  f)Schneider Electric Brochure ..........................................................................................................  RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 3 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Facility Technology Integration & Security System Services Solicitation Number 22-07 Tab 1 Draft Contract and Offer and Contract Signature Form (Appendix A) Please find the signed draft contract in the additional attachments section of this response. Internal Internal Internal Internal Internal Internal Internal Internal RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 12 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal a) Terms and Conditions Acceptance Form (Appendix B) Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: ࣻ Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) X Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror’s proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition or Specification Exception/Proposed Modification Accepted (For Region 4 ESC’s use) Contract Pg 1 / Paragraph 6 Contract Pg 2 / 11a Contract Pg 3 / 11b Contract Pg 4 / 11e Contract Pg 4 / 14 Contract Pg 4 / 16 Contract Pg 4 / 17 Contract Pg 5 / 22 Contract Pg 6 / 30 Contract Pg 6 / 31 Contract Pg 6 / 32 RFP Exhibit A 2.2 $FFHSWHG $FFHSWHG $FFHSWHG $FFHSWHG $FFHSWHGZLWKPRGLILHGODQJXDJH $FFHSWHG DQGDFFHSWHG $FFHSWHG DQGDFFHSWHG $FFHSWHG $FFHSWHGZKHUHLQGLFDWHG 5HSODFHZLWKPRGLILHGODQJXDJH Replace Section 2.2 from Exhibit A (Response for National Cooperative Contract) in the RFP with the following language that has been agreed to: 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is the lowest available (net to buyer) for a substantially similar scope (to include but not limited to timeframe, quantities, location, and services) to Public Agencies nationwide. Supplier further commits that if a Participating Public Agency is identified as being able to receive lower pricing and is eligible through a national, state, regional, local or cooperative contract, the Supplier shall work to match such lower pricing to that Participating Public Agency under the Master Agreement. Consideration of such lower pricing shall be made and final pricing for any project or Scope of Work shall be determined prior to issuance of a purchase order. Retroactive requests for lower pricing shall not be considered. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 13 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Exceptions to the RFP and draft Contract Offeror has identified several provisions as needing modification to comply with Offeror’s contracting guidelines as well the addition of several new provisions. Offeror prides itself on being able to reach acceptable terms and would appreciate the opportunity to negotiate any of Offeror’s proposed changes that Region 4 ESC deems unacceptable. Offeror Exceptions/Requested modifications: RECITALS paragraph 6 Original language: WHEREAS, the Contract will provide that any 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”) may purchase products and services at prices indicated in the Contract upon the Public Agency’s registration with OMNIA Partners. Please insert after “(Public Agencies)” “,subject to Contractor’s credit review and approval,” Commencement of Work. (Section 6) Original language: The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. Offeror requests insertion of ‘and accepts’ after ‘receives’ Cancellation for non-performance or contractor deficiency (Section 11(a)) Original language: Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii.Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. Please insert the following at the end of the Second Paragraph: “provided, however, that nothing herein shall impair or affect the rights of Contractor with respect to its pre-existing intellectual property rights. Any cancellation of the contract should be made subject to receipt of payment for work properly performed.” RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 14 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Termination for Cause (Section 11(b)) Original language: If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. Please add the following to this Section: If the Participating Public Agency or Procuring Party fails to make payments to Contractor as required in this Contract, through no fault of Contractor, Contractor may, upon seven (7) business days written notice to the Participating Public Agency or Procuring Party, suspend or terminate the Contract and recover from the Participating Public Agency or Procuring Party payment for all Work executed and for proven loss with respect to materials, equipment, tools, and machinery, including reasonable overhead, profit and damages applicable to the Project. Standard Cancellation (Section 11(e)) Original language: Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. Offeror requests insertion of “or Contractor” after “Region 4 ESC" Delivery (Section 14) Original language: Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. Offeror requests change “7 days of” to “time frame agreed to prior to” Payments (Section 16) Original language: Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. Offeror request change of “upon” to “within 30 days of” Price Adjustments (Section 17) Original language: Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor’s responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor’s proposal. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 15 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Offeror requests the following changes: Line 2- please change from “make any change in design or any alterations that will increase price, Region 4 ESC must be” to “make any change in pricing, Region 4 ESC must be” Line 7- after “Region 4 ESC” please add “for project proposals submitted prior to the receipt of the approval and written notification.” Warranty Conditions (Section 22) Original language: All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. Offeror requests to add at the end "THE WARRANTIES SET FORTH ABOVE ARE EXCLUSIVE AND IN LIEU OF ALL OTHER EXPRESSED OR IMPLIED WARRANTIES (EXCEPT WARRANTIES OF TITLE) INCLUDING, BUT NOT LIMITED TO, WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. This warranty shall not apply to (a) equipment not manufactured by Contractor, (b) equipment that has been repaired or altered by other than Contractor so as, in its judgment, to affect the same adversely, or (c) equipment that has been subject to negligence, accident or damage by circumstances beyond Contractor's control, or improper operation, maintenance or storage, or other than normal use and service. With respect to equipment not manufactured by Contractor, the warranty obligations of Contractor shall in all respects conform to and be limited to the warranty actually extended to Contractor by its supplier.” Indemnity (Section 30) Original language: Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. Line 2, before “arising” insert “to the extent” Line 3, delete “actions” and insert “the negligence, fault or willful misconduct” RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 16 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Marketing (Section 31) Original language: Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. Please add to the end of the first sentence: “once approval from awarded vendor has been provided.” Certificates of Insurance (Section 32) Original language: Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days’ notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. Offeror requests to delete the second sentence: “The Contractor shall give Region 4 ESC a minimum of ten (10) days’ notice prior to any modifications or cancellation of policies” and substitute “The certificate of insurance shall provide that should any of the above described policies be cancelled or reduced in coverage or limits while the Work is in progress, before the expiration date thereof, notice will be delivered in accordance with the policy provisions, pursuant to ISO ACORD Form 25 (05/2010). Contractor shall provide Region 4 ESC participant at least thirty (30) days’ prior written notice of the cancellation, non-renewal or reduction in coverage or limits of the insurance. We would also like to provide a link to Offeror’s memorandum of insurance on Marsh’s website, which should answer any questions Region 4 ESC may have: www.marsh.com/moi?client=D922 RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 20 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Tab 2 Product / Pricing i. Offerors shall provide pricing based on a discount from a price list or catalog (or major items of equipment purchased and installed by Offeror with a breakout of manufacturers’ catalog price along with discount off list price), or fixed price, or a combination of both with indefinite quantities. Prices listed will be used to establish the extent of product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, they different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Offerors may elect to limit their proposals to any category or categories. The discount proposed should remain the same for the first 12 months after the contract award. As an option, pricing may be a discount off the City Cost Index when using one of the following: • RS Means Construction Procurement Catalog: Facilities Construction Cost Data book • RS Means Construction Procurement Catalog: Electrical Cost Data • RS Means Construction Procurement Catalog: Mechanical Cost Data Attached are the Scheider Electric Pricing Lists, which include all applicable prices/discounts. Multiple percentage discounts off list price are provided and clearly noted on the attachments. ii. Include an electronic copy of the catalog from which discount, or fixed price, is calculated. Electronic price lists must contain the following: (if applicable) • Manufacturer or Other Part # • Offeror’s Part # (if different from manufacturer part #) • Description • Manufacturers or Other Suggested List Price and Net Price • Net Price to Region 4 ESC (including Freight) Media submitted for price list must include the Offerors’ company name, name of the solicitation, and date on a Flash Drive (i.e. Pin or Jump Drives). Please find the Schenider Electric Pricing Lists on the included flash drive. All required information shown above is included. iii. Describe how Offeror will address, at a minimum, the areas defined in the Project Scope. With a solid base in Building Systems and Services, Schneider Electric is regarded as a leading company for systems integration in buildings and has a proven track record of being innovative leaders in our industry. We transform subsystems into complete solutions, which give maximum value to customers offering integrated solutions and technical support for all aspects of buildings including comfort, security, energy, lighting and alarm systems, as well as turnkey precision environments in laboratories and clean rooms. Following is an extensive list of our scope of services for buildings, water and wastewater. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 21 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Schneider Electric Energy and Sustainability Services: Buildings Heating Systems Cooling Systems HVAC Systems Boiler Replacement High Efficient Modular Boilers Burner Replacement Boiler Stock Heat Reclaim Perimeter Radiation High Efficient Domestic Water Heaters Gas Line Turbulators Steam Trap Retrofits Steam Pressure Control Temperature Reset Control Electric Heating to Gas Piping Insulation Chiller Replacements Gas Fire Centrifugal Chillers CFC Containment Conversions Tower Free Cooling Commercial Refrigeration Cooling Towers Thermal Energy Storage Systems Reclaim A.C. Heat Rejection Inefficient Air Handling Unit replacement Variable Frequency Drives Heat Recovery Systems Low Leakage Air Dampers Variable Air Volume Systems Demand Control Ventilation Exhaust Fans Fan Coil Units Motor Replacement Unit Heaters/Ventilators Computer Room Units Water Management Systems Lighting Systems Control/Automation Systems Retrofit Flush Valves, Showerheads, Faucets, Toilets Automated Water Systems Cooling Tower Retrofits Ice Machines Walk-in Coolers/Freezers Domestic Water Waste Heat Recovery Lighting Controls Daylight Harvesting Occupancy Sensors Incandescence to Fluorescent LED Exit Signs Emergency Lighting Ambient Light Control Exterior Lighting Retrofit Facility Management Systems Direct Digital Controls Pneumatic Controls Manual Valves to Automatic Valves Air Compressors Lab Flume Hood Control Multi-System Integration Energy Services Renewable Energy Miscellaneous Maintenance and Operation Energy Audit/Design Construction Management Project Management System Installation Measurement and Verification Commissioning Services Energy Guarantees Energy Metering Utilities Procurement Power Factor Correction Utility Rate Structure Assessment Indoor Air Quality Owner Training Facility Operation Assessments Financial Services Cogeneration Biomass Solar Power - Photovoltaic & Thermal Wind Turbine Geothermal Heat Pumps Fuel Cells Micro-grid Combined Heat and Power EV Infrastructure Central Heating/Cooling Plants Electrical Power Systems Emergency Generators Turbine Generators Switch Gear Building Envelope Air Curtains Elevator Modernization Kitchen Equipment Building Envelope Sewer, Water and Wastewater Weatherproofing Fire Preservation System Building Infiltration Measures Energy Star Portfolio Manager LEED Certified Personnel Cybersecurity RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 22 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Schneider Electric Energy and Sustainability Services: Water Treatment Plants Distribution System Water Meters Plant Optimization Chemical Treatment Clarification Sludge Management Sludge Disposal Backwash Pumping Disinfection Pumping High Service Pumping Pipe Replacements Fire Hydrant Exercising Valve Turning VFD AMR AMI Testing Replacements Leak Detection Billing Schneider Electric Energy and Sustainability Services: Wastewater Treatment Plants Collection System Cogeneration Capacity Evaluation Capacity Expansion Treatment Processes Process Optimization Energy Management Biosolids Management Class A or B Biosolids Generation Aeration Digestion Clarification Pumping Pumping Infiltration & inflow Sewer Replacement Manhole Rehabilitation VFD Bio Gas generation Biogas Retail Cogeneration iv. Provide any applicable Burden Billable Labor Rates by Classification. Please see the applicable labor rates on the attached Schneider Electric Pricing Lists. Note: x Pricing does not include Davis-Bacon or prevailing wage rates x Pricing may be adjusted due to local or regional labor & material rates v. Describe if pricing is available for all products and services? Pricing is available on all active product. vi. Describe any shipping charges. Shipping charges are the responsibility of the customers and will be determined at the time of sale. vii. Describe any ancillary cost or additional freight costs for orders placed outside the Continental US. The ancillary cost or additional freight costs will be determined at the time of order based on destination. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 23 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal viii. If Offeror has retail stores, describe appropriate procedures in place to ensure contract pricing on all product and/or services to Participating Public Agencies. Not applicable ix. Describe any warranties and provide pricing for warranties on all products and services. Warranty. Company warrants to Customer that all tangible articles manufactured by Company will be free of defects in workmanship and material and that the work performed will be of good quality and will conform to the requirements of the bid documents. If the article is installed by Company, Company’s sole obligation under this warranty shall be to provide, without charge, parts and labor necessary to remedy defects which appear within twelve (12) months from the date of beneficial use or occupancy, as applicable. If Company provides a Certificate of Substantial Completion, such certificate shall conclusively establish such date. If article is not installed by Company, the warranty period shall be within twelve (12) months of shipment of said article. Warranty claim must be made to Company in writing within such twelve (12) month period. All transportation charges incurred in connection with the warranty for equipment not installed by Company shall be borne by Customer. Company warrants that for equipment furnished and or installed, but not manufactured by Company, Company will extend the same warranty terms and conditions which Company receives from the manufacturer of said equipment. This warranty is the sole and exclusive warranty given with respect to any articles delivered or services performed by Company. THE WARRANTIES SET FORTH ABOVE ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES EXPRESS OR IMPLIED (EXCEPT WARRANTIES OF TITLE), INCLUDING, BUT NOT LIMITED TO, WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. This warranty is subject to proper installation of the articles (if installation is not performed by Company or authorized subcontractors of the Company) and maintenance and storage of the articles in accordance with the specifications and directions supplied by Company. This warranty does not apply to any defect, malfunction or failure caused by repairs made by other than or without the consent of Company or the article has been subject to abuse, misuse, neglect, tampering, accident or damage by circumstances beyond Company’s control, including without limitation, acts of God, war, acts of government, corrosion, power fluctuations, freeze-ups, labor disputes, differences with workmen, riots, explosions, vandalism, or malicious mischief, nor to defective associated equipment or use of the articles with equipment for which they were not sold. All of Company’s obligations under this warranty will immediately terminate and be of no further force or effect if all or any part of the purchase price (including any installment payment) with respect to any article covered by this warranty is not paid to Company when due. If cause of defect is found not to be Company’s responsibility, standard rates for repair or replacement and labor shall apply. x. Describe any additional discounts or rebates available. Additional discounts or rebates may be offered for large orders, growth, annual spend, guaranteed spend, etc. Not applicable. xi. Describe how customers verify they are receiving Contract pricing. All requests need to reference the OMNIA Contract in order to receive the contract pricing. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 24 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal xii. Describe payment methods offered. The preferred method of payment is Automated Clearing House (ACH), but wire transfer and Electronic Data Interchange (EDI) are also acceptable. Payment by credit card or p-card is not accepted. Schneider Electrics standard payment terms are Net 30. xiii. Propose the frequency of updates to the Offeror’s pricing structure. Describe any proposed indices to guide price adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. The overall agreed discount would stay the same for the life of the contract. Schneider Electric list price(s) are subject to change. We maintain the right to adjust our pricing list(s) quarterly. xiv. Describe how future product introductions will be priced and align with Contract pricing proposed. New product introduction will have a standard list price. Contracted discount will apply. An updated price list may be submitted in addition to quarterly updates that would include the new product lines. xv. Provide any additional information relevant to this section. No additional information. Federal Funding Pricing Due to products and services potentially being used in response to an emergency or disaster recovery situation in which federal funding may used, provide alternative pricing that does not include cost plus a percentage of cost or pricing based on time and materials; if time and materials is necessary, a ceiling price that the contractor exceeds at its own risk will be needed as determined and set by the Participating Public Agency. Products and services provided in a situation where an agency is eligible for federal funding, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited to the FEMA Special Conditions section located in the Federal Funds Certifications Exhibit. Not to Exceed Pricing. Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the Contractor can adjust submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 25 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Tab 3 Performance Capability a) OMNIA Partners documents i. Include a detailed response to Appendix D, 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. 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 Region 4 Education Service Center (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 Facility Technology Integration & Security System 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. 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. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 26 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal These requirements are incorporated into and are considered an integral part of this RFP. OMNIA Partners reserves the right to determine whether 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, partnership development and administrative support for Supplier pursuant to this section that directly promotes the Supplier’s products and services to Participating Public Agencies through multiple channels, each designed to promote specific products and services to Public Agencies on a national basis. OMNIA Partners will assign the Supplier a Director of Partner Development who will serve as the main point of contact for the Supplier and will be responsible for managing the overall relationship between the Supplier and OMNIA Partners. The Director of Partner Development will work with the Supplier to develop a comprehensive strategy to promote the Master Agreement and will connect the Supplier with appropriate stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training, and Operations & Support. The OMNIA Partners 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: 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). RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 27 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately $30M 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 (e.g. governing law) are subject to modification for each Participating Public Agency as Supplier, such Participating Public Agency and OMNIA Partners shall agree without being in conflict with the Master Agreement as a condition of the Participating Agency’s purchase and not a modification of the Master Agreement applicable to all Participating Agencies. 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.) (“Supplemental Agreement”). It shall be the responsibility of the Supplier to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Supplier to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of the Master Agreement and adjust wage rates accordingly. In instances where supplemental terms and conditions create additional risk and cost for Supplier, Supplier and Participating Public Agency may negotiate additional pricing above and beyond the stated contract not-to-exceed pricing so long as the added price is commensurate with the additional cost incurred by the Supplier. 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). All signed Supplemental Agreements and 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; RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 28 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal 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 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. Internal OMNIA PARTNERS COOPERATIVE PURCHASING AGREEMENT FACILITY TECHNOLOGY INTEGRATION & SECURITY SYSTEM SERVICES ADDENDUM TO BE SIGNED BY PUBLIC AGENCIES This Addendum (“Addendum”) is entered this ___ day of __________, by _______________, ("Participating Public Agency") and Schneider Electric Buildings Americas, Inc. ("Contractor") and supplements the terms and conditions of the Region 4 Education Service Center Cooperative Purchasing Agreement (“Cooperative Agreement”) entered into on ______________ between the Contractor and Region 4 Education Service Center. The parties to this Addendum, agree to make the additions outlined below and these additions shall be made valid as if they are included in the Cooperative Agreement and this Amendment supersedes any conflicting or supplemental terms in the Cooperative Agreement concerning the subject matter hereof. 1. Taxes. Prices exclude all present or future sales taxes, revenue or excise taxes, value added taxes, import and export duties and any other taxes, surcharges or duties now existing or hereafter imposed by Government authorities upon equipment and/or services quoted by the Contractor. The Participating Public Agency shall be responsible for all such taxes, duties and charges resulting from this agreement. The Contractor is required to impose taxes on orders and shall invoice the Participating Public Agency for such taxes and/or fees according to state and local statute, unless the Participating Public Agency furnishes the Contractor at the time of order with a properly completed exemption certificate(s) acceptable to the authorities imposing the tax or fees. 2. Ethics and Compliance with Law. Each party shall comply in all respects with all applicable legal requirements governing the duties, obligations, and business practices of that party. Neither party shall take any action in violation of any applicable legal requirement that could result in liability being imposed on the other party. In the event the Participating Public Agency has concerns related to ethics, compliance or Contractor’s Code of Conduct (“Trust Charter”), and/or any potential violations of these policies, the Participating Public Agency is welcome to make use of Contractor’s Trust Line. The Trust Line is Contractor’s global helpline for external stakeholders. It is a confidential channel through which the Participating Public Agency can ask questions and raise concerns. Reports can be made using the following link:https://secure.ethicspoint.eu/domain/media/en/gui/104677/index.html. 3. Import and Export. The products, software, services, information, other deliverables and/or the technologies embedded therein (hereinafter referred to as “Deliverables”) provided by Contractor under this Contract contain or may contain components and/or technologies from the United States of America (“US”), the European Union (“EU”) and/or other nations. The Participating Public Agency acknowledges and agrees that the supply, assignment and/or usage of Deliverables under this Contract shall fully comply with applicable US, EU and other national and international export control laws and/or regulations. Unless applicable export licenses have been obtained from the relevant authority and Contractor has approved, the Deliverables shall not (i) be exported and/or re-exported to any destination or party (including without limitation to any individual, group and/or legal entity) restricted by the applicable export control laws and/or regulations; or (ii) be used for those purposes and fields restricted by the applicable export control laws and/or regulations. The Participating Public Agency also agrees that the Deliverables will not be used either directly or indirectly in any rocket systems, unmanned air vehicles, nuclear weapons delivery systems, and/or in any design, development, production or use of or related to weapons (which may include, without limitation, chemical, biological or nuclear weapons). If any necessary or advisable licenses, authorizations or approvals are not obtained, whether arising from inaction by any relevant government authority or otherwise, or if any such licenses, authorizations or approvals are denied or revoked, or if the applicable export control laws and/or regulations would prohibit Contractor from fulfilling any order, or would in Contractor’s judgment otherwise expose Contractor to a risk of liability under the applicable export control laws and/or regulations if it fulfilled the order, Contractor shall be excused from all affected obligations under such order and/or this Contract. 4. Cybersecurity. a. The Participating Public Agency’s Obligations for Its Systems. The Participating Public Agency is solely responsible for the implementation and maintenance of a comprehensive security program (“Security Program”) that contains reasonable and appropriate security meas ures and safeguards to protect its computer network, systems, machines, and data (collectively, “Systems”), including those Systems on which it runs the Deliverables provided by Contractor, against Cyber Threats. “Cyber Threat” means any circumstance or event with the potential to adversely impact, compromise, damage, or disrupt Region 4 ESC’s Systems or that may result in any unauthorized access, acquisition, loss, misuse, destruction, disclosure, and/or modification of Region 4 ESC’s Systems, including through malware, hacking, or similar attacks. Without limiting the foregoing, The Participating Public Agency shall at a minimum: i. have qualified and experienced personnel with appropriate expertise in cybersecurity maintain the Participating Public Agency’s Security Program, and have such personnel regularly monitor cyber intelligence feeds and security advisories applicable to The Participating Public Agency’s Systems or The Participating Public Agency’s industry; Internal ii. promptly update or patch its Systems or implement other appropriate measures based on any reported Cyber Threats and in compliance with any security notifications or bulletins, whether publicly disclosed on Contractor’s security notification webpage at: https://www.se.com/ww/en/work/support/cybersecurity/security-notifications.jsp or otherwise provided to The Participating Public Agency; iii. regularly monitor its Systems for possible Cyber Threats; iv. regularly conduct vulnerability scanning, penetration testing, intrusion scanning, and other cybersecurity testing on its Systems; and v. meet the recommendations of Contractor’s Recommended Cybersecurity Best Practices, available at https://www.se.com/us/en/download/document/7EN52- 0390/, as may be updated by Contractor from time to time, and then-current industry standards. b. The Participating Public Agency’s Use of the Deliverables. Contractor may release Updates and Patches for its Deliverables from time to time. The Participating Public Agency shall promptly install any Updates and Patches for such Deliverables as soon as they are available in accordance with Contractor’s installation instructions and using the latest version of the Deliverables, where applicable. An "Update" means any software that contains a correction of errors in a Deliverable and/or minor enhancements or improvements for a Deliverable but does not contain significant new features. A “Patch” is an Update that fixes a vulnerability in a Deliverable. The Participating Public Agency understands that failing to promptly and properly install Updates or Patches for the Deliverables may result in the Deliverables or The Participating Public Agency’s Systems becoming vulnerable to certain Cyber Threats or result in impaired functionality, and Contractor shall not be liable or responsible for any losses or damages that may result. c. Identification of Cyber Threats. If The Participating Public Agency identifies or otherwise becomes aware of any vulnerabilities or other Cyber Threats relating to the Deliverables for which Contractor has not released a Patch, The Participating Public Agency shall promptly notify Contractor of such vulnerability or other Cyber Threat(s) via the Contractor Report a Vulnerability page (https://www.se.com/ww/en/work/support/cybersecurity/report-a-vulnerability.jsp#Region 4 ESCs) and further provide Contractor with any reasonably requested information relating to such vulnerability (collectively, “Feedback”). Contractor shall have a non-exclusive, perpetual and irrevocable right to use, display, reproduce, modify, and distribute the Feedback (including any confidential information or intellectual property contained therein) in whole or part, including to analyze and fix the vulnerability, to create Patches or Updates for its customers, and to otherwise modify its Deliverables, in any manner without restrictions, and without any obligation of attribution or compensation to The Participating Public Agency; provided, however, Contractor shall not publicly disclose The Participating Public Agency’s name in connection with such use or the Feedback (unless The Participating Public Agency consents otherwise). By submitting Feedback, The Participating Public Agency represents and warrants to Contractor that The Participating Public Agency has all necessary rights in and to such Feedback and all information it contains, including to grant the rights to Contractor t such Feedback does not infringe any proprietary or other rights of third parties or contain any unlawful information. 5. Limitation of Liability. NOTWITHSTANDING ANY PROVISION OF THE AGREEMENT TO THE CONTRARY, IN NO EVENT SHALL SUPPLIER, ITS OFFICERS, DIRECTORS, AFFILIATES OR EMPLOYEES BE LIABLE FOR ANY FORM OF INDIRECT, SPECIAL, CONSEQUENTIAL OR PUNITIVE DAMAGES, INCLUDING, BUT NOT LIMITED TO, LOSS OF USE, LOSS OF PRODUCTION, LOSS OF PRODUCT, LOSS OF REVENUE, LOSS OF PROFITS OR LOSS OF DATA DAMAGES, WHETHER SUCH DAMAGES ARISE IN CONTRACT OR TORT AND IRRESPECTIVE OF FAULT, NEGLIGENCE OR STRICT LIABILITY OR WHETHER SUCH PARTY HAS BEEN ADVISED IN ADVANCE OF THE POSSIBILITY OF SUCH DAMAGES. NOTWITHSTANDING ANY OTHER PROVISION OF THE AGREEMENT AND TO THE EXTENT PERMITTED BY APPLICABLE LAW, THE MAXIMUM LIABILITY OF SUPPLIER FOR DAMAGES WITH RESPECT TO THIS CONTRACT OR ANYTHING Internal DONE IN CONNECTION THEREWITH, SUCH AS THE USE OF ANY PRODUCT COVERED BY OR FURNISHED UNDER THE COOPERATIVE AGREEMENT, WHETHER IN CONTRACT, IN TORT (INCLUDING NEGLIGENCE OR STRICT LIABILITY) OR OTHERWISE, SHALL NOT EXCEED THE CONTRACT PRICE FOR THE SPECIFIC PRODUCT, EQUIPMENT, MATERIAL OR SERVICE WORK PERFORMED. THE PRECEDING SENTENCE SHALL NOT APPLY TO ANY CLAIM FOR BODILY INJURY, OR TO ANY OTHER CLAIM TO THE EXTENT OF SCHNEIDER’S GROSS NEGLIGENCE OR WILLFUL MISCONDUCT. Except as provided for herein, all other terms of the Cooperative Agreement remain unchanged and in full force and effect. IN WITNESS WHEREOF, the parties have caused this Addendum to the Cooperative Agreement to be signed by their duly authorized representatives. PARTICIPATING PUBLIC AGENCY SCHNEIDER ELECTRIC BUILDINGS AMERICAS, INC. Signature Signature Name Name Title Title Date Date RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 29 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal 3.0 SUPPLIER RESPONSE Supplier must supply the following information 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 to include experience providing similar products and services. Schneider Electric was established in 1836 and has grown into a global specialist in energy management, efficiency, and infrastructure. Our operations span more than 100 countries, with nearly 135,000 employees and $28.8 Billion in annual revenue. In short, we offer the backing and stability of a large company. Schneider Electric offers an approach that extends beyond standard performance contracting services. We’ll help our client realize their vision and accomplish their highest priority goals in several key areas, including: Energy: Reduce and optimize your utility and energy usage through infrastructure improvements. Technology: Modernize your facility using the latest technology tailored to your needs. Funding: Leverage reallocated funds from your energy savings to fund improvements and explore available energy rebates, and more. Facilities/Operations: Training to sustain optimal equipment performance and solutions that reduce long-term operating and maintenance costs. Community Engagement: Empower stakeholders and educate them regarding behaviors that affect your budget. Public Image: Co-create a marketing vision plan that will help build awareness of your environmental commitment through press releases, community outreach events, specialized signage, and more. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 30 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal B. Total number and location of salespersons employed by Supplier. Sales Staff: Location QTY Location QTY Alabama 1 Florida 2 Alaska 1 Georgia 2 Arizona 5 Hawaii 1 Arkansas 3 Idaho 2 California 20 Illinois 11 Colorado 2 Indiana 2 Connecticut 4 Iowa * Delaware 2 Kansas 1 DC 9 Kentucky 1 Louisiana 3 Mississippi 1 Maine 2 Missouri 1 Maryland 1 Montana 1 Massachusetts 8 Nebraska 1 Michigan 1 Nevada 11 Minnesota 1 New Hampshire 2 New Jersey 25 N Carolina 18 New Mexico 2 N Dakota 1 New York 25 Ohio 10 Oklahoma 3 Rhode Island 1 Oregon 1 S. Carolina 18 Pennsylvania 5 S Dakota 1 Tennessee 2 Texas 75 Utah 2 Vermont 1 Virginia 8 Washington 1 W Virginia 1 Wisconsin 1 Wyoming 1 American Samoa * Federated States of Micronesia * Guam * Midway Islands * Northern Marina Islands * Puerto Rico 1 US Virgin Islands * *Means this area is supported by a remote employee. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 31 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Please see the below list of Schneider Electric Buildings Americas, Inc EcoXpert Partners (“authorized distributors”). This lis t is subject to change. Accurate Electric Unlimited ACS Controls Corporation Advanced Automated Systems, Inc. Advanced Control Corporation Ainsworth Inc. Aireko Services & Installation, LLC Alaska Integrated Services, Inc. Albireo Energy - AL Albireo Energy - DEN Albireo Energy - LA Albireo Energy, LLC Alliance Mechanical Inc. Alpha Controls & Services, LLC Alpha Controls & Services-WI Alpha Mechanical Service, Inc. Amber Mechanical Contractors, Inc. dba Total Automation Concepts Arctic Cooling Systems, Inc Argent Associates, Inc. ArkLaTex Mechanical Services, LLC Armistead Mechanical, Inc./ AMI Services, Inc. Athena Engineering, Inc. Automated Building Systems Inc. Automated Control Logic, Inc. Automated Control Systems, Inc. Automatic Controls Engineering Corporation Baker Mechanical, Inc. dba Baker Group BAS Control Systems LLC Basix Automation Integrators, Inc. BCM Controls Corporation Benchmark Automation & Controls Bernhard MCC LLC, Inc. Bernie J. Buchner, Inc. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 32 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Bier, T. M. & Associates, Inc. Building Control Solutions, LLC Building Control Systems, Inc. C & C Building Automation Company, Inc. C & C Sales dba C & C Group - KS C & C Sales dba C & C Group - MO Calvary Industries, Inc. Carl T. Madsen, Inc. dba Sound Energy Systems Cavotec INET US Inc. Climate Systems, Inc. CM3 Building Solutions, Inc. Collins Automation , LLC Colonial Webb Contractors Company Colt Systems & Solutions LLC Combustion Service & Equipment Company Comfort Systems USA Cincinnati Comfort Systems USA Cleveland Comfort Systems USA Columbus Comfort Systems USA Kentucky Commercial Air, Inc. Commercial Control Systems, Inc. Complete Building Services Conserve Thru Control, Inc. Control & Equipment Co of El Paso Inc. Control Installations of Iowa, Inc. Control Masters, Inc. Control Services, Inc. Control Solutions Northwest, Inc. Control Sources, LLC Control Systems, Inc. Control Technologies, Inc. (Contech) Controls Unlimited, Inc. Convergence Wireless, Inc. Convergint Technologies, LLC CS3, Inc. -Jackson CS3, Inc. -Memphis C-Tech, Inc. CTG Security Electronics LLC DataVox, Inc Day Automation Systems, Inc. Direct Digital Concepts Divco, Inc. DP Air Corporation Dynamic Controls Kansas City Dynamic Controls, Inc. Dynamic Controls, Inc. Colorado Dynamic Controls, Inc. Wyoming ECC Control Systems, Inc Egan Automation Company EHC Industries Limited dba MODOFFICE EKTOS, Inc. (formerly Robinson Solutions) Emcor Service Integrator Solutions North Emcor Service Integrator Solutions South Emcor Services Aircond - Smyrna EMCOR Services- Mesa Energy EMCS, Inc. ENE Systems of New Hampshire ENE Systems, Inc. Energy Conservation and Supply Inc Energy Control Inc. Energy Management of Facilities Inc. Energy Tech Systems Inc. Ener-Tel I Services, LLC. Engineered Services, Inc. Entech - Logical Building Systems Entech Sales & Service - Austin Entech Sales & Service - Haltom City Entech Sales & Service - Houston Entech Sales & Service Inc. Entech Sales & Service Inc. - San Antonio Environmental Automation Inc. Environmental Systems Corp. Environmental Systems, Inc. Estes Energy Systems, Inc. Facility Automation Solutions, Inc. Facility Engineering Services Corporation Facility Improvement Corporation Facility Performance LLC Faith Technologies, Inc Fidelity Engineering Corporation First Alarm FIT Optimized Solutions, LLC FMC Technologies, Inc. Future Controls Inc. Global Power Technologies Grand Valley Automation Inc. Havel Brothers, Division of Shambaugh & Son, L.P. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 33 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal HMS Commercial Service, Inc. Huron Valley Electric Illingworth-Kilgust Mechanical, Inc. - dba EMCOR Services Integrated Solutions inControl, Inc. ((RI) Industrial Systems, Inc. Ingemel S.A. LLC Intelli-Tec Security Services, Inc. Intraworks - Albuquerque Jersey State Controls Kain Energy Corporation KDC, Inc. Dba Dynalectric Knight Watch, Incorporated KT Power Systems, Inc Louisiana Controls, Inc. Mason & Barry, Inc. MC2, Inc. Mechanical Automated Control Systems, Inc. - Memphis Mechanical Automated Control Systems, Inc. - Nashville Mechanical Controls & Maintenance, Inc. Mechanical Services, Inc/ Maine Controls Mechanical Technology, Inc. Mesa Automation Systems, Inc. Motor City Electric Technologies, Inc. MRSE LLC, d/b/a Roth Southeast Netsian Technologies Group North American Mechanical, Inc. NRG Controls North, Inc. NRG Controls, Inc. NRK, Inc. Ontario Refrigeration Service, Inc. Optimum Controls Corporation Optimum Management, Inc. OtisAir Conditioning Paape Energy Services Paxton Controls Corporation Pipe Systems Mechanical Powell, Inc. PQ Energy Services, Inc. Precision Control Systems Inc. Precision Control Systems of Chicago Inc. Precision Environments, Inc. Premier Mechanical Contracting LLC Progressive Technologies, Inc. Protec, Inc. Pueblo Mechanical and Controls LLC PURfx, Inc. Quad City Control Company Qubits Energy, LLC Retrofit Service Company Inc. Richmar Controls and Service Company, Inc. Rixon Custom Equipment Co. Robert Lloyd Sheet Metal, Inc. Roth Bros, Inc. Roth Southeast (West FL) RTEK Refrigeration & Electrical Services Limited Sandifer Engineering & Controls, Inc. Sass-Moore Service Corporation SCR (St Cloud Refrigeration) SecureVision, Inc. dba Intelligent Building Solutions, Inc. Security Instruments Corp. Security Technologies, Inc. SERVICIOS ELECTROMECANICOS RODRIGUEZ SANTOS (SERTOS) Sienna Systems Corporation SNE Building Systems, Inc. Solutions i3, LLC Southland Controls LLC Southland Industries Spry OSI, Inc. Stay Safe Mechanical Storer Equipment Company Ltd. Systems 4, Inc. Systems Northwest Systems Specialists, Inc. TBS Controls, LLC Technical Building Services, Inc. Terry Service, Inc The Tri-M Group, LLC Thermal Concepts, Inc. Total Mechanical, Inc TRANSFERTEC INGENIERIA S.A. Triton Concepts Inc U & S Services, Inc. UHL Company, Inc. United Electric Supply Company, Inc RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 34 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Universal Protection and Maintenance Corporation Utah - Yamas ID Utah - Yamas NV Utah - Yamas UT Visotek Corporation VTI Security Integrators W.J. O'Neil Company Wade Company Wadsworth & Associates, Inc. Walters Controls, Inc. Westover Controls Corporation Wholesale Controls International Xpect Solutions C. Number and location of support centers (if applicable) and location of corporate office. Schneider Electric SA Schneider Electric World Headquarters Buildings Business Americas HQ 43-45, boulevard Franklin-Roosevelt 1650 W. Crosby Rd. F-92500 Rueil-Malmaison Cedex (France) Carrollton, Texas 75006 D. Annual sales for the three previous fiscal years. a. Submit FEIN and Dunn & Bradstreet report. FEIN number is: 75-2066352 D&B number is: 15-469-5530 E. Describe any green or environmental initiatives or policies. Sustainability isn’t just a buzzword to us. It is our passion, which is why we want to partner with Region 4 Education Service Center to achieve your environmental and sustainability goals. As your partner, we can help you meet emissions reduction targets or achieve carbon neutraility as part of your performance outcomes. Climate action is also becoming increasingly pertinent to attracting and retaining students, staff, and research grants, as well as meeting regulatory requirements. This requires deep domain expertise in areas of energy supply, demand-side energy management, and decarbonization to navigate the complexities of an evolving energy and sustainability landscape. From replacing traditional energy supply with renewables to building microgrids, Schneider Electric has more than 2,000 experts in over 10 countries dedicated to help you do just that. Our purpose is to empower everyone to make the most of their energy and resources, bridging progress and sustainability for all. At Schneider, we call this Life is On. (https://www.se.com/ww/en/purpose/). Schneider Electric is the largest advisor of negotiated power purchase agreements (PPAs) in the world with 60% of US market share. We have also helped our customers save or avoid 800 million tons of CO2 emissions since 2018. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 35 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Schneider Electric is taking sustainability seriously across our own footprint too. Based on six commitments aligned with the United Nations’s Sustainable Development Goals and the 1.5qC objective, we have publically pledged to achieve the following milestones: x By 2025: carbon neutral operations x By 2030: net-zero operations (no CO2 offsets) x By 2040: carbon neutral products x By 2050: net-zero supply chain (no CO2 offsets) In 2021, we were proud to be awarded #1 Most Sustainable Company in the world by Global Knights. For more information about our sustainability commitments, visit: https://www.se.com/us/en/about-us/sustainability/. Some of the best ideas come from a fresh perspective. Schneider Go Green, an annual competition for undgraduate and graduate students around the world, provides a platform to do just that. With this university competition, we hope to find bold ideas that can shape our future industry while inspiring and engaging students and the next generation to lead sustainability action. For more information on this year’s competition, visit: https://gogreen.se.com/en. F. 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. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. We take diversity and inclusion to another level within Schneider Electric. As we do business across 130 different countries with over 13,000 sales locations, we know that a changing and diverse workforce is not only a key to our success but it is also a pillar of our core values as a corporation. Our ambition is to offer equal opportunities to everyone everywhere, and we want our employees — no matter who they are, or where in the world they live — to feel uniquely valued, and safe to contribute their best. To ensure that our people reflect the global community in which we operate, we want to have a greater mix of diversities i.e. gender, generation, nationality, LGBT+ and disabilities. But this doesn’t happen by chance. Take gender diversity as an example, the mix only truly changes when there are least 30% women in teams dominated by men, and vice-versa. At Schneider Electric, we’ve experienced this in practice by actively promoting greater diversity within executive (27% women) /senior leadership (22% women) teams. As the balance begins to improve people start to see a path for their own growth and success – this in turns creates an environment of inclusion characterized by greater engagement, performance, and innovation. Here is a quote from our North American CEO: "Our policies are designed to support our employees to manage effectively their work- life and family needs at different stages in life. These policies support our diverse workforce and allow our employees to contribute their best and make a difference. The well-being of our staff is our highest priority and we’re proud to champion this issue as part of our goal to be best-in-class in every area of our organization." - Annette Clayton, President and CEO, North America Operations, Schneider Electric RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 36 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Diversity & Inclusion- A Core Value for our Employees At Schneider Electric, we equally believe in the importance of diversity and inclusion. Our Employee Resource Groups (ERGs) are an essential component of our Diversity & Inclusion strategy as they drive awareness and education about minority/diversity groups, foster development opportunities for our employees in an inclusive environment, and outreach to the minority communities in which we operate. The ERGs also strive to make a stronger connection to business initiatives. We have launched several employee resource groups in recent years including groups focused on Black Professionals, Veterans, LGBT+ and Allies, and Hispanic Professionals. We are also an affiliate partner with the National Society for Black Engineers (NSBE). We are already making great strides in becoming a best in class employer for diversity and inclusion. And it hasn’t gone unnoticed – the company recently earned a spot on the Forbes’ Best Employers for Diversity 2020 and the World’s Most Admired Companies by Fortune. We demonstrated our progress toward our inclusivity goals with the announcement that 100 percent of our country presidents, in all markets with 10 employees or more, have endorsed the UN’s Women’s Empowerment Principles (WEPs). We are the first multinational company to achieve this unanimous commitment from our country leaders. Under the WEPs, we’ll continue to pursue gender equality in our workplace while also promoting empowerment and advocacy in the markets where we do business. We have been recognized for the 2nd year in a row by the Financial Times as a Diversity Leader for our success in promoting diversity. Schneider electric ranked 27th overall and 2nd within our industry. 1 https://blog.se.com/life-at-schneider-electric/2019/03/24/recognizing-womens- empowerment-as-a-catalyst-for-business-and-change/ Bloomberg Gender- Equality Index for 4 years in a row 2021 Forbes Best Employers for Diversity Award Top 50 Diversity & Inclusion Leaders for 2nd year in a row Globally 100% of Schneider Country Presidents Endorsed UN Women’s Empowerment Principles RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 37 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal VENDOR & SUPPLIER DIVERSITY IS PART OF OUR CULTURE Schneider Electric has historically maintained a strong commitment to Supplier Diversity across the Globe. Forbes Magazine ranked Schneider Electric as a Top 50 Employer for Diversity in 2021. Our objective is to ensure that Supplier Diversity is not a one-time event, but rather a strategic part of our contribution to impacting communities, empowering local businesses and playing a key role to creating jobs in the markets where we provide solutions. This is also a key element to the social spear of our triple, bottom line strategy. We actively include local Small Businesses Enterprises (SBEs), Minority and Women Owned Business Enterprises (MBE/WBEs) and Disadvantaged Veteran Business Enterprises (DVBEs) in projects whether required or not. The current economic climate dictates that all of us do our part to stimulate local economies, by engaging local participation. This philosophy is extended to our subcontractors and local hire support organizations. We will entertain any and all service and work types that can be approved by Region 4 Education Service Center. We will engage firms to achieve our timeline faster, at a better quality, and at a higher impact to Minority and Women owned businesses. Outreach events will be held after selection and during design to increase our local impact and maximize our M/WBE impact for Region 4 Education Service Center. Schneider Electric has hosted a number of these types of events in St. Louis, Chicago, Dallas, and Houston to name a few. In 2016 we hosted two separate St. Louis events in support of several projects within the region. Our team worked with several MBE and WBE contractors after the event to guide them on the level of insurance and bonding needed to help grow their businesses. Example: “Retrofit Houston” Conference Receives Some Serious Recognition Recently, Schneider Electric reached out to minority- and women-owned businesses in the greater Houston area via "Retrofit Houston: An MWBE Contractor Opportunity Conference." Schneider Electric designed the conference to attract local contractors to the City of Houston’s performance contract project, as well as to educate them about the city's various green initiatives and LEED professional accreditation. The event included participation from Houston Council Member, Mayor Pro Tem, and Harris County's first Hispanic Sheriff-elect, Adrian Garcia; Houston Council Member, Wanda Adams; the city's Director of Affirmative Action and Contract Compliance, Velma Laws; the Clinton Climate Initiative's Houston Program Manager, Caleb Crow; and approximately 70 minority vendors. Also in attendance to speak to other opportunities throughout Houston were Houston ISD, Houston METRO, the Houston Port Authority and the Houston Department of Public Works. In recognition of Schneider Electric's extraordinary effort to create awareness about real opportunities for these businesses, we received a proclamation from the Honorable Mayor Bill White's Office, establishing November 18 as "Retrofit Houston Day!" Additionally, in keeping with the event's "green focus," Schneider Electric donated to Houston's "Gift of Trees" program – an effort to plant a million trees throughout Houston within the next three years – on behalf of those who helped host the event. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 38 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Schneider Electric has made and continues to make a commitment to secure qualified M/WBEs as subcontractors or sub-consultants. Our approach is much broader than the standard “Good Faith Effort” that typically yields limited, to no results. Our engagement plans typically include the activities below: x Attendance at the pre-bid/pre-proposal conference. x Efforts to follow up initial solicitation of interest by contacting M/WBEs to determine with certainty whether these businesses are interested. x Efforts to identify portions of the work that can be performed by M/WBEs in order to increase participation. If possible, this should include the breakdown of subcontracts into economically feasible units to facilitate participation. x Efforts that demonstrate that Schneider Electric effectively used the services of available organizations, contractor’s groups, local, state and federal M/WBEs assistance offices, and other organizations that provide assistance and placement to M/WBEs. x As a socially-conscious and responsible firm, Schneider Electric must engage in outreach, recruitment or other race/gender neutral activities as part of our good faith efforts to achieve the proper utilization of M/WBEs. Schneider Electric takes several affirmative steps in this direction. The steps may include any one or combination of the following: 9 Include qualified M/WBEs on solicitation lists. 9 Assure that M/WBEs are solicited whenever they are potential sources. 9 Divide total requirements, when economically feasible, into small tasks or quantities to permit maximum participation by M/WBEs. 9 Establish delivery schedules, where the requirements of the work permit, which will encourage the participation of M/WBEs, if doing so will not affect the time-sensitive nature of a particular contract. 9 Maintain a listing of qualified M/WBEs that can be solicited for supplies, construction and/or services. 9 Provide listings to all interested parties who request copies of the bidding or proposing documents. 9 Utilize M/WBE listings. 9 Conduct pre-bid, pre-solicitation and post-award conferences to ensure that consultants, suppliers and builders are aware of our goal to solicit to M/WBEs. 9 Provide bidders and offerors with listings of M/WBEs if available. 9 Provide interested M/WBEs with adequate information about plans, specifications, timing and other requirements of the proposed projects. 9 Notify M/WBEs of future procurement opportunities so that they may establish bidding solicitations and procurement plans. 9 Perform analysis to identify portions of work that can be performed by M/WBEs. x Scrutinize the elements of the total project to develop economically feasible units of work that are within the bonding range of M/WBEs. x Use the services of outreach programs sponsored by the Minority Business Development Agency and/or the Small Business Administration to recruit bonafide firms for placement on the M/WBE bidders’ list to assist these firms in the development of bid packaging. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 39 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal G. Indicate if supplier holds any of the below certifications in any classified areas and include proof of such certification in the response: a. Minority Women Business Enterprise տ Yes ց No If yes, list certifying agency: _______________________________ b. Small Business Enterprise (SBE) of Disadvantage Business Enterprise տ Yes ց No If yes, list certifying agency: _______________________________ c. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) տ Yes ց No If yes, list certifying agency: ___________________________ d. Historically Underutilized Business Zone Enterprise (HUBZone) տ Yes ց No If yes, list certifying agency: ___________________________ e. Other recognized diversity certificate holder տ Yes ց No If yes, list certifying agency: ___________________________ H. List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority-owned standards. If any, list which certifications subcontractors hold and certifying agency. At Schneider Electric, we constantly look beyond the norm to provide innovative solutions, both in technology and in the way we do business. That’s the idea behind the EcoXpert Partner Program – a program unique in its industry offering an esteemed partnership between Schneider Electric and a global, cross-expertise ecosystem of solution providers. Together, we deliver best-in-class automation and digital solutions for efficiency and sustainability to our customers. However. due to the large volume of Subcontractors and Partners that could be utilized, a listing of the subcontractors and their listed certifications would be shared upon request to the awarded project. I. Describe how supplier differentiates itself from its competitors. We drive digital transformation by integrating world-leading process and energy technologies to realize the full efficiency and sustainability opportunities for your business. We provide end-point to cloud integration connecting products, controls, software and services. We enable lifecycle solutions from design and build to operate and maintain phases through a digital twin. We deliver capabilities to transform from site-to-site to an integrated company management. Our integrated solutions are built with safety, reliability and cybersecurity for your homes, buildings, data centers, infrastructure and industries. We are advocates of open standards and partnership ecosystems to unleash the infinite possibilities of a global, innovative community that is passionate about our shared Meaningful Purpose, Inclusive and Empowered values. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 40 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal We are the most local of global companies; our unmatched proximity to you, enables us to better understand, anticipate and adapt with agility to support your business continuity with high ethical standards in everything we do. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. Schneider Electric has one pending matter and three resolved matters that are summarized below. Schneider Electric has addressed these matters in a professional and ethical manner, and we can represent and warrant that there are no such legal actions that would impair our credentials or impair our ability to perform under this Contract, if selected. RESOLVED - Medford Township School District, NJ Schneider Electric was involved in a dispute with the Medford Township School District, New Jersey (“Medford”) arising out of an Energy Services Construction Contract, dated June 29, 2015 (the “Construction Contract”). Schneider had not been paid the balance it is owed under the Construction Contract and filed a demand for arbitration with the American Arbitration Association. On April 16, 2018, Medford filed a Complaint in Superior Court of New Jersey seeking to enjoin the arbitration and alleging claims against Schneider for breach of contract. The Parties later agreed to mediate the matter and have since reached a mutually agreeable settlement. RESOLVED - DOJ Investigation In December 2020, the U.S. Department of Justice (U.S. DOJ) and Schneider Electric Buildings Americas, Inc. (Schneider) reached a settlement related to a former employee (Bhaskar Patel) who was terminated in 2016 for illegal subcontracting activities for personal gain. This was an isolated incident and the actions of that one individual were in direct violation of Schneider Electric’s code of conduct. Upon learning of these issues in 2016, Schneider immediately terminated the rogue employee and implemented new compliance safeguards, including a multi-layered approach to contract management. Schneider remains in good standing as a Federal vendor, and has been awarded an additional $624 million in contracts since the Government’s investigation began in 2016. RESOLVED - 2020 City of Atlanta – Department of Watershed Management In December of 2017, the City of Atlanta and Schneider entered a Guaranteed Energy Savings Performance Contract (GESPC). Schneider’s successful completion of this Project was contingent on the City repairing/replacing equipment and infrastructure. The City failed to perform its obligations in a timely manner leading to project delays and increased costs. After months of negotiation, the City, in December of 2020, terminated the Schneider contract for default. Schneider maintained that it performed in accordance with the terms of the contract and in February of 2021, Schneider brought a claim alleging wrongful termination and seeking a reversal of the Termination for Default. The parties recently reached a settlement wherein the City of Atlanta rescinded the Termination for Default and the Parties agreed that the contract would be Terminated for Convenience. PENDING - 2020 United States Department of Agriculture In May of 2013, Schneider entered a Task Order with the United States Department of Agriculture (“USDA”) to provide energy cost savings to the USDA. The Project was installed, commissioned, and accepted by USDA as of May 2016. Since that time, the USDA has realized the promised savings in each year of performance to date. Despite Schneider’s demonstrated commitment to the project, the USDA, in July of 2020, terminated the Task Order in year 8 of the performance period based on maintenance issues related to one ECM. The USDA has refused to try and resolve the matter and so in January of 2021, Schneider RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 41 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal filed a claim against the USDA in the U.S. Court of Federal Claims alleging wrongful termination and seeking to have the Termination reversed. K. Felony Conviction Notice: Indicate if the supplier a. ցis a publicly held corporation and this reporting requirement is not applicable; b. տ is not owned or operated by anyone who has been convicted of a felony; or c. տ 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 There have been no debarment or suspension actions taken against Schneider Electric. 3.2 Distribution, Logistics A. Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. The Buildings Business of Schneider Electric provides integrated building energy management solutions for all building and customer types including temperature controls, building automation, and security systems. Reference https://www.se.com/us/en/all-products/ for a full product offering. Low Voltage Products and Systems, Residential and Small Business, Industrial Automation and Control, Building Automation and Control, Medium Voltage Distribution and Grid Automation, Critical Power, Cooling, and Racks, and Solar and Energy Storage. 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. Schneider Electric is a global organization with manufacturing facilities strategically located around the globe. For Parts Distribution in the United States, we have distribution centers located in Chino, CA. and Mechanicsburg, PA. whereby either location can ship the necessary materials overnight. To support our Distribution process, Schneider Electric constantly monitors its inventory and usage rates to ensure an efficient and predictable manufacturing process, ensuring products are available when our customers need them. By working closely with our company owned branch locations, we communicate regularly to forecast anomalies and alert our global supply chain whose responsibility is to ensure we have products to support global demand. https://www.se.com/us/en/work/support/locator/ https://www.se.com/us/en/locate/5-find-a-system-integrator-ecoxpert https://www.se.com/us/en/locate/257-us-distributor-locator/where-to-buy RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 42 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal C. Describe how Participating Agencies are ensured they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in- store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. Schneieder Electric’s OMNIA Program Manager is dedicated to training all Schneider Electric affiliates (divisions and authorized vendors) on the OMNIA program. Each Schneider Electric affiliate will be equiped with approved price list. The approved price list has list pricing and set multipliers. This price list can be provided upon request to the participating agency in order to verify parts and labor pricing. D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. Schneider Electric maintains approximately 12 branch locations across the USA that provide turnkey solutions to our customers. We also partner with a large quantity of Systems Integrators nationally who are certified by Schneider Electric to deliver SE-based solutions through our EcoXpert Partner Program. EcoXperts deliver innovative and sustainable solutions, through integrated technology and digitization, to our shared customers. E. Provide the number, size and location of Supplier’s distribution facilities, warehouses and retail network as applicable. For Parts Distribution in the United States, we have distribution centers located in Chino, CA. and Mechanicsburg, PA. 3.3 Marketing and Sales F. 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 A comprehensive plan will be rolled out, incorporating our internal and Omnia Marketing capabilities to alert Omnia customers of the ability and benefits of procuring our products and services via the Omnia purchasing vehicle. The plan will highlight the types of opportunities and scopes best suited to an SE-provided solution. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 43 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal G. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications ii. Announcement, Master Agreement details and contact information published on the Supplier’s website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners 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: x OMNIA Partners standard logo; x Copy of original Request for Proposal; x Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; x Summary of Products and pricing; x Marketing Materials x Electronic link to OMNIA Partners’ website including the online registration page; x A dedicated toll-free number and email address for OMNIA Partners A comprehensive plan will be rolled out, incorporating our internal and Omnia Marketing capabilities to alert Omnia customers of the ability and benefits of procuring our products and services via our contract with Omnia Partners. The plan will highlight the types of opportunities and scopes best suited to an Schneider Electric-provided solution. Since Schneider Electric has held an OMNIA Partners/TCPN/National IPA contract for the past 10 years since 2012, our internal teams and many of our existing authorized vendors and their customers are aware of our participation and contract. Based on that, the 1st 90 days will consist primarily of updating our internal teams and existing authorized vendors with details around the new contract. We will also be notifying the remainder of our vendors so that they can learn more and choose to participate. Participating public agencies will be notified via our EcoXpert Partners (authorized vendors), who maintain consistent contact. Schneider Electric has an internal intranet for all of our EcoXpert Partners. We currently have a page dedicated specifically for OMNIA Partners and the program. This page will be updated with current information. Our team of regional sales people also meet with EcoXpert Partners on a monthly basis so the news will be included in their monthly agenda following news of the awarded contract. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 44 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal H. 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. The Schneider Electric Program Manager is responsible for marketing and advertising our OMNIA partners contract. They will serve as the primary proponent for the utilization of the OMNIA contract. When applicable, OMNIA Partners will be Schnedier Electrics primary cooperative contract choice. I. 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. Prior to working on any creative development project, vendors must thoroughly understand the Schneider Electric brand and its design system. Compliance is mandatory on all deliverables created on behalf of Schneider Electric and its branches. Please work with our marketing team for approvals prior to use of logo. J. 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 Our commitment to the Omnia program will include a proactive approach to marketing our capabilities to potential Omnia customers, and the benefits of utilizing the Omnia purchasing vehicle to obtain all aspects of superior, sustainable and cost-effective comfort, security, and energy systems for their facilities. K. 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 Schneider Electric Program Manager in collaboration with OMNIA Partners Sales Enablement Team, have already created a training powerpoint presentation that addresses all of the above key points. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 45 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal L. 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 Chas Reynolds is the Schnedier Electric Program Manager and all communications should start with our Schneier Electric Program Manager. Executive Support James Mylett SVP, Digital Buildings Marketing Virginia Tonning Marketing Manager Sales Paige Perilloux or Kyle Meyer Director, Sales Financial Reporting Chas Reynolds Program Manager chas.reynolds@se.com (850) 982-3740 Accounts Payable Invoice Inquiries apsebainquiry@schneider-electric.com Invoice Submission apsebainvoices@se.com Contracts Chas Reynolds Program Manager chas.reynolds@se.com (850) 982-3740 RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 46 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 M. 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. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 47 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 I. Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and service the national program. Our Schneider Electric Program Manager will share monthly updates on internal sales conference calls. They will also utilize our internal marketing emails to update any contract benefits with OMNIA Partners. J. 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. Our Schneider Electric Program Manager will share monthly updates on internal sales conference calls. They will also utilize our internal marketing emails to update any contract benefits with OMNIA Partners. Schneider Electric Program Manager will serve as the subject matter expert for all sales teams and external inquiries. K. 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. As an international company that has been in business for over 180+ years, Schneider Electric has relationships with most public agencies in the country. Scheider Electric Program Manager will coordinate with OMNIA Partners Sales Rep on a case by case basis to provide more details. L. 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. Schneider Electric is an international company that operates through mulitple distribution channels. So we defer to each individual ordering management process. Schneider Electric utilizes Baan Corporation’s ERP system with ACH and EDI 810, 850, 855 capabilities between Schneider Electric and Supplier and/or Schneider Electric and Customer. iPortal, a Schneider-Electric owned web-order platform, provides the customer on-line shopping option along with Customer assistance 24/7/365 via telephone or email. M. Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement (“Guaranteed Contract Sales”). $ 400,000.00 in year one $ 300,000.00 in year two $ 300,000.00 in year three To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 48 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 N. 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. As previously mentioned SE has assigned a formal Program Manager to the OMNIA contract. Our sales team is aware of our Program Manager Project Manager additionally will utilize OMNIA partner sales resources to engage in the conversation and further educate the participating agency on the contract. The Program Manager will ultimately help to determine from the above 4 options, the best route to take based on his OMNIA contract knowledge. We will work with OMNIA and the participating agency to facilitate the selection. ii. The successful Offeror will be required to sign Appendix D, Exhibit B, OMNIA Partners Administration Agreement prior to Contract award. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror’s response should include any proposed exceptions to OMNIA Partners Administration Agreement on Appendix B, Terms and Conditions Acceptance Form. Please reference the exceptions list. iii. Include completed Appendix D, Exhibits F. Federal Funds Certifications and G. New Jersey Business Compliance. Please find the signed Exhibits F and Exhibits G in the additional attachments section of this response. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 49 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 iv. Describe how Offeror responds to emergency requests. Schneider Electric is a global organization with manufacturing facilities strategically located around the globe. Our west coast distribution center located in Chino, CA. In this location we can and would support a Will Call arrangement should an emergency present itself. Should that location not have sufficient stock, our east coast distribution center in Mechanicsburg, PA can easily ship the necessary materials overnight. Schneider Electric constantly monitors its inventory and usage rates to ensure an efficient and predictable manufacturing process ensuring products are available when our customers need them. By working closely with our company owned branch locations, we communicate regularly to forecast anomalies and alert our global supply chain whose responsibility is to ensure we have products to support global demand. v. Describe Offeror’s history and ability to meet service and warranty needs. About Schneider Electric As a global specialist in security management and associated systems, Schneider Electric operates in more than 120 countries and offers integrated solutions across multiple market segments. Focused on making facilities safe, reliable, and efficient, the company’s 160,000 employees achieved sales of more than 25 Billion US dollars in 2020, through an active commitment to quality, employee development, and client satisfaction. Schneider Electric Buildings Division is dedicated to working directly with facility owners, design engineers, and contractors to deliver facility solutions in building automation and security integration. The Building’s segment is divided into several divisions including Systems Integration and Product Distribution. Schneider Electric understands that to find the right solution to address your unique challenges and priorities requires an understanding of how you do business – in every room of every building and at every location. In turn, we offer solutions to address your most challenging operational issues. With a solid base in Building Systems and Services, Schneider Electric is regarded as a leading company for systems integration in buildings and has a proven track record of being innovative leaders in our industry. We transform subsystems into complete solutions, which give maximum value to customers offering integrated solutions and technical support for all aspects of buildings including comfort, security, energy, lighting and alarm systems, as well as turnkey precision environments in laboratories and clean rooms. The working methods we use for production, system development, and service delivery ensure we comply with these standards. We ensure that our suppliers and subcontractors fully meet our quality requirements, in delivering product, services and carrying out our contractual obligations. Our product lines range from energy efficient Square D power distribution, with PowerLogic® power monitoring, APC critical power solutions and Access Expert / Security Expert Access Control Systems. The Buildings Business of Schneider Electric provides integrated building energy management solutions for all building and customer types including temperature controls, building automation, and security systems. We utilize open standards and communication protocols to ensure our clients the flexibility to obtain the best possible solution for their needs. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 50 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Schneider Electric’s Buildings Business The Buildings Business of Schneider Electric is a leading provider of building management solutions and energy services that deliver measurable business results to customers by enabling them to do more with less energy. With over 120 years of experience in the HVAC, energy and security arenas, Schneider Electric Buildings Business employs more than 8,000 people worldwide, with partners in 80 countries. Products and Solutions Schneider Electric offers a world-class set of product brands that can be custom-tailored to your facility needs. Our global product brands include: Schneider Electric’s success is a direct result of the quality of its employees combined with the culture and philosophy we have developed throughout our nearly 30 years of existence in the United States. Our philosophy of doing business is based on the following goals and values: Excellence. We consistently strive to exceed our clients’ expectations. “We Keep Our Promises.” Innovation. Practicing creative, lateral thinking to provide innovative solutions that add value to our client’s facilities. Collaboration. Partnering with our clients through collaboration. Through team spirit we achieve the best possible results and find the best possible solutions for long-term efficiency. Passion. Being a practical, hands-on company. Our employees have an absolute passion for excellence at all levels. Knowledge. Supplying technically superior and highly reliable solutions. Nearly 80% of our staff is made up of engineers, technicians, and project managers – confirming our commitment to cutting edge, technical innovation. Focus. Focusing on our core business. We specialize in Intelligent Systems Integration and providing a safe, energy efficient facility. Our clients will agree; we are the leaders in our industry. Trust. We work hard at creating a high trust, high self-esteem, and a high excitement work environment. We recognize that our clients value quality people as well as quality products. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 51 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 National Qualifications Schneider Electric proposes local project teams across the nation that possess the experience, skill set and willingness to succeed. This ensures that project delivery is on time and on budget with emphasis on quality beyond the client’s expectations. Our branch Systems Integration teams are dedicated to the engineering, installation, commissioning, and servicing of BAS and Security Systems at new and existing buildings. Schneider Electric will scale the manpower needs of the project based upon actual schedule requirements as the project develops. Key Differentiators Schneider Electric desires to have a long-term partnership with our clients, rather than simply constructing a building and moving on to the next project. We emphasize quality workmanship and do it right the first time so there is no need to redo work that has been completed. In contrast to a world economy and marketplace distinguished by unpredictability, Schneider Electric has achieved steady growth by adhering to a proven formula: stay focused on a clear strategy and insist on exceptional performance in all phases of execution. x Factory direct branch of Schneider Electric Buildings Business. Schneider Electric is the world’s only company exclusively dedicated to providing electricity and automation management solutions. Today, Schneider Electric is the global leader in electrical distribution, building automation, industrial control, power quality and availability, and security. x Schneider Electric is a true open systems integrator with a strong networking background validated by numerous systems certifications (CCNA, MSCE, etc.) x Certified energy engineers on staff to assist with energy savings projects through the local utilities. Schneider Electric Building Business can perform an Energy Audit of your building to determine Energy Conservation Measures to improve your bottom line. x All hardware and software engineering is performed locally in the branch office. The engineering team leverages a vast array of standard libraries of typical systems to maximize efficiency and continuity of design. x Customer training is available in several locations and can be tailored for a specific site or customer. Training can be conducted in the branch office, our headquarters in Dallas, at our Massachusetts location, or at a specific customer site. x For a truly integrated building automation and security system, we are the only company that utilizes the same hardware for both. Our network controllers use the same hardware for both BAS and access control, allowing you to save money through consolidation of hardware components, database/server management, service efficiency, and seamless front end management. x In-House Branch Service Department employs dedicated service managers & technicians who possess in-house fundamental knowledge of all technologies utilized. x Security engineering and installations are uniform and consistent from project to project. All hardware and software engineering and CAD documentation occurs prior to any installation. x Provide experienced project management personnel for all projects. We match customer applications and needs with specific skill set of our Project Managers. x In-House software engineers provide expertise in: Database Integration, Partitions, Mergers, Network Infrastructure, Security, Virus Protections, Data Redundancy and Recovery, Cybersecurity. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 52 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Warranty Service During the warranty and future service contracts, the relevant Schneider Electric Branch will be readily available for emergency warranty calls and any service agreements and preventive maintenance. Schneider Electric is planning to utilize our Project Manager to establish a warranty and service plan, with adequate knowledgeable staff (field engineers and field technicians from the construction project) to meet our customer’s operational staff’s needs. Schneider Electric will set up 24/7 on call numbers, procedures, and staff to meet the demanding needs of this facility. The Service Department will be responsible for the Warranty period of the project and any other Service Agreements, such as 24/7 coverage or preventive maintenance, between the customer and Schneider Electric. The warranty period will be established for 1 year. At this time the turnover meeting will be held, and the following will be reviewed: x Operations to Service Form o A form will be filled out with all pertinent information about the project, site logistics, workstation log in information, etc. x Risk Analysis and Register o Risk register is reviewed, for any risk close out or if new risks arise. x Project Closing Checklist o Project check list is reviewed to ensure all punch lists items are closed out, as-builts and O&Ms are turned in, and to ensure no other deliverable is outstanding. Project financials are also reviewed. x On-site walk-through with Service Team o The Service Team in charge of the warranty for the project and a few members of the project team will do a walk-through of the complete project. This will include meeting with the customer, reviewing all project documentation, learning the location of control rooms, and identifying the location of all controlled equipment, etc. vi. Describe Offeror’s customer service/problem resolution process. Include hours of operation, number of services, etc. Service Capabilities The local Branch Service Department is a stand-alone operation within the branch. These resources, as outlined below, are independent of our construction and engineering teams. This point, often overlooked, is the fundamental reason for our success in servicing our customers. Each relevant office is fully staffed with factory trained technicians on all our products including Building Management and Security. Our team of service specialists can respond to critical system service calls in a 2-hour telephone response time and on-site within 4 hours of returned call. To satisfy the demands of our customers, we keep an inventory of critical spare parts in multiple warehouses and can provide parts quickly in emergency situations. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 53 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Schneider Electric can provide an extended warranty on all installations. After expiration of the warranty, Schneider Electric recommends an all-inclusive approach whereby a maintenance contract is executed at a fixed price; however, we also offer a-la-carte Service Programs as needed. Our support program is designed to cover every supplied component for the duration of the agreement including all parts and labor. In doing so, Schneider Electric will supply our client with a single point of responsibility concerning all service issues. It shall be our responsibility to coordinate the resolution of all service issues in a timely and professional manner. Comprehensive Support Plan Highlights ƒ Priority service support with preference to time and response level ƒ 24-hour support line with live personnel ƒ Remote system troubleshooting ƒ Periodic preventive maintenance ƒ 24-hour access to parts ƒ Operator training services ƒ Software and firmware upgrades ƒ Quarterly system performance reviews with the end user Branch Service Resource Center (BSRC) We offer 24/7 support through our Branch Service Resource Centers (BSRC) which may be contacted via email or toll-free phone. When a service call is made to the toll-free number, a service coordinator is notified and will dispatch resources as needed per the service agreement in place. Services Support Philosophy x It is the philosophy of our service organization to provide our customers with a wide variety of services and offerings to meet their ever-changing business needs in a model that provides them fast response, continuous commissioning, and energy efficiency, with a foreseeable cost impact. x The response time of our organization is driven by our call center. The ability to report a need and be assured a live representative will get proper resources en-route is the cornerstone of this foundation. Our first line of defense is direct contact with supervisor level personnel who can accurately troubleshoot, assess and dispatch appropriate resources to solve the issue. We assign lead resources to each customer who are most familiar with their day to day issues and needs. We also introduce other members of the team on regular intervals as part of maintenance and commissioning efforts to provide site awareness and familiarization in the event they should be called into duty for emergency response. x Continuous commissioning is a systematic approach to preventative maintenance that goes above and beyond normal system checks and sensor calibrations. All equipment in the facility is mapped out in a scheduled rotation to ensure that it receives equal attention. Critical devices are examined at a higher frequency to ensure their continued operation. All aspects of the system are documented during this process including conditions of mechanical equipment and the surrounding environments. Abnormalities are noted and addressed on subsequent visits to ensure the inspections remain on schedule. Recommendations are recorded and proposed as they are identified as means to enhance system operation and energy efficiency. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 54 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 x Through the vehicle of our continuous commissioning and recurring service agreements, we are able to structure a plan for the customer which can define a fixed recurring cost tied to budgeting cycles that allows for all aspects of system service without large unforeseeable impacts on operating costs. The even distribution of the costs can be structured to provide continuing commissioning services, emergency repairs, and system additions and enhancements at a defined and fixed cost. vii. Describe Offeror’s invoicing process. Include payment terms and acceptable methods of payments. Offerors shall describe any associated fees pertaining to credit cards/p-cards. The preferred method of payment is Automated Clearing House (ACH), but wire transfer and Electronic Data Interchange (EDI) are also acceptable. Payment by credit card or p-card is not accepted. Schneider Electrics standard payment terms are Net 30. Payment terms: 1. Payment Terms for Solutions. Participating Public Agency or Procuring Party will pay Contractor monthly progress payments on a net thirty (30) days basis from date of invoice for materials delivered (or stored at an off-site storage facility) and services performed. If Contractor provides a Certificate of Substantial Completion, such certificate shall conclusively establish such date. All invoices due and payable to Contractor shall accrue interest at a compounded per annum rate not to exceed 1½% per month (18% per annum) or the maximum rate permitted by law. Acceptance and endorsement by Contractor of an instrument for less than the full amount which Contractor claims to be due shall not be deemed to be an admission of payment in full and any conditions to the contrary which are noted on such an instrument shall not be binding on Contractor. If Participating Public Agency or Procuring Party, does not pay Contractor, through no fault of Contractor, within seven (7) days from the time payment was due, Contractor may, without prejudice to any other remedy it may have, upon seven (7) additional days’ written notice to Participating Public Agency or Procuring Party, stop its work until payment of the amount owing has been received and the contract sum shall be equitably adjusted for reasonable costs of shutdown, delay and startup or in the alternative Contractor may terminate this contract for material breach and all monies due Contractor for services performed and materials delivered shall be paid upon demand. Contractor shall be entitled to recover from Participating Public Agency or Procuring Party all costs for collection, including reasonable attorneys’ and professionals’ fees. To the extent payments are received and as required by law, and upon Participating Public Agency or Procuring Party’s request, Contractor will furnish lien waivers as the work progresses. Contractor reserves a security interest in any goods sold to the extent of the invoiced amount to secure payment of Participating Public Agency or Procuring Party’s obligation. In event of payment default, Contractor may repossess such goods and a copy of the invoice may be filed with appropriate authorities as a financing statement to event or perfect Contractor’s security interest in the goods. At Contractor’s request, Participating Public Agency or Procuring Party will execute any necessary instrument to perfect Contractor’s security interest. 2. Payment Terms for Products. Terms are net 30 days from date of invoice. Late payments will be subject to interest charges at the rate of two percent (2%) per month. Invoices for pro-rata payments become due on the date of shipment. If at Participating Public Agency or Procuring Party ’s request, shipments are delayed beyond the scheduled date, payments for the Products will be invoiced to the Participating Public RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 55 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Agency or Procuring Party, as a percentage of the total Purchase Order price when Contractor was originally prepared to ship. Products held for the Participating Public Agency or Procuring Party shall be at the risk and expense of the Participating Public Agency or Procuring Party. If completion of delivery is delayed more than 30 days after originally scheduled delivery date and not caused solely by Contractor, Contractor reserves the right to ship all Products to the Participating Public Agency or Procuring Party who will accept responsibility for Products including payment. Failure to pay any applicable payment on its due date shall automatically cause all installment amounts to become payable and in addition to Contractor’s other lawful remedies, Contractor reserves the right to suspend or cancel the PO. If Participating Public Agency or Procuring Party fails to pay Contractor for the Products, Contractor reserves the right to file in its sole discretion any liens, charges, security interests, or similar encumbrances against the applicable property, building, land, or Products and Participating Public Agency or Procuring Party consents to such filings and registrations. Acceptable methods of payment: The preferred method of payment is Automated Clearing House (ACH), but wire transfer and Electronic Data Interchange (EDI) are also acceptable. Payment by credit card or p-card is not accepted. viii. Describe Offeror’s contract implementation/customer transition plan. Lessons Learned Through prior migration experience, Schneider Electric will work with the customer team to develop a migration plan tailored to each area of the facility. Schneider Electric has had the opportunity to work with countless security deployments over the years. Based upon our past experiences we have gained a substantial amount of “Lessons Learned” which are shared throughout the organization. Some of the lessons learned include: Never leave an area in an unsecured state Start with the end device and work your way forward ƒ This approach helps minimize disruption to the operation of the existing system yet still allows the new system to be brought up. Convert one panel at a time; not an area at a time ƒ This is important because not all points in a system are connected to control panels in a logical manner. A single area could be served by panels in different areas of the facility. Conduct initial operator training before any conversion begins ƒ No system operator wants to be blind sided with a completely new system without training. The key to a successful migration is to pick a low priority area that still gets adequate traffic to start the migration with. This way, operators can ease into the new system. Schedule critical or high traffic areas to be done after-hours Evaluate site conditions and communicate the deployment plan Listen, Communicate, Listen Ɣ Retrofit Site investigation is critical to a successful migration plan Understanding of current state and desired state ensures delivered system meets the customer needs. This goes beyond the spec. More than just electronics. Evaluation of mechanical hardware is also critical. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 56 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Ɣ New Construction Coordination with Design Team is critical to a successful implementation plan. Creation of standard construction documents to be deployed to the Design Team early in the process. Ɣ Team’s Stakeholders must own and support the system deployment. Single point of contact is critical. This will help with communicating schedules to the various departments. Customer schedule of employee enrollment is important for special needs planning. Schedule, Communication, Schedule, Communication. ix. Describe the financial condition of Offeror. See SEBA-Generic PreQ 2021 doc to be added as an attachment. Please find our 2020 Annual Report in the additional attachments section of this response. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 57 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 x. Provide a website link and describe any website’s capabilities and functionality. www.se.com www.schneideruniversities.com xi. Describe the Offeror’s safety record. Schneider Electric Safety Plan Summary 1) Statement of Safety and Health Policy Schneider Electric considers no phase of operation or administration of greater importance than accident prevention. It is the policy of this company to provide and maintain safe working conditions and to follow operating practices that will safeguard all employees resulting in safe and efficient operation. Schneider Electric Corporate Safety Policy shall be provided upon request. 2) Subcontractors All subcontractors will be selected and managed in a manner consistent with the overall Schneider Electric’s safety objectives, policies, and procedures embodied in Schneider Electric Corporate Safety Manual. 3) Training All operations, service and installation employees will be required to attend Safety training. Schneider Electric shall hold weekly safety tool box meetings with its employees on site and submit a copy of the minutes of each meeting to the GC. 4) Safety and Health Inspections Schneider Electric will conduct weekly and monthly safety inspections. During the day-to- day progression of the project, the Project Manager or Designated Competent Person will address any identified safety issues. Schneider Electric’s corporate safety manager, who may visit the site before and or during the onsite installation. 5) Accident Reporting An Accident Investigation Report will be completed for ALL incidents that cause a loss in personal safety, material, tools, and equipment and for any “near miss” incidents that could have caused a loss of the same. A copy of this report is required to be sent to: Schneider Electric’s Safety Manager within 24 hours of incident. The Schneider Electric Safety Manager will complete an After Action Report after investigation of each occurrence. 6) Personal Protective Equipment PPE is to be made available to each employee for controlling exposures to applicable hazards. The first and foremost means of protecting employees from injuries or exposures is to eliminate the exposure, the second is Engineering Controls, and the third is PPE. PPE is a means of preventing injury or exposure when exposure elimination and/or Engineering Controls are not possible. 7) Hazard communication program All Schneider Electric employees are given mandatory hazardous communication training as new employees and as new hazardous materials are introduced. Safety is a guiding principle at Schneider Electric. Keeping people safe and healthy is part of Schneider Electric's core mission. We instill a safety culture interrelated with our risk management program that permeates every level of the company and every worksite. Our Injury and Illness Prevention Program and Safety and Health Program, summarized below, are the foundation of this culture. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 58 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Schneider Electric Safety Record Shown below is our Experience Modification Rate (EMR), Recordable Injury Rate (RIR), and Days Away, Restricted or Transferred (DART) for the past four years: Schneider Electric Safety Record Year 2021 2020 2019 2018 2017 EMR 0.78 0.93 0.73 0.60 0.54 RIR 0.24 0.22 0.19 0.17 0.35 DART 0.00 0.00 0.08 0.06 0.10 xii. Provide any additional information relevant to this section. ڹ Schneider Electric’s Experience: Our experience with successful implementation of similar projects is unsurpassed. We have an extensive track record of experience with Energy Efficiency projects; we understand the level of support needed to ensure a successful project with critical facilities. We have unparalleled experience across the world working with public sector clients delivering design – build projects. ڹ Schneider Electric’s Capabilities: The key personnel on the project team bring extensive experience, in addition to a long history of working together on successful projects. We have one of the lowest turnover rates of employees in the industry. We plan on leveraging our local presence of resources to bring many outstanding projects to OMNIA users. ڹ Schneider Electric’s Approach to Design – Build / Performance Contracting: From our proven ability to finance projects, to our conservative approach of operational savings and energy savings verification, we have the processes to make the project a success, and the resources to ensure long-term performance. ڹ Schneider Electric’s Key Relationships: We were involved in developing the performance contracting / design-build programs for many public sector clients across the United States. During this time, we established key relationships within their organization. We pride ourselves in client satisfaction and education, and often our clients are looked to as subject matter experts on the owner side. Our industry relationships have enabled many successful energy savings programs across the country, and we look forward to leveraging these key relationships to deliver quality projects to you. ڹ Schneider Electric’s Innovation: When it comes to new ideas or unique solutions, we excel across the board. We would be honored to assist the OMNIA users in developing cutting edge technologies like microgrids and cybersecurity solutions to enhance sustainability and resiliency, renewable energy options to offset fossil fuel consumption, and the ability to leverage all solutions to work towards net zero facilities. We can also brand a green effort with agency campaigns and co-develop educational curriculums that will help make OMNIA users a leader across the country when it comes to energy efficiency and sustainability. ڹ Schneider Electric’s Commitment: We stand behind our guarantees if the savings are not achieved, we write a check for reimbursement! RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 59 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Tab 4 Qualification and Experience i. Provide a brief history of the Offeror, including year it was established and corporate office location. Schneider Electric is a public corporation that was established in 1836 by two brothers, Eugène and Adophe Schneider. Starting with our roots in the iron and steel industry, heavy machinery, and ship building, we moved into electricity and automation management. Over the past 185 years, Schneider Electric has grown to be a global specialist in energy management with operations in 100 countries, over 135,000 employees, and sales of over $25 billion in 2020. Over the past 30 years, Schneider Electric has obtained employees with decades of energy management knowledge and experience through the worldwide acquisitions of a multitude of companies including: Summit Energy, TAC, Andover Controls, Invensys, Square D, Juno Lighting Group, Pelco, APC, and Abacus Engineered Systems. Schneider Electric offers integrated solutions across multiple market segments, including leadership positions in energy and infrastructure, industrial processes, building automation, and data centers/networks, as well as a broad presence in residential applications. Schneider Electric maintains an active commitment to help individuals and organizations “Make the most of their energy.” Schneider Electric SA Schneider Electric World Headquarters Buildings Business Americas HQ 43-45, boulevard Franklin-Roosevelt 1650 W. Crosby Rd. F-92500 Rueil-Malmaison Cedex (France) Carrollton, Texas 75006 ii. Describe Offeror’s reputation in the marketplace. Over the last few years, Guidehouse Insights, a third-party research company, evaluated the top energy companies and ranked Schneider Electric as the #1 Energy Service Company (ESCO), the #1 Intelligent Building Software Provider, and the industry leader in Microgrid Technology and Solutions. We have also been named a Top 10 provider of Energy-as-a- Service (EaaS). Below is Guidehouse Insights’s ESCO Leaderboard, with Schneider Electric earning the top spot in 2020. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 60 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 iii. Describe Offeror’s reputation of products and services in the marketplace. Over the past 180 years, Schneider Electric has grown steadily through organic growth and strategic acquisitions to become a global leader in digital energy and automation solutions. It’s likely that you’ve seen some of our best-known brands including Square D® for power equipment, EcoStruxure™ for building automation, and APC® for IT power and back-up solutions. These acquisitions have become valued operating units that provide significant cost savings for products and services. Because of the depth and breadth of our global reach, you can find Schneider Electric products and solutions in every major market sector, including: Figure X Our solutions digitalize energy and automation in critical infrastructures within universities, hospitals, airports, and municipalities. iv. Describe the experience and qualification of key employees. Over the past 30 years, Schneider Electric has obtained employees with decades of energy management knowledge and experience through the worldwide acquisitions of a multitude of companies including: Summit Energy, TAC, Andover Controls, Invensys, Square D, Juno Lighting Group, Pelco, APC, and Abacus Engineered Systems. 10 of the world’s top electric utilities 1 million (70%) buildings worldwide 40k water and wastewater installations in 40 countries 40% of the world’s hospitals 20 of the largest oil and gas companies 10 of the world’s largest airports 3 out of 5 top hotel chains 10 out of 20 largest metros worldwide RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 61 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 v. Describe Offeror’s experience working with the government sector. Schneider Electric has been on the Department of Energy (DOE)’s Qualified List of Energy Service Companies (ESCOs) for 14 years. We have also been an active DOE ESPC Indefinite Delivery Indefinite Quantity (IDIQ) contract holder since 2008. In that time, we have delivered more than $500M in performance contracting projects to government agencies, including the Department of Defense, the General Services Administration, the Department of Veterans Affairs, and the US Coast Guard. vi. Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers and directors. Schneider Electric has one pending matter and three resolved matters that are summarized below. Schneider Electric has addressed these matters in a professional and ethical manner, and we can represent and warrant that there are no such legal actions that would impair our credentials or impair our ability to perform under this Contract, if selected.  RESOLVED - Medford Township School District, NJ Schneider Electric was involved in a dispute with the Medford Township School District, New Jersey (“Medford”) arising out of an Energy Services Construction Contract, dated June 29, 2015 (the “Construction Contract”). Schneider had not been paid the balance it is owed under the Construction Contract and filed a demand for arbitration with the American Arbitration Association. On April 16, 2018, Medford filed a Complaint in Superior Court of New Jersey seeking to enjoin the arbitration and alleging claims against Schneider for breach of contract. The Parties later agreed to mediate the matter and have since reached a mutually agreeable settlement. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 62 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 RESOLVED - DOJ Investigation In December 2020, the U.S. Department of Justice (U.S. DOJ) and Schneider Electric Buildings Americas, Inc. (Schneider) reached a settlement related to a former employee (Bhaskar Patel) who was terminated in 2016 for illegal subcontracting activities for personal gain. This was an isolated incident and the actions of that one individual were in direct violation of Schneider Electric’s code of conduct. Upon learning of these issues in 2016, Schneider immediately terminated the rogue employee and implemented new compliance safeguards, including a multi-layered approach to contract management. Schneider remains in good standing as a Federal vendor, and has been awarded an additional $624 million in contracts since the Government’s investigation began in 2016.  RESOLVED - 2020 City of Atlanta – Department of Watershed Management In December of 2017, the City of Atlanta and Schneider entered a Guaranteed Energy Savings Performance Contract (GESPC). Schneider’s successful completion of this Project was contingent on the City repairing/replacing equipment and infrastructure. The City failed to perform its obligations in a timely manner leading to project delays and increased costs. After months of negotiation, the City, in December of 2020, terminated the Schneider contract for default. Schneider maintained that it performed in accordance with the terms of the contract and in February of 2021, Schneider brought a claim alleging wrongful termination and seeking a reversal of the Termination for Default. The parties recently reached a settlement wherein the City of Atlanta rescinded the Termination for Default and the Parties agreed that the contract would be Terminated for Convenience. PENDING - 2020 United States Department of Agriculture In May of 2013, Schneider entered a Task Order with the United States Department of Agriculture (“USDA”) to provide energy cost savings to the USDA. The Project was installed, commissioned, and accepted by USDA as of May 2016. Since that time, the USDA has realized the promised savings in each year of performance to date. Despite Schneider’s demonstrated commitment to the project, the USDA, in July of 2020, terminated the Task Order in year 8 of the performance period based on maintenance issues related to one ECM. The USDA has refused to try and resolve the matter and so in January of 2021, Schneider filed a claim against the USDA in the U.S. Court of Federal Claims alleging wrongful termination and seeking to have the Termination reversed. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 63 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 vii. Provide a minimum of 5 customer references relating to the products and services within this RFP. Include entity name, contact name and title, contact phone and email, city, state, years serviced, description of services and annual volume. Brunswick County Schools Project at a Glance Type of Project: Performance Contract Project Location: Bolivia, North Carolina Project Cost: $16,957,562 Annual Savings: $942,087 Scope of Work: x T8 to LED Conversion x Exterior & Gym Lighting Retrofit x Building Envelope Weatherization x HVAC Replacement x Energy Management System x Water Conservation Measures x Plug-Load Controls x Solar Picnic Tables Role of the Responder: Energy Services Company Construction Dates: August 2017 – Ongoing Project Term: 18 Years Project Beginning and End dates: 2017-2036 Contact Information: Sue Rutledge Executive Director of Operations 199 Sessions Drive Bolivia, NC 28422 (910) 253-2900 srutledge@bcswan.net Project Description Brunswick County Schools maintains over 2 million square feet of facilities for their students. Twelve sites still heated their buildings with fuel oil, an expensive and messy energy source. Schneider Electric converted all of these schools to either natural gas or propane, in order to eliminate their use of fuel oil. Converting to natural gas or propane also gave Brunswick County Schools the opportunity to get various new heating system upgrades and refurbishments. Brunswick County Schools converted their interior and exterior lighting to LED throughout the district. Much of their energy savings came from a comprehensive lighting upgrade. To expand upon lighting savings, four schools received occupancy sensors in areas where data loggers justified the investment financially. Brunswick County Schools had been dealing with deferred maintenance on hundreds of units across the district for years. Schneider Electric is replacing 26 gas-fired packaged rooftop units across five different schools, to take these units off the district’s deferred maintenance list. Finally, district administration wanted a way that students could engage with this project. Schneider Electric identified the opportunity to provide solar picnic tables to all three high schools, allowing students to harness solar technology to charge their devices. Measured Energy Savings: 93.11% Non-Measured Energy Savings: 1.63% Non-Measured O&M / CCA Savings: 5.26% CCA Savings were calculated for the costs of equipment that was at the end of its useful life and replaced through the project. O&M Savings was calculated based on material costs for some equipment replacement. Both CCA and O&M Savings were stipulated. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 64 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 West Windsor Plainsboro Board of Education Project at a Glance Project Description Schneider Electric was asked to develop energy and capital scope in a parallel with a referendum program. Schneider Electric worked with West Windsor Plainsboro to identify facility conditions, then develop detailed scope to help ensure facility conditions matched new construction being built through the referendum. Schneider Electric developed and aided the district in running an RFP for Solar PPA, to help ensure projected savings would be realized throughout the project financial term. Schneider Electric aided the district in achieving utility interconnection agreements to ensure the most competitive RFP bids possible. Schneider Electric also conducted a detailed equipment assessment to aid in the referendum and ESPC development. This assessment was carried out by commissioning agents to ensure equipment left in place had sufficient life expectancy to last the term of the financial agreement. There was no guarantee associated with this project. Projected Energy Savings: 65.11% Projected O&M Savings: 12.12% Projected CCA Savings: 22.74% CCA Savings were calculated for the costs of equipment that was at the end of its useful life and replaced through the project or for Solar PPA savings. O&M Savings was calculated based on material costs for some equipment replacement. No savings associated with this project were guaranteed. Project Location: West Windsor, New Jersey Project Cost: $ 29,648,392 Annual Savings: Solar PPA - $311,373 Energy Savings – $891,251 Scope of Work: x HVAC Replacement x Combined Heat and Power x LED Lighting x Solar PPA x Water Fixtures x Boiler Replacement x Chiller Replacement Construction Dates: Dec 2019 – Dec. 2020 Contact Information: Dr. Russo Assistant Superintendent, Finance/Board Secretary 609-716-5000 Ext5020 Christopher.russo@ww-p.org RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 65 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Project Description In January 2015, Delran began exploring the possibility of an Energy Savings Improvement Program (ESIP). Initially, the District was driven by a desire to reduce energy costs, improve the building automation and mechanical systems, and become more sustainable. By taking a holistic approach in all 4 schools, this Energy Savings Improvement Program will allow Delran to reduce energy costs by 32%, produce 80% of its electric needs through on-site solar, and save taxpayers $5.6 million over the next 15 years. This project will directly benefit students through a kiosk and energy dashboard system, also providing awareness to the community about preserving the environment. By partnering with Schneider Electric, Delran has received Sustainable Jersey for Schools “Bronze” Certification and was awarded the 2016 NJ Governor’s Environmental Excellence Award in the Clean Air category. Energy Savings: 48.1% - IPMVP Option C (88.1%), Non-Measured (11.9%) O&M/Water/Stipulated Non-Energy Savings: 51.9% Project Location: Delran, NJ Project Cost: $4,509,565 Annual Savings: $283,345 Scope of Work: x Building Automation System Upgrades x HVAC Retro-commissioning x LED lighting (interior and exterior) x Building Envelope x Walk-In Freezer Controls x New energy supply contracts x Solar Power Purchase Agreement x Roof replacements x Real time energy dashboards at all 4 schools Role of the Responder: Energy Services Company Construction Dates: August 2016 – September 2017 Project Term: 15 years Project Beginning and End dates: 2015 – 2030 Contact Information: Dr. Christopher Russo, Business Administrator (856) 461-6800, ext. 1015 crusso@delranschools.org Michael DiGiovanni, Director of Facilities (609) 868-0461 mdigiovanni@delranschools.org 52 Hartford Road Delran, NJ 08075 Delran Township Public Schools Project at a Glance RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 66 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Virginia Department of General Services Project Location: Virginia Project Cost: $2.812,939 Annual Savings: $245,892 Scope of Work: x LED Lighting x Water Conservation x Condensate Recovery Role of the Responder: Energy Services Company Project Beginning and End Dates: October 2017 – June 2018 Project Term: 15 Years Contact Information: Ed Cahill Energy Manager 3001 Stonewall Avenue Richmond, VA 23225 (804) 221-0457 Edward.Cahill@dgs.virginia.gov Project Description The Department of General Services contracted with Schneider Electric (SE) to perform an Investment Grade Audit (IGA) of five (5) buildings initially and then added two (2) buildings during the IGA development process. The primary goal for DGS was to reduce the list of deferred maintenance items by implementing low hanging fruit lighting and water savings measures. By implementing this project, DGS will achieve significant savings while improving operations and comfort and will address key maintenance and lighting infrastructure improvement needs. Key Facts x $226,116 in Guaranteed Annual Savings x High priority needs addressed in 7 Downtown Richmond Buildings o 780,000 square feet of historical buildings updated x All LED retrofit both indoor and outdoor lighting o Standardized fixture and color to reduce maintenance x Condensate Recovery System improved cash flow and significantly reduced water consumption Energy Savings: 7% - IPMVP Option A O&M/Water/Stipulated Non-Energy Savings: 12% Project at a Glance RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 67 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Project Description Virginia National Guard is an existing customer that has initiated eighteen (18) Task Orders for ESPC projects with Schneider Electric totaling nearly $35,000,000. Because of the remote location of many of their sites and the manual operation of building systems, the National Guard was experiencing high operating cost per square feet of operation. The Schneider Electric solution consisted of implementing DDC controls with remote communication, comprehensive energy-efficiency retrofits of mechanical equipment including installation of several variable refrigerant flow (VRF) systems, a geothermal heat pump system, and lighting and fixture upgrades. The much-needed facilities upgrades allow for a better environment for soldiers to prepare and defend the Commonwealth of Virginia and the Nation. The key to success was the ability of the client to leverage state maintenance reserve dollars to get Federal maintenance dollars at 33(state)/67(federal) percentage split. Energy Savings: 9% - IPMVP Options C O&M/Water/Stipulated Non-Energy Savings: 91% Virginia Army National Guard Project at a Glance Project Location: Virginia Project Cost: $11,206,684 (2 projects) Annual Savings: $174,590 Scope of Work: x Mechanical upgrades including a geothermal system x DDC controls x LED Lighting and lighting control x Building envelope x PC power management x Plug load control x Water conservation x Advanced electric meters Role of the Responder: Energy Services Company Project Beginning and End Dates: October 2011 – December 2012 Project Term: 10 Years Contact Information: CSM Cliff White Deputy Facility Maintenance Officer Virginia Department of Military Affairs 434-298-6365 RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 68 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 viii. Provide any additional information relevant to this section. We believe our greatest asset is our commitment to our employees and clients. This single trait helps us to stand alone in the competitive market. Specifically as it relates to this opportunity our ability to provide competitive solutions with off the shelf components will enable the Members to realize integrated solutions with minimal disruption to their day-to- day business. Schneider Electric is an active, certified member of the National Association of Energy Service Companies (NAESCO). Our certificate of accreditation is below: Certifications and Credentials Region 4 Education Service Center will benefit from working with a company that is an active member of the industry’s leading organizations and initiatives, holding the following certifications and credentials: Registered Partner & Partner of the Year LEED Certification Gold Level Sponsor Approved Performance Contractor Approved Performance Contractor Approved Performance Contractor  As an approved performance contractor for NAESCO, the DOE and the DOD, Schneider Electric has undergone substantial vetting. In short, our credentials prove that we can do what we say we will do—whether it be for the federal government or for another type of facility. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 69 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Awards We are honored to be recognized and awarded globally in areas of innovation, sustainability, ethics, and safety. The list below highlights some of our most recent awards, including those we are most proud of. Please visit https://www.schneider-electric.com/en/about-us/company- profile/awards.jsp for a complete listing. Commitment to Customers Earns #1 ESCO Rank from Guidehouse Insights Our customers can count on Schneider Electric to address their needs far beyond energy. In fact, our commitment to our customers earned us the #1 spot on Guidehouse Insights 2020 ESCO Leaderboard Grid. The assessment ranked 10 leading ESCOs based on their strategy and execution. ENERGY STAR Partner of the Year Award Recognizes Ongoing Success with Helping Customers Save Energy and Money Schneider Electric has been recognized by the Environmental Protection Agency (EPA) as an ENERGY STAR Partner of the Year for more than a decade, validating our expertise in facility benchmarking and utility data analysis. This means you have an expert team in tracking and assessing energy and water use across your buildings. Ranked #1 most sustainable company in the world Schneider Electric has earned the top spot on the Corporate Knight’s list of Global 100 Most Sustainable Corporations in the World in 2021. The top 100 corporations are selected from a pool of nearly 6,000 companies around the world, and Schneider Electric has been a mainstay on this list every year since 2012. 2021 World’s Most Ethical Company Designation Ethics and responsibility are foundational to our relationships with all customers, partners, suppliers, and communities in which we work. And it shows: Schneider Electric has been recognized multiple years as a World’s Most Ethical Company Honoree. To read more about the designation, visit: https://www.worldsmostethicalcompanies.com/ Emphasis on Jobsite Safety Nets More Than 200 Safety Awards Schneider Electric’s focus on prevention saves lives, reduces injuries, and protects our customers from legal liability and negative public relations. The National Safety Council has recognized Schneider Electric with more than 200 awards since 2016, including the Industry Leader Award in 2018. Schneider is also 1 of 3 to simultaneously hold the Robert W. Campbell Award and the Green Cross Award for safety excellence. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 70 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Tab 5 Value Add i. Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. Federal Buildings Program Office Our Schneider Electric Federal Buildings Program Office works as a control tower between Federal Government Agencies and their legislative updates, like stimulus packages and Executive Orders, and our dispersed local sales offices throughout the country. This enables Schneider Electric system integrators and subject matter experts to have educated conversations with Federal customers, and non-federal customers impacted by legislative priorities, above upgrades and investments they can make in their facilities to make them more sustainable, energy-efficient, resilient, cybersecure and people-centric. Why Schneider Electric? Schneider Electric provides future-ready solutions for every size building, from residential and small- and mid-size commercial buildings to large campuses and global enterprises. It’s EcoStruxure™ Building portfolio – present in over one million buildings – is the industry’s first open innovation platform for buildings. The solutions optimize occupant comfort and productivity, maximize building efficiency, and increase building value. Its secure, end-to-end IP architecture enables the quick connectivity of IoT devices for faster commissioning and changes; provides for edge control and collaboration between building systems and third- party systems and devices, and its mobile apps, analytics, and services enable advanced analysis and condition-based real-time decision-making. Building Management System Building management systems (BMS) help you to get a holistic view of building performance by providing an integrated environment across all the building systems. System integration in a building adds value and allows you to respond to occupant needs. As buildings become more connected, there is a growing need for intelligent building technologies that provide data-driven insights to maximize operational efficiency, cut energy waste, and lower overall costs. Today’s smart buildings are starting to leverage the Internet of Things (IoT) to connect various systems and devices to a centralized technology backbone. Schneider Electric’s BMS solutions enable lifetime efficiency of your building by letting you monitor, control, and optimize performance throughout its lifecycle. Switch to smart building automation and control solutions with Schneider Electric's integrated building management systems and room controllers. EcoStruxure™ Building Operation software is the edge control heart of the EcoStruxure Building system to monitor, manage and control building systems. With an open integration platform, it securely facilitates the exchange of data from both Schneider Electric and third- party energy, lighting, HVAC, fire safety, security and workplace management systems to create future-ready smart buildings. EcoStruxure Building Advisor is a cloud-based solution, allowing you to select the right tools for your building maintenance needs. You can access them through a single portal with a complete view of your entire building portfolio, and get more information with just a few clicks. Building Advisor provides peace of mind, ensuring you always have access to continuous monitoring, a comprehensive view of building systems, as well as the identification of faults and inefficiencies to make data driven decisions. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 71 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Building Security With the need to protect more people and data it is easy to understand why physical access control plays a vital role in the overall security of a building. Both physical and cybersecurity solutions must be in place to help deter workplace violence and prevent crime while safeguarding the occupants, assets and valuable business information. When access control is deployed in unison with cybersecurity solutions, it reinforces complete security for any business enterprise. Protect your building occupants and assets with Schneider Electric’s Access Control Systems, Security Expert or Access Expert. These integrated role-based physical access control and intrusion detection solutions can unify your building’s security infrastructure and management systems into an easy to manage, single platform that enables faster, more efficient, and potentially life-saving decision making. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 72 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 EcoXpert Training and Certification program Working with partners we trust is as important to us as it is to our customers. EcoXperts deliver innovative and sustainable solutions, through integrated technology and digitization, to our shared customers. Our EcoXpert partners are certified in our industry-leading EcoStruxure™ architecture and platform, enabling them to deliver on better-performing buildings for their customers. Unique in its industry, the EcoXpert program is the only cross-expertise, global ecosystem of partners that deliver on some of our customers’ biggest design goals by offering: • Specialized training to resolve your most critical challenges. • Connected expertise to enable cost-effective, all-in-one solutions. x Connected technology with Schneider Electric’s industry-leading offer portfolio to deliver best-in-class services and solutions. Schneider Electric’s Capabilities Overview Schneider Electric is a leading provider of building management solutions and energy services that deliver measurable business results to customers by enabling them to do more with less energy. With over 120 years of experience in the HVAC, energy and security arenas, Schneider Electric employs more than 143,000 people worldwide. Our people are experienced, trusted energy professionals. We have the engineering, design, project management and energy market experience needed to integrate efficiency and renewable energy to create a comprehensive energy solution that works for the OMNIA contract users. Schneider Electric specializes in developing, designing, building, and financing energy infrastructure projects for commercial, educational, industrial, federal, and state and local government customers throughout the United States. With our knowledge and understanding of local governments and the environment in which you reside, we are certain that by partnering with us we can deliver a comprehensive program that will not only promote energy conservation, but deliver an infrastructure renewal program that can assist in the achievement of your mission by providing a better environment for staff and taxpayers through the implementation of newer, energy efficient technologies. Schneider Electric’s Energy & Sustainability Services (ESS) Division has enjoyed tremendous success in the performance contracting industry since its inception in 1992. Over the past 29 years we have implemented or are in the process of installing more than 900 performance contracting projects in 29 states throughout America, resulting in over $3,174,708,432 in facility improvements. A vast majority of the projects completed by Schneider Electric have been managed from or have received managerial resources from Schneider Electric’s office in Carrollton, Texas. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 73 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Schneider Electric currently has 284 projects under contract agreement. Of these, 62 projects are currently in the installation phase of the process. Additionally, Schneider Electric also has 222 performance contracting projects that are currently under contract with our Performance Assurance Support Services (PASS) department. This means that installation has been completed, and the project is currently in repayment. The PASS department is responsible for performing services such as developing the project-specific M&V plan, on- site and remote monitoring, customer support, troubleshooting, and repairs. The PASS department of Schneider Electric also prepares energy savings reports and identifies and implements additional energy conservation measures for the project. Schneider Electric has historically had success in every major market that we have entered into and our references are not surpassed by anyone. Since Schneider Electric has an ethical approach that focuses on long- term performance versus short-term success, it is not uncommon for our clients to return time and time again for additional products and services. We have several clients that have executed multiple separate performance contracts at different entities where their careers may take them. Our most active clients have done as many as seven different phases over the course of many years with us. Below we will highlight several client sectors that demonstrate our flexibility and capabilities to apply our experiences with choosing a partner for this next contract period. Mid-Atlantic Region Project Excellence - Our experience and growth in the Mid-Atlantic Region of the United States has been unparalleled by any other ESCO within the region over the last several years. Our local commitment to coalitions and organizations to promote what Energy Savings Performance Contracting can provide is high on our priority list and we have seen sustained growth because of our commitment. Given Schneider Electric’s Energy Savings Performance Contracting with other State agencies across the United States, including Alabama, California, Texas, Virginia, Washington, North Carolina, Kansas, Missouri, Pennsylvania, Oklahoma, Oregon, Florida, Georgia, Illinois, Indiana, Massachusetts, Michigan, Mississippi, and Wisconsin, we feel very confident on our ability to build on our previous successes and provide creative energy conservation measures and alternative financed programs to the State. With superior technology implementation and a streamlined construction project, every project is developed to ensure timely delivery through our proven processes. While Schneider Electric’s team members have experience executing and managing Energy Savings Performance Contracts under OMNIA. Leader in the East As the number #1 ESCO in the Commonwealth of Virginia by contract volume and total projects, Schneider Electric looks to leverage that success, and has focused its attention to the OMNIA contract users. Use of this contract expand the opportunities for alternative financed projects to become standard practices to mitigate risk and better control costs to public sector clients / OMNIA users. Schneider Electric has built dedicated performance contracting offices in all over the United States including Dallas, Richmond, Virginia, Harrisburg, Pennsylvania, and Raleigh, North Carolina with Sales, Engineering, Construction, and Measurement and Verification support all local within the Mid-Atlantic Region. Our projects receive individualized consultant’s post-installation for all measurement, verification and training processes. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 74 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Municipal and County Excellence - We have continually excelled in this market for the last decade. Our highlight projects include the major cities like Atlanta, Dallas, Houston and Abilene, TX as well as major counties like Ft. Bend County in the Houston Metro area. Each one of these projects selected our Energy and Sustainability Services Group over multiple major competitors and elected to do second phases with us as well. To date, we have completed more than $357M in the Municipal and County markets across the United States in various states like Alabama, California, Texas, Virginia, Washington, North Carolina, Kansas, Missouri, Pennsylvania, Oklahoma, California, Florida, Georgia, Illinois, Indiana, Massachusetts, Michigan, Mississippi, and Wisconsin. Community College Excellence - Our experience with community colleges across the country should help you understand why our approach fits your needs and how we can deliver you the success that you demand. One of our largest clients within this sector is the Virginia Community College System. We competed against multiple ESCOs and were selected as the sole source solution for the entire state of Virginia’s Community Colleges. This includes 315 buildings among 40 different sites and over $80 million dollars in work installed within these facilities. Additional references in this sector include the Dallas County Community College System, which is Texas’ largest two-year system as well as the Los Angeles, California Community College system. We were chosen along with other ESCOs to each execute work at a single campus around Los Angeles and to date we are the only ESCO that has been awarded work on other campuses. Military Excellence - The Department of Defense has long been a sustaining client for Schneider Electric. To date we have designed and implemented over $32 million worth of work for the Virginia National Guard over the last decade and have also done millions of dollars’ worth of work for the US Coast Guard-Puerto Rico and Veterans Integrated Service Networks (VISN) in Florida, Massachusetts, and Puerto Rico. Schneider Electric knows how to work in regimented environments and be held to rigorous quality standards that our nation’s military guard units demand. Work with our design and construction teams and you will find a strict discipline and well-polished set of procedures in place to ensure timely well-planned projects that can set the OMNIA contract users up for success long-term. State Agency Excellence - No other ESCO can claim experience like Schneider Electric has with state agencies around the United States. From Virginia to Oregon, from Texas to Pennsylvania, Schneider Electric has consistently competed, won, and delivered projects repeatedly in this sector. With our headquarters located in Dallas, Texas, we have secured seven phases of work with the Texas Health and Human Services Commission ($70 million), the Texas Parks and Wildlife Commission, and the Texas Department of Public Safety. In Oregon, we competed and were awarded work with the Oregon Department of Corrections, and in Pennsylvania we have done projects with both the Department of Corrections as well as the Pennsylvania State Police. Our core team has executed more than 20 State Agency projects in Virginia including the Virginia Department of General Services. In the Southeast, we are the only Energy Services Company to have been selected and execute performance contracts with two state agencies in Alabama. The first state performance contract ever implemented in Alabama was done by the Alabama Department of Mental Health. This project encompassed the Greil Memorial Hospital site in Montgomery, Alabama. Seven other ESCOs competed for this in an extensive RFP process like the City of RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 75 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Atlanta is undertaking. We were shortlisted and selected to complete a 20-year project at this site. Schneider Electric has effectively lowered energy usage by over 45% at this facility and a complete central plant renovation was executed. While we were installing this project, a second RFP was released by the department for the remaining five (5) hospitals around the state and we were again selected over five other companies to complete this work. To date, Schneider Electric has designed over $25 million worth of work for the Department of Mental Health and expects to see $1.7 million per year in savings to the department as well as renewed facilities and happier patients. In North Carolina, Schneider was selected to perform the project at North Carolina State University. We were selected over several other firms to complete a performance contract on the campus. We take extreme pride in this project as the state and university trusts us with one of its flagship universities. We were selected for this job, because of our prior experience in similar situations in higher education and our track record of performing under tight timelines. List of All ECMs that can be implemented through OMNIA’s contract Following is an extensive list of our scope of services for buildings, water and wastewater. Schneider Electric Energy and Sustainability Services: Buildings Heating Systems Cooling Systems HVAC Systems Boiler Replacement High Efficient Modular Boilers Burner Replacement Boiler Stock Heat Reclaim Perimeter Radiation High Efficient Domestic Water Heaters Gas Line Turbulators Steam Trap Retrofits Steam Pressure Control Temperature Reset Control Electric Heating to Gas Piping Insulation Chiller Replacements Gas Fire Centrifugal Chillers CFC Containment Conversions Tower Free Cooling Commercial Refrigeration Cooling Towers Thermal Energy Storage Systems Reclaim A.C. Heat Rejection Inefficient Air Handling Unit replacement Variable Frequency Drives Heat Recovery Systems Low Leakage Air Dampers Variable Air Volume Systems Demand Control Ventilation Exhaust Fans Fan Coil Units Motor Replacement Unit Heaters/Ventilators Computer Room Units Water Management Systems Lighting Systems Control/Automation Systems Retrofit Flush Valves, Showerheads, Faucets, Toilets Automated Water Systems Cooling Tower Retrofits Ice Machines Walk-in Coolers/Freezers Domestic Water Waste Heat Recovery Lighting Controls Daylight Harvesting Occupancy Sensors Incandescence to Fluorescent LED Exit Signs Emergency Lighting Ambient Light Control Exterior Lighting Retrofit Facility Management Systems Direct Digital Controls Pneumatic Controls Manual Valves to Automatic Valves Air Compressors Lab Flume Hood Control Multi-System Integration Energy Services Renewable Energy Miscellaneous RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 76 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Schneider Electric Energy and Sustainability Services: Buildings Maintenance and Operation Energy Audit/Design Construction Management Project Management System Installation Measurement and Verification Commissioning Services Energy Guarantees Energy Metering Utilities Procurement Power Factor Correction Utility Rate Structure Assessment Indoor Air Quality Owner Training Facility Operation Assessments Financial Services Cogeneration Biomass Solar Power - Photovoltaic & Thermal Wind Turbine Geothermal Heat Pumps Fuel Cells Micro-grid Combined Heat and Power EV Infrastructure Energy as a Service (EaaS) Charging as a Service (CaaS) Central Heating/Cooling Plants Electrical Power Systems Emergency Generators Turbine Generators Switch Gear Building Envelope Air Curtains Elevator Modernization Kitchen Equipment Building Envelope Sewer, Water and Wastewater Weatherproofing Fire Preservation System Building Infiltration Measures Energy Star Portfolio Manager LEED Certified Personnel Cybersecurity Schneider Electric Energy and Sustainability Services: Water Treatment Plants Distribution System Water Meters Plant Optimization Chemical Treatment Clarification Sludge Management Sludge Disposal Backwash Pumping Disinfection Pumping High Service Pumping Pipe Replacements Fire Hydrant Exercising Valve Turning VFD AMR AMI Testing Replacements Leak Detection Billing Schneider Electric Energy and Sustainability Services: Wastewater Treatment Plants Collection System Cogeneration Capacity Evaluation Capacity Expansion Treatment Processes Process Optimization Energy Management Biosolids Management Class A or B Biosolids Generation Aeration Digestion Clarification Pumping Pumping Infiltration & inflow Sewer Replacement Manhole Rehabilitation VFD Bio Gas generation Biogas Retail Cogeneration Energy as a Service (EaaS) Project Pricing - Performance Contracting / Design – Build See Tab 2 RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 77 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Project Financing To most effectively address your needs, Schneider Electric can assist in structuring the financing necessary to funding your guaranteed energy savings program in several different ways. Funding the project internally, utilizing a tax-exempt municipal lease/purchase, or some combination of the two are the most common approaches. Use of bond proceeds provides yet another avenue, albeit with some disadvantages. Schneider Electric provides a detail project financing overview during the Investment Grade Audit. Kim Albertson, Finance Manager at Schneider Electric, will review the OMNIA users’ current financial situation before identifying the lowest cost, highest value financial method to maximize project benefit. We will qualify local, regional, and national banks, assist in negotiating terms and conditions, and are available as client support throughout the process. Ms. Albertson’s sole function is to work directly with OMNIA contract users to identify the best funding sources, assist in procuring financing, and to work directly between the agency and the lender to ensure a smooth process. Her focus is only on developing the financial parameters of guaranteed energy savings projects and developing relationships with potential lenders for Schneider Electric. Kimberly Albertson, Manager – Financial Services email: kimberly.albertson@schneider-electric.com Phone: (207) 607 9511 Analysis Some critical considerations of financing agreements are the payment determination method and the payment frequency. The payment determination method is a simple finance calculation using the principal to be borrowed, the interest rate to be charged, the term, the payment frequency, and whether the payments are to be made in advance or in arrears as inputs. The payment frequency and whether the payments are in advance or arrears will have a tremendous affect upon the outcome of that calculation. Both of those matters are flexible and can be tailored to meet the needs of the client. Repayment may be structured such that payments do not begin until sufficient savings are generated to make the payment. In this scenario, substantial interest will accrue during the project implementation period, which will reduce the amount of work possible with a given amount of savings potential. If the client has some funds available, the repayment schedule may be structured such that the client makes payments and is then reimbursed by the energy savings. This dramatically reduces the client’s interest expense, allowing a larger scope of work or faster payoff. x One of the most important aspects of any financing package is the interest rate obtained. Our projects have a history of receiving exceptionally competitive rates. Obviously, interest rates for projects depend not only on the strength of the ESCO but also on the quality of the client’s credit rating. In addition, interest rates fluctuate and will probably change between the submission of this proposal and execution of an implementation contract. However, based upon current market conditions and quotations for other projects of a similar nature, we believe that OMNIA contract users could expect a rate between 2% - 4% based upon recent information provided to Schneider Electric by financial institutions. This rate is dependent on scope of work, term, and final cost. The following sections provide an overview of the financial options available to OMNIA contract users and provide the methods of financing to be considered. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 78 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Financing Options Schneider Electric and its clients share a vested interest in securing the best possible funding mechanisms. The less our clients spend on financing, the more they can invest in improving their building environments. Since the method and cost of financing is a critical value to our clients, we invest time & resources to identify the best options to fund our projects. Our program manager, along with our internal financial expert, will work with your leadership to understand goals for the financial agreement regarding the term, desired cash flow, and what types of debt structure would be preferred. Our financial expert will then evaluate all options available and will work with you to determine the best approach to maximize the impact of the savings while meeting your financial goals. The financing of an energy project is a separate contract from the actual energy services agreement (ESA). Unlike other Energy Services Companies, Schneider Electric does not charge our customers or profit from the financing of energy projects. All financing for our projects comes from independent 3rd party lender/investor sources. Based upon the performance of our past projects and Schneider Electric’s financial strength, many financial institutions remain very interested in providing competitive financial solutions for our projects. The high level of assurance that our projects will perform results in the most attractive financing terms and conditions for our clients. Municipal Leasing A tax-exempt lease purchase agreement, also known as a municipal lease, is closer to an installment-purchase agreement than a rental agreement. One of the primary benefits of this financing mechanism is that the lessee’s (borrower’s) payment obligation often terminates if the lessee fails to appropriate funds to make lease payments. Because of this provision, neither the lease nor the lease payments are considered debt and payments can typically be made from the energy savings in your operating budget. This treatment provides tax benefits (and thereby a lower interest rate) and does not impact the client’s capital structure. The net result is a scenario less likely to encumber the client’s other available sources of funds (i.e. bonding limits). This is a very common financial structure used by other entities nationwide and has been used by successfully by Schneider Electric in the past. Program Structure Tax Exempt Lease Purchase (TELP) x Most common financing vehicle used by ESCO’s x 2.5 – 4% current interest rate range as example – 15-year repayment term x Normally 15year repayment term beginning after construction x Flexible repayment schedule- quarterly, monthly, yearly, etc. x Repayment subject to annual appropriation x Customer owns the equipment as installed and accepted - x Lender retains a security interest and files UCC-1 forms x Lender included as Loss Payee on Customer’s insurance policies x Construction financing- escrow account is set up by the lender – SE invoices approved by customer and payment released by escrow agent on behalf of customer. Unlike bond issues, tax-exempt lease purchase financing typically does not require a voter referendum because it is considered an operating, rather than capital expenditure. However, lenders will want to know that the assets being financed are of essential use, which will minimize their risk of non-appropriation. Another difference between lease/purchase and bond issues is the financing term. Typically, lease purchases are available for terms up to 15 years, while bond terms can extend much further. Your organization may already be leasing RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 79 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 equipment, especially if your organization has a Master Lease agreement in place with a lending institution. Performance contracting through lease/purchase provides an effective way to fund efficiency improvements if savings can be easily measured and documented. Savings used to document lease/purchase financing that don’t pass Schneider Electric’s real and verifiable litmus test should be handled cautiously and the risks carefully weighed against the benefits associated. A popular form of lease purchase structure for use on large projects is Certificates of Participation (COP). Due to cost of issuance, this structure does not always fit into the financial criteria of our clients. During the Investment Grade Audit, OMNIA contract users can review this variation of a lease purchase to determine if it fits into your financial goals. The difference of a COP compared to typical lease financing is the lease is divided by the Lender and sold to multiple investors, as opposed to a standard lease purchase which is typically held by a single investor. Program Structure Certificates of Participation (COP) x Form of lease purchase x Cost of issuance is higher than lease purchase x Generally, 10 to 15 basis points lower than traditional lease purchase x Tax exempt interest rates x Term can be extended beyond 15 years (15-25) x Rated by rating agency, where a lease purchase is generally not Bonds Bonds carry a stated interest rate and are typically payable over terms of up to 25 years. Since the payments on bonds are treated as pledged debt, the interest rates associated are typically very low depending on your credit rating. The legal and issuance costs associated with a bond issue are substantial but may be offset by the benefits of lower interest rates on large financings ($5M+). Often, approval from the constituents being taxed is required to use bonds as a finance mechanism. This can complicate timelines as well as have dramatic effects on your ability for major improvements that may require downtime of critical systems. Direct Appropriations Historically, cash on hand or direct appropriations have provided an alternative for energy efficiency financing for most entities. Funding these programs internally allows clients to retain all the savings generated by the improvements implemented, immediately realize operating expense reductions, and relieve the project of debt service burden. Using cash also allows clients to apply on-hand dollars to reduce annual operating expenses. This approach has been particularly popular in areas of the country where operating budgets are being stretched tighter each year. For some entities, the high rates of return generated by funding a performance contract with cash are extremely attractive. Many projects, when funded with cash on hand offer returns of 10%+, unheard of in today’s economic circumstances. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 80 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Bundled Financing Agencies can take advantage of the availability of different financing options, choosing those that best fit their needs. Many times, that means using a combination of options to come up with the smartest strategies for reducing energy costs. Carefully matching financing options, such as utility incentives and energy saving performance contracting, with specific situations can make the difference between a promising project stalled because it lacks adequate funding and a successful project resulting in energy and money savings. In most instances, the financing of a performance contract is a separate contract from that of the actual performance contract. The client enters into a lease/purchase agreement directly with a financing company of their choice. Securing an attractive interest rate and any accompanying services are the sole responsibility of the client. However, in some states, ESCOs are required to act as the lessor and provide project financing. No ESCO is in business to also be a bank. Thus, what occurs is the ESCO obtains the financing under an “assignment at closing” agreement. This means that the repayment stream is “assigned” to the finance company instantly when the contracts are executed. We are comfortable with this arrangement and have acted in this role in the past when it proved beneficial to the client. It is important, however, that the client know that this service does not produce additional sales margin or fee-based profit for us. Some industry competitors use this bundling of project financing and implementation to gain profit margin by taking a spread in points on the interest rate. This is not the case with Schneider Electric. In fact, we prefer to obtain two or three quotes from sources we have experience with who are capable of addressing our client’s needs and have superior track records of client service. We then let the client choose which company, rate, and structure they prefer since through an “assignment-at-closing” finance deal the client will end up dealing with the financing company in the end. Energy as a Service OMNIA contract users may also consider an innovative alternative to solving energy challenges through an Energy as a Service (EaaS) approach. EaaS is a long-term agreement that eliminates upfront capital outlay from the host organization, reduces long-term risk, and offers a comprehensive solution to meet host-specified outcomes for sustainability, resilience, reliability, and efficiency. An EaaS approach to onsite sustainable and resilient energy empowers organizations to make energy a competitive advantage: preserving capital for core needs and also ensuring energy is an enabler – not a hindrance – of long-term objectives. EaaS eliminates capital outlay as well as the costs associated with the designing, building, operation and maintenance of energy assets. EaaS also removes the complexity and risk of navigating tax incentives and wholesale electricity market optimization. As a result, EaaS delivers long-term, predictable energy savings, increased sustainability, improved reliability, and better resilience RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 81 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Unlike an Energy Savings Performance Contract where the site pays volumetrically for energy saved, an EaaS agreement provides a service to the site who then pays volumetrically for energy produced. The onsite energy-producing assets integrated into a digitally-enabled microgrid, are owned, operated and maintained by an expert third-party. EaaS offers a way for organizations to bring the many benefits of microgrids to their sites while using a familiar, low-risk approach to managing their energy spend. AlphaStruxure, a Schneider Electric and Carlyle Group joint venture, was created to deliver end-to-end EaaS capabilities, building complex energy systems in a more renewable and sustainable way. Leveraging deep understanding of the changing energy landscape in North America and the financial pressures commercial and industrial organizations face, AlphaStruxure partners with you to develop a right-sized technical, financial and contractual solution that solves for integrated outcomes important to your organization. The AlphaStruxure joint venture between Carlyle and Schneider builds on an alliance first established in 2018 to solve the traditional impediments to energy modernization through creative structuring models that deliver distributed generation and advance microgrid capability to end users. A partnership with AlphaStruxure would provide OMNIA contract users with comprehensive EaaS capabilities, including direct access to strategic capital, unparalleled energy and automation technology while leveraging Carlyle’s project structuring expertise. We invite the OMNIA contract users team to explore EaaS opportunities for your facility which could address integrated distributed generation technologies beyond Combined Heat and Power to achieve transformational challenges to your energy future. Grants, Incentives and State Funding Utility Rebate Programs Schneider Electric actively monitors the various state regulatory agencies that have rulemaking authority for utility rebate programs. We are typically able to use the rebates to reduce the installed cost of the projects, which will improve the overall payback period and allow us to install additional measures within the contract term or possibly reduce the term of the contract. The securing of rebates begins in the development phase where our energy engineers will contact the OMNIA contract user’s specific utility companies. From there, the RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 82 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 typical utility rebate process involves the company performing a pre-site walkthrough, prescriptive/custom form sign off filled out by Schneider Electric and approved by the client, install, and a post site walkthrough to verify the upgrades. From there, the utility company will issue a rebate in the form of a check to OMNIA contract users after installation. Our program manager will guide the OMNIA contract user through this aspect of development to ensure the maximum amount of incentives can be secured. 3. Competitive Range: It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. 4. Past Performance: An Offeror’s past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror’s history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror’s businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. 5. Additional Investigations: Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 83 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Tab 6 Additional Required Documents (Appendix C) a) Acknowledgement and Acceptance of Region 4 ESC’s Open Record Policy (Appendix C, Doc #1) b) Antitrust Certification Statement (Tex. Government Code § 2155.005 c) Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295) (Appendix C, Doc #3) d) Texas Government Code 2270 Verification Form (Appendix C, Doc #4) e) Felony Conviction Notification (Appendix C, Doc #5) f) Any additional agreements Offeror will require Participating Agencies to sign RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 84 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Appendix C, Doc #1 RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 85 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Appendix C, Doc #2 RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 86 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Appendix C, DOC # 3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295): In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission’s website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. Filing Process: Staring on January 1, 2016, the commission made available on its website a new filing application that must be used to file Form 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form. The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract. The governmental entity or state agency must notify the commission, using the commission’s filing application, of the receipt of the filed Form 1295 with the certification of filing not later than the 30th day after the date the contract binds all parties to the contract. This process is known as acknowledging the certificate. The commission will post the acknowledged Form 1295 to its website within seven business days after receiving notice from the governmental entity or state agency. The posted acknowledged form does not contain the declaration of signature information provided by the business. A certificate will stay in the pending state until it is acknowledged by the governmental agency. Only acknowledged certificates are posted to the commission’s website. Electronic Filing Application: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm Frequently Asked Questions: https://www.ethics.state.tx.us/resources/FAQs/FAQ_Form1295.php Changes to Form 1295: https://www.ethics.state.tx.us/data/filinginfo/1295Changes.pdf Schneider Electric is a publicly traded company. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 87 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Appendix C, DOC # 4 RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 88 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Appendix C, DOC # 5 FELONY CONVICTION NOTIFICATION Section 44.034, Texas Education Code, Notification of Criminal History, Subsection (a), states “A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony.” Subsection (b) states “A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.” This Notice is Not Required of a Publicly-Held Corporation CRIMINAL HISTORY REVIEW OF CONTRACTOR EMPLOYEES Offeror shall review §22.0834, Texas Education Code and 19 Texas Administrative Code §§153.1101 and 153.1117 regarding criminal history checks of school contractor employees. The rules define continuing duties related to contracted services, direct contact with students, covered contract employee and other relevant terms within the statute. Except as otherwise provided herein, Offeror will obtain and certify in writing, before work begins, that the Offeror has received all criminal history record information that relates to an employee, applicant, agent or Subcontractor of the Offeror/Contractor or Subcontractor, if the person has or will have continuing duties related to the contracted services, and the duties are or will be performed on Region 4 ESC’s, or Participating Public Agency as applicable to the Texas Education Code, property where students are regularly present or at another location where students are regularly present. Awarded Offer(s) shall assume all expenses associated with the background checks and shall immediately remove any employee or agency who was convicted of, receive probation for, or received deferred adjudication for any felony as outlined below or any misdemeanor involving moral turpitude, from Region 4 ESC’s property or other location where students are regularly present. Offeror/Contractor or sub-contractors may not work on Region 4 ESC’s, or Participating Public Agency where the Texas Education Code may be applicable, property where students are present when they have been convicted, received probation, or deferred adjudication for the following felony offenses: 1. Any offense against a person who was, at the time the offense occurred, under 18 years of age or enrolled at a public school; 2. Any sex offense; 3. Any crimes against persons involving: a. Controlled substances; or b. Property; or 4. Any other offense Region 4 ESC, or Participating Public Agency where the Texas Education Code may be applicable, believes might compromise the safety of students, employees or property. RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 89 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal RFP 22-07 – Facility Technology Integration & Security System Services January 11, 2022 Page 90 Use or disclosure of data contained on this sheet is subject to the restriction on the table of contents of this proposal Facility Technology Integration & Security System Services Solicitation Number 22-07 Facility Technology Integration & Security System Services Solicitation Number 22-07 Internal Tab 7 Additional Attachments a) Draft Contract b) Exhibit F c) Exhibit G d) Schneider Electric Annual Report e) Schneider Electric Fact Sheet f) Schneider Electric Brochure CONTRACT 1 APPENDIX A DRAFT CONTRACT This Contract (“Contract”) is made as of __________, 202 by and between (“Contractor”) and Region 4 Education Service Center (“Region 4 ESC”) for the purchase of ___________________________________________(“the products and services”). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number R______ for _______ (“RFP”), to which Contractor provided a response (“Proposal”); and WHEREAS, Region 4 ESC selected Contractor’s Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any 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”) may purchase products and services at prices indicated in the Contract upon the Public Agency’s registration with OMNIA Partners. 1) Term of agreement. The term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right to renew the Contract for two (2) additional one-year periods or portions thereof. Region 4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region 4 ESC’s intent renew the Contract. Contractor may elect not to renew by providing three hundred sixty-five days’ (365) notice to Region 4 ESC. Notwithstanding the expiration of the initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may mutually agree to extend the term of this Agreement. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Agreement. The anticipated full term of the contract is five (5) years. The Contractor shall have the right to enter local “service” agreements with Participating Public Agencies accessing the contract through OMNIA Partners, so long as the effective date of such agreement is prior to the expiration of the Contract. All local agreements may have a full potential term (any combination of initial and renewal periods) not to exceed five years. Any tasks or project Facility Technology Integration and Security System Services 22-07 Facility Technology Integration and Security System Services Schneider Electric Buildings Americas, Inc             CONTRACT 2 agreements executed against this Master Agreement during the effective term may survive beyond the expiration of the Master Agreement as established and agreed to by both parties. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. 3) Form of Contract. The form of Contract shall be the RFP, the Offeror’s proposal and Best and Final Offer(s). 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror’s Best and Final Offer iii. Offeror’s proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e. bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10)Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor’s pricing. 11)TERMINATION OF CONTRACT a) Cancellation for Non-Performance or Contractor Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region             CONTRACT 3 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. d) Force Majeure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by             CONTRACT 4 acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12)Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor’s license(s) expire, lapse, are suspended or terminated. 13)Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract. 14)Delivery. Conforming product shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15)Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16)Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17)Price Adjustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor’s responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor’s proposal. Price reductions may be offered at any time during Contract. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term.             CONTRACT 5 18)Audit Rights. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor’s pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor’s pricing at Contractor’s sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third- party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. 19)Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20)New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21)Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22)Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23)Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24)Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to: moving furniture, installing wiring for networks or power, and similar pre-installation requirements. 25)Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a             CONTRACT 6 material breach and may result in the cancellation of the purchase order at Region 4 ESC’s discretion. Contractor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. 26)Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27)Smoking. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28)Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29)Funding Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC’s current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30)Indemnity. Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31)Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32)Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days’ notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified.             CONTRACT 7 33)Legal Obligations. It is Contractor’s responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein.             OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. Company Name Address City/State/Zip Telephone No. Email Address Printed Name Title Authorized signature Accepted by Region 4 ESC: Contract No. ______________ Initial Contract Term to Region 4 ESC Authorized Board Member Date Print Name Region 4 ESC Authorized Board Member Date Print Name 1650 W. Crosby Road Carrollton, TX 75006 James Mylett SVP, Digital Buildings Schneider Electric Buildings Americas, Inc             Version August 12, 2021 Exhibit F Federal Funds Certifications FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOMIT 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.             Version August 12, 2021 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 $250,000, 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 AppendixII to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contractsfor more than the simplifiedacquisitionthresholdcurrentlyset at $250,000,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 contractorsviolate or breach contractterms, and providefor such sanctionsand penaltiesas appropriate. Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges under the applicablelaws and regulationswith respectto this procurementin the event of breachof 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 contractsin excess of $10,000)             Version August 12, 2021 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 constructioncontract” in 41 CFR Part 60-1.3 must include the equal opportunityclause 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 ContractCompliancePrograms,Equal EmploymentOpportunity,Departmentof Labor.” Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunityclause is incorporatedby reference herein. Does offeror agree to abide by the above? YES Initialsof AuthorizedRepresentativeof 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 determinationissued by the Departmentof 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 subrecipientmust be prohibitedfrom inducing,by any means,any person employedin the construction, completion,or repair of public work, to give up any part of the compensationto which he or she is otherwiseentitled.The non -Federal entity must reportall suspectedor reportedviolationsto the Federalawardingagency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrantsfor constructionor repair, offeror will be in compliancewith all applicableDavis-BaconAct provisions. Does offeror agree? YES Initials of AuthorizedRepresentativeof 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 contractormust be required to computethe 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 excessof 40 hours in the work week. Therequirements of 40 U.S.C. 3704 are applicableto 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 contractsby Participating Agency resulting from this procurementprocess. Does offeror agree? YES Initials of AuthorizedRepresentativeof offeror             Version August 12, 2021 (F)RightstoInventionsMadeUnderaContractorAgreement. 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 UnderGovernmentGrants, Contractsand CooperativeAgreements,”and any implementingregulations issued by the awardingagency. 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 applicablerequirementsas referencedin Federal Rule (F) above. Does offeror agree? YES Initials of AuthorizedRepresentativeof 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 applicablerequirementsas referencedin FederalRule (G) above. Does offeror agree? YES Initials of AuthorizedRepresentativeof offeror (H) Debarmentand Suspension(ExecutiveOrders12549 and 12689)—Acontractaward(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 orregulatoryauthorityotherthanExecutive 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 principalsis presently debarred,suspended, proposedfor debarment,declared ineligible,or voluntarilyexcluded 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 AuthorizedRepresentativeof 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 disclosuresare forwardedfrom tier to tier up to the non-Federalaward. 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 undersignedfurther certifies that: (1) No Federal appropriatedfunds have been paid or will be paid for on behalf of the undersigned,to any person for influencing             Version August 12, 2021 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 cooperativeagreement. (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 cooperativeagreement, the undersignedshall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying”,in accordancewith 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 AuthorizedRepresentativeof offeror RECORDRETENTIONREQUIREMENTSFOR CONTRACTSINVOLVINGFEDERALFUNDS 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 quarterlyor annual financial reports, as applicable,and all other pending matters are closed. Does offeror agree? YES Initials of AuthorizedRepresentativeof offeror CERTIFICATIONOF COMPLIANCEWITH THE ENERGY POLICY AND CONSERVATIONACT 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 conservationplan issued in compliance with the Energy Policy and ConservationAct (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES Initials of AuthorizedRepresentativeof offeror CERTIFICATIONOF COMPLIANCEWITH BUY AMERICAPROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifiesthat its products complywith all applicableprovisionsof the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchasesmade in accordancewith the Buy America Act must still follow the applicableprocurementrules calling for free and open competition. Does offeror agree? YES Initials of AuthorizedRepresentativeof offeror CERTIFICATIONOF ACCESSTO RECORDS– 2 C.F.R. § 200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representativesshall 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 reasonableaccess to offeror’spersonnelfor the purpose of interview and discussionrelating to such documents. Does offeror agree? YES Initials of AuthorizedRepresentativeof offeror CERTIFICATIONOF APPLICABILITYTO SUBCONTRACTORS Offeror agrees that all contractsit awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES Initials of AuthorizedRepresentativeof offeror Offeroragrees to complywith all federal,state, and local laws, rules, regulationsand ordinances,as applicable.It is             Version August 12, 2021 further acknowledgedthat 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:_____________________________ 1650 W Crosby Rd, Carrollton, TX 75006 James Mylett, SVP, Digital Building Schneider Electric Buildings Americas, Inc              Version August 12, 2021 FEMA SPECIAL CONDITIONS Awarded Supplier(s) may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a proposal, the Supplier is accepted these FEMA Special Conditions required by the Federal Emergency Management Agency (FEMA). “Contract” in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as the “Master Agreement”. “Contractor” in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as “Supplier” or “Awarded Supplier”. Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3. i. FEMA considers a “financial interest” to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an “apparent” conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of the Participating Public Agency nor the Participating Public Agency (“NFE”) must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE’s may set standards for situations in which the financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE’s written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE’s employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended, as described in and subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security’s regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension), must be rejected and cannot receive contract awards at any level. Public Policy A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C.F.R. § 200.321(b) for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7 c. Applicable prevailing wage laws, regulations, and executive orders Affirmative Steps             Version August 12, 2021 For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Prevailing Wage Requirements When applicable, the awarded Contractor (s) and any and all subcontractor(s) agree to comply with all laws regarding prevailing wage rates including the Davis-Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Federal Requirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this FEMA Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 1.REMEDIES a.Standard. Contracts for more than the simplified acquisition threshold, currently set at $250,000, 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. See 2 C.F.R. Part 200, Appendix II(A). b.Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 2.TERMINATION FOR CAUSE ANDCONVENIENCE a.Standard. All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity, including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II(B). b.Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3.EQUAL EMPLOYMENTOPPORTUNITY When applicable: a.Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of “federallyassisted construction contract” in 41 C.F.R.             Version August 12, 2021 § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b), in accordance with Executive Order 11246,Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. 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 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II(C). b.KeyDefinitions. i. Federally Assisted Construction Contract. The regulation at 41 C.F.R.§ 60- 1.3 defines a “federally assisted construction contract” as any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work. ii. Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines “construction work” as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways,or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c.Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d.Required Language. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause. During the performance of this contract, the contractor agrees as follows: (1)The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. 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 setting forth the provisions of this nondiscrimination clause. (2)The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or nationalorigin.             Version August 12, 2021 (3)The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaintor charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6)The contractor will furnish all information and reports required byExecutive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to hisbooks, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7)In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders,this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8)The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract.             Version August 12, 2021 The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4.DAVIS-BACON ACT a.Standard. 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 at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). See 2 C.F.R. Part 200, Appendix II(D). 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. b.Applicability. The Davis-Bacon Act applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. c.Requirements. If applicable, the non-federal entity must do the following: i. 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. ii. Additionally, pursuant 2 C.F.R. Part 200, Appendix II(D), contracts subject to the Davis-Bacon Act, must also include a provision for compliancewith the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. 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 Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person             Version August 12, 2021 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 FEMA. iii. 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 AssistedConstruction”). Suggested Language. The following provides a sample contract clause: Compliance with the Davis-Bacon Act. a.All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141- 3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b.Contractors are required to pay wages to laborersand mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c.Additionally, contractors are required to pay wagesnot less than once a week. 5.COPELAND ANTI-KICKBACK ACT a.Standard. Recipient and subrecipient contracts must 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 UnitedStates”). b.Applicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis-Bacon Act also applies. It DOES NOT apply to the FEMA Public AssistanceProgram. c.Requirements. If applicable, the non-federal entity must include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. 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). 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 FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work. Sample Language. The following provides a sample contract clause:             Version August 12, 2021 Compliance with the Copeland “Anti-Kickback” Act. a.Contractor. The contractor shall comply with 18 U.S.C. §874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b.Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. c.Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12.” 6.CONTRACT WORK HOURS AND SAFETY STANDARDSACT a.Standard. Where applicable (see 40 U.S.C. §§ 3701-3708), 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 at29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E). Under 40 U.S.C. § 3702, 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. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. b.Applicability. This requirement applies to all FEMA contracts awarded by the non- federal entity in excess of $100,000 under grant and cooperative agreement programs that involve the employment of mechanics or laborers. It is applicable to construction work. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. c.Suggested Language. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safety Standards Act. (1)Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in suchworkweek. (2)Violation; liability for unpaid wages; liquidated damages.In the event ofany violation             Version August 12, 2021 of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3)Withholding for unpaid wages and liquidated damages. The Federal agency or loan/grant recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of thissection. (4)Subcontracts. The contractor or subcontractor shall insert in any subcontractsthe clauses setforth in paragraph (b)(1) through (4) of thissection and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of thissection. 7.RIGHTS TO INVENTIONS MADE UNDER A CONTRACT ORAGREEMENT a.Standard. If the FEMA award meets the definition of “funding agreement” under 37C.F.R. § 401.2(a) and the non-Federal entity 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 non- Federal entity must comply with the requirements of 37 C.F.R. 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 FEMA. See 2 C.F.R. Part 200, Appendix II(F). b.Applicability. This requirement applies to “funding agreements,” but it DOES NOT apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and TrainingGrantProgram,DisasterCase Management Grant Program, and Federal Assistance to Individuals and Households – Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of “funding agreement.” c.Funding Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines “funding agreement” as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment,substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph.             Version August 12, 2021 8.CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROLACT a.Standard. If applicable, contracts must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to theClean AirAct (42U.S.C. §§ 7401-7671q.) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, AppendixII(G). b.Applicability. This requirement applies to contracts awarded by a non-federal entity of amounts in excess of $150,000 under a federalgrant. c.Suggested Language. The following provides a sample contractclause. Clean Air Act 1.The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2.The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3.The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided byFEMA. Federal Water Pollution Control Act 1.The contractor agrees to comply with all applicablestandards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 etseq. 2.The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3.The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or inpart with Federal assistance provided byFEMA. 9.DEBARMENT AND SUSPENSION a.Standard. Non-Federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and             Version August 12, 2021 Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security’s regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension). b.Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. c.Requirements. i.These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II(H); and 2 C.F.R. § 200.213. A contract award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that 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 ExecutiveOrder 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. §180.530. ii.Ingeneral, an “excluded” party cannot receive a Federal grant award or a contract within the meaning of a “covered transaction,” to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a “covered transaction,” which is any non-procurement transaction (unless excepted) at either a “primary” or “secondary” tier. Although “covered transactions” do not include contracts awarded by the Federal Government for purposes of the non-procurement common rule and DHS’s implementing regulations, it does include some contracts awarded by recipients and subrecipients. iii.Specifically, a covered transaction includes the following contracts for goods or services: 1.The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. 2.The contract requires the approval of FEMA, regardlessof amount. 3.The contract is for federally-required auditservices. 4.A subcontract is also a covered transaction if it is awarded by the contractor of arecipientor subrecipientand requires either the approval of FEMA or is in excess of$25,000. d.Suggested Language. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified. Suspension and Debarment (1)This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2             Version August 12, 2021 C.F.R. §180.935). (2)The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply withthese regulations in any lower tier covered transaction it entersinto. (3)This certification is a material representation of fact relied upon by the Participating Public Agency. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Participating Public Agency, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier coveredtransactions. 10.BYRD ANTI-LOBBYINGAMENDMENT a.Standard. 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. FEMA’s regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. Each tier must also disclose anylobbying 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 Federal awarding agency. b.Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. Contractors that apply or bid for a contract of$100,000 or more under a federal grant must file the required certification. See 2 C.F.R. Part 200, Appendix II(I); 31 U.S.C. § 1352; and 44 C.F.R. Part18. c.Suggested Language. Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall 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 shall 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 recipient who in turn will forward the certification(s) to the awarding agency.             Version August 12, 2021 d.Required Certification. If applicable, contractors must sign and submit to the non-federal entity the followingcertification. APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1.No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an 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 any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 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 contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, “Disclosure Form to Report Lobbying,” in accordance with itsinstructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify anddisclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor’s Authorized Official Name and Title of Contractor’s Authorized Official Date James Mylett, SVP, Digital Building Schneider Electric Buildings Americas, Inc              Version August 12, 2021 11.PROCUREMENT OF RECOVERED MATERIALS a.Standard. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II(J); and 2 C.F.R. §200.322. b.Applicability. This requirement applies to all contracts awarded by a non- federal entity under FEMA grant and cooperative agreementprograms. c.Requirements. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d.Suggested Language. i.In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot beacquired— 1. Competitively within a timeframe providing for compliance with the contract performanceschedule; 2. Meeting contract performance requirements;or 3. At a reasonable price. ii.Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. iii.The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste DisposalAct.” 12.ACCESS TO RECORDS a. Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. Recipients must give DHS/FEMA access to, and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. See DHS Standard Terms and Conditions: Version 8.1 (2018). Additionally, Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providing reimbursement to any state, local, tribal, or territorial government, or private non-profit for activities made pursuant to a contract that purports to prohibit audits or internal reviews by the FEMA administrator or ComptrollerGeneral. Access to Records. The following access to records requirements apply to this contract:             Version August 12, 2021 i.The Contractor agrees to provide Participating Public Agency, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, andtranscriptions. ii.The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonablyneeded. iii. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. iv.In compliance with the Disaster Recovery Act of 2018, the Participating Public Agency and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the UnitedStates. 13.CHANGES a. Standard. To be eligible for FEMA assistance under the non-Federal entity’s FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. b. Applicability. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending onthe nature of the contract and the end-item procured. 14.DHS SEAL, LOGO, AND FLAGS a. Standard. Recipients must obtain permission prior to using the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1(2018). b. Applicability. FEMA recommends that all non-Federal entities place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. c. “The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval.             15.COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVEORDERS a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executiveorders. b. Applicability. FEMA recommends that all non-Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor willcomply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures, and directives. c. “This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives.” 16.NO OBLIGATION BY FEDERALGOVERNMENT a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the contract. b. Applicability. FEMA recommends that the non-Federal entity include aprovision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from thecontract. c. “The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.” 17.PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS a. Standard. Recipients must comply with the requirements of The False Claims Act (31 U.S.C. §§ 3729-3733) which prohibits the submission of falseor fraudulent claims for payment to the federal government. See DHS Standard Terms and Conditions: Version 8.1 (2018); and 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made. The non-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. Applicability. FEMA recommends that the non-Federal entity include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. c. “The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract.”             Version August 12, 2021 Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions section of this solicitation. 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:________________________________ 1650 W Crosby Rd, Carrollton, TX 75006 James Mylett, SVP, Digital Building Schneider Electric Buildings Americas, Inc              Version August 12, 2021 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: x 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; x Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; x Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and x Bid and Performance Security, as required by the applicable municipal or state statutes.             Version August 12, 2021 DOC #1 STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Organization:_______________________________________________________ Organization Address:_______________________________________________________ Part I Check the box that represents the type of business organization: ‡Sole Proprietorship (skip Parts II and III, execute certification in Part IV) ‡Non-Profit Corporation (skip Parts II and III, execute certification in Part IV) ‡For-Profit Corporation (any type) ‡Limited Liability Company (LLC) ‡Partnership ‡Limited Partnership ‡Limited Liability Partnership (LLP) ‡Other (be specific):______________________________________________ Part II ‡The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) OR ‡No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Entity Home Address (for Individuals) or Business Address 1650 W Crosby Rd, Carrollton, TX 75006 X Schneider Electric Buildings Americas, Inc             Version August 12, 2021 Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing,ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website (URL) containing the last annual SEC (or foreign equivalent) filing Page #’s Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part II other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed. Stockholder/Partner/Member and Corresponding Entity Listed in Part II Home Address (for Individuals) or Business Address Part IV Certification I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf of the bidder/proposer; that the <name of contracting unit>is relying on the information contained herein and that I am under a continuing obligation from the date of this certification through the completion of any contracts with <type of contracting unit>to notify the <type of contracting unit>in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreement(s) with the, permitting the <type of contracting unit>to declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): Title: Signature: Date: James Mylett SVP, Digital Buildings              Version August 12, 2021 DOC #2 NON-COLLUSION AFFIDAVIT STANDARD BID DOCUMENT REFERENCE Reference: VII-H Name of Form:NON-COLLUSION AFFIDAVIT Statutory Reference:No specific statutory reference State Statutory Reference N.J.S.A. 52:34-15 Instructions Reference:Statutory and Other Requirements VII-H Description: The Owner’s use of this form is optional. It is used to ensure that the bidder has not participated in any collusion with any other bidder or Owner representative or otherwise taken any action in restraint of free and competitive bidding. Type text here Type text here             DocuSign Envelope ID: C26D8EOF-A86C-4B60-8CB5-A36DF50BDA1D NON-COLLUSION AFFIDAVIT State of New Jersey County of ss: I, James Mylett residing in Carrollton (name of aFfiant) (name of municipality) in the County of Dallas and State of Texas of full age, being duly sworn according to law on my oath depose and say that: I am SVP, Digital Buildings ofthe firm ofSchneider Electric Buildings Americas, Inc (title or position) (name of firm) the bidder making this Proposal for the bid entitled Facility Technology & Security , and that I executed the said proposal with (title of bid proposal) full authority to do so that said bidder 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 named project; and that all statements contained in said proposal and in this afiidavit are true and correct, and made with full knowledge that the Region 4 Education Service Center relies upon the truth of the statements contained in said Proposal (name of contracting unit) and in the statements contained in this affidavit in awarding the contract for the said project. 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 iide established commercial or selling agencies maintained by Schneider Electric Buildings Americas, Inc Subscribed and sworn to �ocuSlgned by: before me this day __L-,�cury►GS �C,{f � �ss���§ �,e 'T�,�� 1.�. � �2 James Mylett � (Type or print name of affiant under signature) hntary public oF My Commission expires �� t ' ,�.•_•�� KIMEiERLY CASE ; •' .�� Notary Publlc "n y�" STATE OF TEXAS JTf�n��y�� ID#124567873 Mv Comm. rxn June 4, 2023 Version August 12, 2021 Version August 12, 2021 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 1650 W Crosby Rd, Carrollton, TX 75006 SVP, Digital Buildings Schneider Electric Buildings Americas, Inc              Version August 12, 2021 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             Form AA302 Rev. 11/11 STATE OF NEW JERSEY EMPLOYEE INFORMATION REPORT 1. FID. NO. OR SOCIAL SECURITY 2. TYPE OF BUSINESS 3. TOTAL NO. EMPLOYEES IN THE ENTIRE 1. MFG 2. SERVICE 3. WHOLESALE COMPANY 4. RETAIL 5. OTHER 4. COMPANY NAME 5. STREET CITY COUNTY STATE ZIP CODE 6. NAME OF PARENT OR AFFILIATED COMPANY (IF NONE, SO INDICATE) CITY STATE ZIP CODE 7. CHECK ONE: IS THE COMPANY: SINGLE-ESTABLISHMENT EMPLOYER MULTI-ESTABLISHMENT EMPLOYER 8. IF MULTI-ESTABLISHMENT EMPLOYER, STATE THE NUMBER OF ESTABLISHMENTS IN NJ 9. TOTAL NUMBER OF EMPLOYEES AT ESTABLISHMENT WHICH HAS BEEN AWARDED THE CONTRACT 10. PUBLIC AGENCY AWARDING CONTRACT CITY COUNTY STATE ZIP CODE DATE RECEIVED INAUG.DATE ASSIGNED CERTIFICATION NUMBER 11. Report all permanent, temporary and part-time employees ON YOUR OWN PAYROLL. Enter the appropriate figures on all lines and in all columns. Where there are no employees in a particular category, enter a zero. Include ALL employees, not just those in minority/non-minority categories, in columns 1, 2, & 3. COL. 1 COL. 2 COL. 3 ********* ********************************************************** TOTAL MALE FEMALE AMER. NON AMER. NON (Cols.2 &3) BLACK HISPANIC INDIAN ASIAN MIN. BLACK HISPANIC INDIAN ASIAN MIN. 12. HOW WAS INFORMATION AS TO RACE OR ETHNIC GROUP IN SECTION B OBTAINED? 14. IS THIS THE FIRST 15. IF NO, DATE LAST 1. Visual Survey 2. Employment Record 3. Other (Specify) Employee Information REPORT SUBMITTED Report Submitted? 13. DATES OF PAYROLL PERIOD USED From: To: 1. YES 2. NO MO. DAY YEAR 16. NAME OF PERSON COMPLETING FORM (Print or Type) SIGNATURE TITLE DATE MO DAY YEAR 17. ADDRESS NO. & STREET CITY COUNTY STATE ZIP CODE PHONE (AREA CODE, NO.,EXTENSION) The data below shall NOT be included in the figures for the appropriate categories above. Version August 12, 2021 DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (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.             Version August 12, 2021 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a “fair and open” process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A- 20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: x any State, county, or municipal committee of a political party x any legislative leadership committee* x any continuing political committee (a.k.a., political action committee) x 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: x 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 x all principals, partners, officers, or directors of the business entity or their spouses x any subsidiaries directly or indirectly controlled by the business entity x 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.”             Version August 12, 2021 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I – Vendor Information Vendor Name: Address: City: State: Zip: The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A.19:44A-20.26 and as represented by the Instructions accompanying this form. _______________________ _______________________ ________________________ Signature Printed Name Title Part II – Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. F Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount $ F Check here if the information is continued on subsequent page(s) Carrollton TX 75006 James Mylett 1650 W Crosby Rd, Schneider Electric Buildings Americas, Inc 693'LJLWDO%XLOGLQJV             Version August 12, 2021 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY-BASED, CUSTOMIZABLE FORM.             DocuSign Envelope ID: C26DBEOF-A8BC-4B60-BCB�rA36DF506DA1D 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 0 Subchapter S Corporation 0 Limited Liability Partnership Sign and notarize the form below, and, if necessary, complete the stockholder list below. 5tockFsolders: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: Subscribed and swom before me this � day of'�, zozz (Notary Public) ��}�'� t� My Commission expires: �'V � � , �23 h��_�L� KIME3ERLY CASE �%' '- Notary Public �y � STATE OF TEXAS �'�+� n, .ir'A ID# 124581673 M CoRu^ �.xt: June 4, 2023 Version , Gi � 8549@BOC9801�g1'l� 18R[� James Mylett, SVP, Digital Building (Print name & tiUe of afFiant) ,,..�npr,.::-.- '��c,s �°R,��� ' �' �'4 � � � �: � isee .�r . ' +�"� ��w�l►�. '�c '� +a ;.�� •....�,-��...�"'•� �_ Version August 12, 2021 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.             Version August 12, 2021 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. https://www.njportal.com/DOR/BusinessRegistration/             DOC #8 EEOAA EVIDENCE Equal Employment Opportunity/Affirmative Action Goods, Professional Services & General Service Projects EEO/AA Evidence Vendors are required to submit evidence of compliance with N.J.S.A. 10:5-31 et seq. and N.J.A.C.17:27 in order to be considered a responsible vendor. One of the following must be included with submission: x Copy of Letter of Federal Approval x Certificate of Employee Information Report x Fully Executed Form AA302 x Fully Executed EEO-1 Report See the guidelines at: http://www.state.nj.us/treasury/contract_compliance/pdf/pa.pdf for further information. I certify that my bid package includes the required evidence per the above list and State website. Name: ______________________________ Title: _____________________ Signature: ___________________________ Date: _____________________ James Mylett SVP, Digital Buildings              Form AA302 Rev. 11/11 STATE OF NEW JERSEY EMPLOYEE INFORMATION REPORT 1. FID. NO. OR SOCIAL SECURITY 2. TYPE OF BUSINESS 3. TOTAL NO. EMPLOYEES IN THE ENTIRE 1. MFG 2. SERVICE 3. WHOLESALE COMPANY 4. RETAIL 5. OTHER 4. COMPANY NAME 5. STREET CITY COUNTY STATE ZIP CODE 6. NAME OF PARENT OR AFFILIATED COMPANY (IF NONE, SO INDICATE) CITY STATE ZIP CODE 7. CHECK ONE: IS THE COMPANY: SINGLE-ESTABLISHMENT EMPLOYER MULTI-ESTABLISHMENT EMPLOYER 8. IF MULTI-ESTABLISHMENT EMPLOYER, STATE THE NUMBER OF ESTABLISHMENTS IN NJ 9. TOTAL NUMBER OF EMPLOYEES AT ESTABLISHMENT WHICH HAS BEEN AWARDED THE CONTRACT 10. PUBLIC AGENCY AWARDING CONTRACT CITY COUNTY STATE ZIP CODE DATE RECEIVED INAUG.DATE ASSIGNED CERTIFICATION NUMBER 11. Report all permanent, temporary and part-time employees ON YOUR OWN PAYROLL. Enter the appropriate figures on all lines and in all columns. Where there are no employees in a particular category, enter a zero. Include ALL employees, not just those in minority/non-minority categories, in columns 1, 2, & 3. COL. 1 COL. 2 COL. 3 ********* ********************************************************** TOTAL MALE FEMALE AMER. NON AMER. NON (Cols.2 &3) BLACK HISPANIC INDIAN ASIAN MIN. BLACK HISPANIC INDIAN ASIAN MIN. 12. HOW WAS INFORMATION AS TO RACE OR ETHNIC GROUP IN SECTION B OBTAINED? 14. IS THIS THE FIRST 15. IF NO, DATE LAST 1. Visual Survey 2. Employment Record 3. Other (Specify) Employee Information REPORT SUBMITTED Report Submitted? 13. DATES OF PAYROLL PERIOD USED From: To: 1. YES 2. NO MO. DAY YEAR 16. NAME OF PERSON COMPLETING FORM (Print or Type) SIGNATURE TITLE DATE MO DAY YEAR 17. ADDRESS NO. & STREET CITY COUNTY STATE ZIP CODE PHONE (AREA CODE, NO.,EXTENSION) The data below shall NOT be included in the figures for the appropriate categories above. Version August 12, 2021 CERTIFICATION I, the undersigned, certifythat I amauthorizedto execute thiscertification on behalf of the Vendor/Bidder, that the foregoing information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge that the State of New Jersey is relying on the information contained herein, and that the Vendor/Bidder is under a continuing obligation from the date of this certification through the completion of any contract(s) with the State to notify the State in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentationin this certification. If I do so, I will be subject to criminal prosecution under the law, and itwill constitute a material breach of my agreement(s) with the State, permitting the State to declare any contract(s) resulting from this certification to be void and unenforceable. DOC #9 MCBRIDE-PRINCIPLES MACBRIDE PRINCIPALS FORM _____________________ VENDOR’S/BIDDER’S REQUIREMENT TO PROVIDE A CERTIFICATION IN COMPLIANCE WITH THE MACBRIDE PRINCIPALS AND NORTHERN IRELAND ACT OF 1989 Pursuant to Public Law 1995, c. 134, a responsible Vendor/Bidder selected, after public bidding, by the Director of the Division of Purchase and Property, pursuant to N.J.S.A. 52:34-12, must complete the certification below by checking one of the two options listed below and signing where indicated. If a Vendor/Bidder that would otherwise be awarded a purchase, contract or agreement does not complete the certification, then the Director may determine, in accordance with applicable law and rules, that it is in the best interest of the State to award the purchase, contract or agreement to another Vendor/Bidder that has completed the certification and has submitted a bid within five (5) percent of the most advantageous bid. If the Director finds contractors to be in violation of the principals that are the subject of this law, he/she shall take such action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. I, the undersigned, on behalf the Vendor/Bidder, certify pursuant to N.J.S.A. 52:34-12.2 that: CHECK THE APPROPRIATE BOX The Vendor/Bidder has no business operations in Northern Ireland; or OR The Vendor/Bidder will take lawful steps in good faith to conduct any business operations it has in Northern Ireland in accordance with the MacBride principals of nondiscrimination in employment as set forth in section 2 of P.L. 1987, c. 177 (N.J.S.A. 52:18A-89.5) and in conformance with the United Kingdom’s Fair Employment (Northern Ireland) Act of 1989, and permit independent monitoring of its compliance with those principals. Exhibit H Signature Date Print Name and Title STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 08625-0230 BID SOLICITATION #: VENDOR/BIDDER: X James Mylett, SVP, Digital Building Schneider Electric Buildings Americas, Inc              Version August 12, 2021 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 Commonwealth 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 Commonwealth of Virginia State of Connecticut Commonwealth of Kentucky State of Nebraska State of Oregon State of Washington State of Delaware State of Louisiana State of Nevada Commonwealth 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             Version August 12, 2021 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             Version August 12, 2021 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             Version August 12, 2021 CROOK COUNTY ROAD DEPARTMENT, OR CURRY COUNTY, OR DESCHUTES COUNTY, OR DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COUNTY, HI HOOD RIVER COUNTY, OR JACKSON COUNTY, OR JEFFERSON COUNTY, OR JEFFERSON PARISH, LA JOSEPHINE COUNTY GOVERNMENT, OR LAFAYETTE CONSOLIDATED GOVERNMENT, LA LAFAYETTE PARISH, LA LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION LAFOURCHE PARISH, LA KAUAI COUNTY, HI KLAMATH COUNTY, OR LAKE COUNTY, OR LANE COUNTY, OR LINCOLN COUNTY, OR LINN COUNTY, OR LIVINGSTON PARISH, LA MALHEUR COUNTY, OR MAUI COUNTY, HI MARION COUNTY, SALEM, OR MORROW COUNTY, OR MULTNOMAH COUNTY, OR MULTNOMAH COUNTY BUSINESS AND COMMUNITY SERVICES, OR MULTNOMAH COUNTY SHERIFFS OFFICE, OR MULTNOMAH LAW LIBRARY, OR ORLEANS PARISH, LA PLAQUEMINES PARISH, LA POLK COUNTY, OR RAPIDES PARISH, LA SAINT CHARLES PARISH, LA SAINT CHARLES PARISH PUBLIC SCHOOLS, LA SAINT LANDRY PARISH, LA SAINT TAMMANY PARISH, LA SHERMAN COUNTY, OR TERREBONNE PARISH, LA TILLAMOOK COUNTY, OR TILLAMOOK COUNTY SHERIFF'S OFFICE, OR TILLAMOOK COUNTY GENERAL HOSPITAL, OR UMATILLA COUNTY, OR UNION COUNTY, OR WALLOWA COUNTY, OR WASCO COUNTY, OR WASHINGTON COUNTY, OR WEST BATON ROUGE PARISH, LA WHEELER COUNTY, OR YAMHILL COUNTY, OR COUNTY OF BOX ELDER, UT COUNTY OF CACHE, UT COUNTY OF RICH, UT COUNTY OF WEBER, UT COUNTY OF MORGAN, UT COUNTY OF DAVIS, UT COUNTY OF SUMMIT, UT COUNTY OF DAGGETT, UT COUNTY OF SALT LAKE, UT COUNTY OF TOOELE, UT COUNTY OF UTAH, UT COUNTY OF WASATCH, UT COUNTY OF DUCHESNE, UT COUNTY OF UINTAH, UT COUNTY OF CARBON, UT COUNTY OF SANPETE, UT COUNTY OF JUAB, UT COUNTY OF MILLARD, UT COUNTY OF SEVIER, UT COUNTY OF EMERY, UT COUNTY OF GRAND, UT COUNTY OF BEVER, UT COUNTY OF PIUTE, UT COUNTY OF WAYNE, UT COUNTY OF SAN JUAN, UT COUNTY OF GARFIELD, UT COUNTY OF KANE, UT COUNTY OF IRON, UT COUNTY OF WASHINGTON, UT OTHER AGENCIES INCLUDING ASSOCIATIONS, BOARDS, DISTRICTS, COMMISSIONS, COUNCILS, PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT AUTHORITIES, RESERVATIONS AND UTILITIES INCLUDING BUT NOT LIMITED TO: ADAIR R.F.P.D., OR ADEL WATER IMPROVEMENT DISTRICT, OR ADRIAN R.F.P.D., OR AGNESS COMMUNITY LIBRARY, OR AGNESS-ILLAHE R.F.P.D., OR AGRICULTURE EDUCATION SERVICE EXTENSION DISTRICT, OR ALDER CREEK-BARLOW WATER DISTRICT NO. 29, OR ALFALFA FIRE DISTRICT, OR ALSEA R.F.P.D., OR ALSEA RIVIERA WATER IMPROVEMENT DISTRICT, OR AMITY FIRE DISTRICT, OR ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR APPLE ROGUE DISTRICT IMPROVEMENT COMPANY, OR APPLEGATE VALLEY R.F.P.D. #9, OR ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT, OR ARCH CAPE SANITARY DISTRICT, OR ARNOLD IRRIGATION DISTRICT, OR ASH CREEK WATER CONTROL DISTRICT, OR ATHENA CEMETERY MAINTENANCE DISTRICT, OR AUMSVILLE R.F.P.D., OR AURORA R.F.P.D., OR AZALEA R.F.P.D., OR BADGER IMPROVEMENT DISTRICT, OR BAILEY-SPENCER R.F.P.D., OR BAKER COUNTY LIBRARY DISTRICT, OR BAKER R.F.P.D., OR BAKER RIVERTON ROAD DISTRICT, OR BAKER VALLEY IRRIGATION DISTRICT, OR BAKER VALLEY S.W.C.D., OR BAKER VALLEY VECTOR CONTROL DISTRICT, OR BANDON CRANBERRY WATER CONTROL DISTRICT, OR BANDON R.F.P.D., OR BANKS FIRE DISTRICT, OR BANKS FIRE DISTRICT #13, OR BAR L RANCH ROAD DISTRICT, OR BARLOW WATER IMPROVEMENT DISTRICT, OR BASIN AMBULANCE SERVICE DISTRICT, OR             Version August 12, 2021 BASIN TRANSIT SERVICE TRANSPORTATION DISTRICT, OR BATON ROUGE WATER COMPANY BAY AREA HEALTH DISTRICT, OR BAYSHORE SPECIAL ROAD DISTRICT, OR BEAR VALLEY SPECIAL ROAD DISTRICT, OR BEAVER CREEK WATER CONTROL DISTRICT, OR BEAVER DRAINAGE IMPROVEMENT COMPANY, INC., OR BEAVER SLOUGH DRAINAGE DISTRICT, OR BEAVER SPECIAL ROAD DISTRICT, OR BEAVER WATER DISTRICT, OR BELLE MER S.I.G.L. TRACTS SPECIAL ROAD DISTRICT, OR BEND METRO PARK AND RECREATION DISTRICT BENTON S.W.C.D., OR BERNDT SUBDIVISION WATER IMPROVEMENT DISTRICT, OR BEVERLY BEACH WATER DISTRICT, OR BIENVILLE PARISH FIRE PROTECTION DISTRICT 6, LA BIG BEND IRRIGATION DISTRICT, OR BIGGS SERVICE DISTRICT, OR BLACK BUTTE RANCH DEPARTMENT OF POLICE SERVICES, OR BLACK BUTTE RANCH R.F.P.D., OR BLACK MOUNTAIN WATER DISTRICT, OR BLODGETT-SUMMIT R.F.P.D., OR BLUE MOUNTAIN HOSPITAL DISTRICT, OR BLUE MOUNTAIN TRANSLATOR DISTRICT, OR BLUE RIVER PARK & RECREATION DISTRICT, OR BLUE RIVER WATER DISTRICT, OR BLY R.F.P.D., OR BLY VECTOR CONTROL DISTRICT, OR BLY WATER AND SANITARY DISTRICT, OR BOARDMAN CEMETERY MAINTENANCE DISTRICT, OR BOARDMAN PARK AND RECREATION DISTRICT BOARDMAN R.F.P.D., OR BONANZA BIG SPRINGS PARK & RECREATION DISTRICT, OR BONANZA MEMORIAL PARK CEMETERY DISTRICT, OR BONANZA R.F.P.D., OR BONANZA-LANGELL VALLEY VECTOR CONTROL DISTRICT, OR BORING WATER DISTRICT #24, OR BOULDER CREEK RETREAT SPECIAL ROAD DISTRICT, OR BRIDGE R.F.P.D., OR BROOKS COMMUNITY SERVICE DISTRICT, OR BROWNSVILLE R.F.P.D., OR BUELL-RED PRAIRIE WATER DISTRICT, OR BUNKER HILL R.F.P.D. #1, OR BUNKER HILL SANITARY DISTRICT, OR BURLINGTON WATER DISTRICT, OR BURNT RIVER IRRIGATION DISTRICT, OR BURNT RIVER S.W.C.D., OR CALAPOOIA R.F.P.D., OR CAMAS VALLEY R.F.P.D., OR CAMELLIA PARK SANITARY DISTRICT, OR CAMMANN ROAD DISTRICT, OR CAMP SHERMAN ROAD DISTRICT, OR CANBY AREA TRANSIT, OR CANBY R.F.P.D. #62, OR CANBY UTILITY BOARD, OR CANNON BEACH R.F.P.D., OR CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR CAPE FERRELO R.F.P.D., OR CAPE FOULWEATHER SANITARY DISTRICT, OR CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR CARMEL BEACH WATER DISTRICT, OR CASCADE VIEW ESTATES TRACT 2, OR CEDAR CREST SPECIAL ROAD DISTRICT, OR CEDAR TRAILS SPECIAL ROAD DISTRICT, OR CEDAR VALLEY - NORTH BANK R.F.P.D., OR CENTRAL CASCADES FIRE AND EMS, OR CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA CENTRAL LINCOLN P.U.D., OR CENTRAL OREGON COAST FIRE & RESCUE DISTRICT, OR CENTRAL OREGON INTERGOVERNMENTAL COUNCIL CENTRAL OREGON IRRIGATION DISTRICT, OR CHAPARRAL WATER CONTROL DISTRICT, OR CHARLESTON FIRE DISTRICT, OR CHARLESTON SANITARY DISTRICT, OR CHARLOTTE ANN WATER DISTRICT, OR CHEHALEM PARK & RECREATION DISTRICT, OR CHEHALEM PARK AND RECREATION DISTRICT CHEMULT R.F.P.D., OR CHENOWITH WATER P.U.D., OR CHERRIOTS, OR CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT, OR CHILOQUIN VECTOR CONTROL DISTRICT, OR CHILOQUIN-AGENCY LAKE R.F.P.D., OR CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR CHR DISTRICT IMPROVEMENT COMPANY, OR CHRISTMAS VALLEY DOMESTIC WATER DISTRICT, OR CHRISTMAS VALLEY PARK & RECREATION DISTRICT, OR CHRISTMAS VALLEY R.F.P.D., OR CITY OF BOGALUSA SCHOOL BOARD, LA CLACKAMAS COUNTY FIRE DISTRICT #1, OR CLACKAMAS COUNTY SERVICE DISTRICT #1, OR CLACKAMAS COUNTY VECTOR CONTROL DISTRICT, OR CLACKAMAS RIVER WATER CLACKAMAS RIVER WATER, OR CLACKAMAS S.W.C.D., OR CLATSKANIE DRAINAGE IMPROVEMENT COMPANY, OR CLATSKANIE LIBRARY DISTRICT, OR CLATSKANIE P.U.D., OR CLATSKANIE PARK & RECREATION DISTRICT, OR CLATSKANIE PEOPLE'S UTILITY DISTRICT CLATSKANIE R.F.P.D., OR CLATSOP CARE CENTER HEALTH DISTRICT, OR CLATSOP COUNTY S.W.C.D., OR CLATSOP DRAINAGE IMPROVEMENT COMPANY #15, INC., OR CLEAN WATER SERVICES CLEAN WATER SERVICES, OR CLOVERDALE R.F.P.D., OR CLOVERDALE SANITARY DISTRICT, OR CLOVERDALE WATER DISTRICT, OR COALEDO DRAINAGE DISTRICT, OR COBURG FIRE DISTRICT, OR COLESTIN RURAL FIRE DISTRICT, OR COLTON R.F.P.D., OR COLTON WATER DISTRICT #11, OR COLUMBIA 911 COMMUNICATIONS DISTRICT, OR COLUMBIA COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR             Version August 12, 2021 COLUMBIA DRAINAGE VECTOR CONTROL, OR COLUMBIA IMPROVEMENT DISTRICT, OR COLUMBIA R.F.P.D., OR COLUMBIA RIVER FIRE & RESCUE, OR COLUMBIA RIVER PUD, OR COLUMBIA S.W.C.D., OR COLUMBIA S.W.C.D., OR CONFEDERATED TRIBES OF THE UMATILLA INDIAN RESERVATION COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AIRPORT DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS COUNTY AREA TRANSIT SERVICE DISTRICT, OR COOS FOREST PROTECTIVE ASSOCIATION COOS S.W.C.D., OR COQUILLE R.F.P.D., OR COQUILLE VALLEY HOSPITAL DISTRICT, OR CORBETT WATER DISTRICT, OR CORNELIUS R.F.P.D., OR CORP RANCH ROAD WATER IMPROVEMENT, OR CORVALLIS R.F.P.D., OR COUNTRY CLUB ESTATES SPECIAL WATER DISTRICT, OR COUNTRY CLUB WATER DISTRICT, OR COUNTRY ESTATES ROAD DISTRICT, OR COVE CEMETERY MAINTENANCE DISTRICT, OR COVE ORCHARD SEWER SERVICE DISTRICT, OR COVE R.F.P.D., OR CRESCENT R.F.P.D., OR CRESCENT SANITARY DISTRICT, OR CRESCENT WATER SUPPLY AND IMPROVEMENT DISTRICT, OR CROOK COUNTY AGRICULTURE EXTENSION SERVICE DISTRICT, OR CROOK COUNTY CEMETERY DISTRICT, OR CROOK COUNTY FIRE AND RESCUE, OR CROOK COUNTY PARKS & RECREATION DISTRICT, OR CROOK COUNTY S.W.C.D., OR CROOK COUNTY VECTOR CONTROL DISTRICT, OR CROOKED RIVER RANCH R.F.P.D., OR CROOKED RIVER RANCH SPECIAL ROAD DISTRICT, OR CRYSTAL SPRINGS WATER DISTRICT, OR CURRY COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR CURRY COUNTY PUBLIC TRANSIT SERVICE DISTRICT, OR CURRY COUNTY S.W.C.D., OR CURRY HEALTH DISTRICT, OR CURRY PUBLIC LIBRARY DISTRICT, OR DALLAS CEMETERY DISTRICT #4, OR DARLEY DRIVE SPECIAL ROAD DISTRICT, OR DAVID CROCKETT STEAM FIRE COMPANY #1, LA DAYS CREEK R.F.P.D., OR DAYTON FIRE DISTRICT, OR DEAN MINARD WATER DISTRICT, OR DEE IRRIGATION DISTRICT, OR DEER ISLAND DRAINAGE IMPROVEMENT COMPANY, OR DELL BROGAN CEMETERY MAINTENANCE DISTRICT, OR DEPOE BAY R.F.P.D., OR DESCHUTES COUNTY 911 SERVICE DISTRICT, OR DESCHUTES COUNTY R.F.P.D. #2, OR DESCHUTES PUBLIC LIBRARY DISTRICT, OR DESCHUTES S.W.C.D., OR DESCHUTES VALLEY WATER DISTRICT, OR DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR DEXTER R.F.P.D., OR DEXTER SANITARY DISTRICT, OR DORA-SITKUM R.F.P.D., OR DOUGLAS COUNTY FIRE DISTRICT #2, OR DOUGLAS S.W.C.D., OR DRAKES CROSSING R.F.P.D., OR DRRH SPECIAL ROAD DISTRICT #6, OR DRY GULCH DITCH DISTRICT IMPROVEMENT COMPANY, OR DUFUR RECREATION DISTRICT, OR DUMBECK LANE DOMESTIC WATER SUPPLY, OR DUNDEE R.F.P.D., OR DURKEE COMMUNITY BUILDING PRESERVATION DISTRICT, OR EAGLE POINT IRRIGATION DISTRICT, OR EAGLE VALLEY CEMETERY MAINTENANCE DISTRICT, OR EAGLE VALLEY R.F.P.D., OR EAGLE VALLEY S.W.C.D., OR EAST FORK IRRIGATION DISTRICT, OR EAST MULTNOMAH S.W.C.D., OR EAST SALEM SERVICE DISTRICT, OR EAST UMATILLA CHEMICAL CONTROL DISTRICT, OR EAST UMATILLA COUNTY AMBULANCE AREA HEALTH DISTRICT, OR EAST UMATILLA COUNTY R.F.P.D., OR EAST VALLEY WATER DISTRICT, OR ELGIN COMMUNITY PARKS & RECREATION DISTRICT, OR ELGIN HEALTH DISTRICT, OR ELGIN R.F.P.D., OR ELKTON ESTATES PHASE II SPECIAL ROAD DISTRICT, OR ELKTON R.F.P.D., OR EMERALD P.U.D., OR ENTERPRISE IRRIGATION DISTRICT, OR ESTACADA CEMETERY MAINTENANCE DISTRICT, OR ESTACADA R.F.P.D. #69, OR EUGENE R.F.P.D. # 1, OR EUGENE WATER AND ELECTRIC BOARD EVANS VALLEY FIRE DISTRICT #6, OR FAIR OAKS R.F.P.D., OR FAIRVIEW R.F.P.D., OR FAIRVIEW WATER DISTRICT, OR FALCON HEIGHTS WATER AND SEWER, OR FALCON-COVE BEACH WATER DISTRICT, OR FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR FARGO INTERCHANGE SERVICE DISTRICT, OR FARMERS IRRIGATION DISTRICT, OR FAT ELK DRAINAGE DISTRICT, OR FERN RIDGE PUBLIC LIBRARY DISTRICT, OR FERN VALLEY ESTATES IMPROVEMENT DISTRICT, OR FOR FAR ROAD DISTRICT, OR FOREST GROVE R.F.P.D., OR FOREST VIEW SPECIAL ROAD DISTRICT, OR FORT ROCK-SILVER LAKE S.W.C.D., OR FOUR RIVERS VECTOR CONTROL DISTRICT, OR FOX CEMETERY MAINTENANCE DISTRICT, OR GARDINER R.F.P.D., OR GARDINER SANITARY DISTRICT, OR GARIBALDI R.F.P.D., OR GASTON R.F.P.D., OR             Version August 12, 2021 GATES R.F.P.D., OR GEARHART R.F.P.D., OR GILLIAM S.W.C.D., OR GLENDALE AMBULANCE DISTRICT, OR GLENDALE R.F.P.D., OR GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR GLENEDEN SANITARY DISTRICT, OR GLENWOOD WATER DISTRICT, OR GLIDE - IDLEYLD SANITARY DISTRICT, OR GLIDE R.F.P.D., OR GOLD BEACH - WEDDERBURN R.F.P.D., OR GOLD HILL IRRIGATION DISTRICT, OR GOLDFINCH ROAD DISTRICT, OR GOSHEN R.F.P.D., OR GOVERNMENT CAMP ROAD DISTRICT, OR GOVERNMENT CAMP SANITARY DISTRICT, OR GRAND PRAIRIE WATER CONTROL DISTRICT, OR GRAND RONDE SANITARY DISTRICT, OR GRANT COUNTY TRANSPORTATION DISTRICT, OR GRANT S.W.C.D., OR GRANTS PASS IRRIGATION DISTRICT, OR GREATER BOWEN VALLEY R.F.P.D., OR GREATER ST. HELENS PARK & RECREATION DISTRICT, OR GREATER TOLEDO POOL RECREATION DISTRICT, OR GREEN KNOLLS SPECIAL ROAD DISTRICT, OR GREEN SANITARY DISTRICT, OR GREENACRES R.F.P.D., OR GREENBERRY IRRIGATION DISTRICT, OR GREENSPRINGS RURAL FIRE DISTRICT, OR HAHLEN ROAD SPECIAL DISTRICT, OR HAINES CEMETERY MAINTENANCE DISTRICT, OR HAINES FIRE PROTECTION DISTRICT, OR HALSEY-SHEDD R.F.P.D., OR HAMLET R.F.P.D., OR HARBOR R.F.P.D., OR HARBOR SANITARY DISTRICT, OR HARBOR WATER P.U.D., OR HARNEY COUNTY HEALTH DISTRICT, OR HARNEY S.W.C.D., OR HARPER SOUTH SIDE IRRIGATION DISTRICT, OR HARRISBURG FIRE AND RESCUE, OR HAUSER R.F.P.D., OR HAZELDELL RURAL FIRE DISTRICT, OR HEBO JOINT WATER-SANITARY AUTHORITY, OR HECETA WATER P.U.D., OR HELIX CEMETERY MAINTENANCE DISTRICT #4, OR HELIX PARK & RECREATION DISTRICT, OR HELIX R.F.P.D. #7-411, OR HEPPNER CEMETERY MAINTENANCE DISTRICT, OR HEPPNER R.F.P.D., OR HEPPNER WATER CONTROL DISTRICT, OR HEREFORD COMMUNITY HALL RECREATION DISTRICT, OR HERMISTON CEMETERY DISTRICT, OR HERMISTON IRRIGATION DISTRICT, OR HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT DISTRICT, OR HIGH DESERT PARK & RECREATION DISTRICT, OR HIGHLAND SUBDIVISION WATER DISTRICT, OR HONOLULU INTERNATIONAL AIRPORT HOOD RIVER COUNTY LIBRARY DISTRICT, OR HOOD RIVER COUNTY TRANSPORTATION DISTRICT, OR HOOD RIVER S.W.C.D., OR HOOD RIVER VALLEY PARKS & RECREATION DISTRICT, OR HOODLAND FIRE DISTRICT #74 HOODLAND FIRE DISTRICT #74, OR HORSEFLY IRRIGATION DISTRICT, OR HOSKINS-KINGS VALLEY R.F.P.D., OR HOUSING AUTHORITY OF PORTLAND HUBBARD R.F.P.D., OR HUDSON BAY DISTRICT IMPROVEMENT COMPANY, OR I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR ICE FOUNTAIN WATER DISTRICT, OR IDAHO POINT SPECIAL ROAD DISTRICT, OR IDANHA-DETROIT RURAL FIRE PROTECTION DISTRICT, OR ILLINOIS VALLEY FIRE DISTRICT ILLINOIS VALLEY R.F.P.D., OR ILLINOIS VALLEY S.W.C.D., OR IMBLER R.F.P.D., OR INTERLACHEN WATER P.U.D., OR IONE LIBRARY DISTRICT, OR IONE R.F.P.D. #6-604, OR IRONSIDE CEMETERY MAINTENANCE DISTRICT, OR IRONSIDE RURAL ROAD DISTRICT #5, OR IRRIGON PARK & RECREATION DISTRICT, OR IRRIGON R.F.P.D., OR ISLAND CITY AREA SANITATION DISTRICT, OR ISLAND CITY CEMETERY MAINTENANCE DISTRICT, OR JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR JACKSON COUNTY FIRE DISTRICT #3, OR JACKSON COUNTY FIRE DISTRICT #4, OR JACKSON COUNTY FIRE DISTRICT #5, OR JACKSON COUNTY LIBRARY DISTRICT, OR JACKSON COUNTY VECTOR CONTROL DISTRICT, OR JACKSON S.W.C.D., OR JASPER KNOLLS WATER DISTRICT, OR JEFFERSON COUNTY EMERGENCY MEDICAL SERVICE DISTRICT, OR JEFFERSON COUNTY FIRE DISTRICT #1, OR JEFFERSON COUNTY LIBRARY DISTRICT, OR JEFFERSON COUNTY S.W.C.D., OR JEFFERSON PARK & RECREATION DISTRICT, OR JEFFERSON R.F.P.D., OR JOB'S DRAINAGE DISTRICT, OR JOHN DAY WATER DISTRICT, OR JOHN DAY-CANYON CITY PARKS & RECREATION DISTRICT, OR JOHN DAY-FERNHILL R.F.P.D. #5-108, OR JORDAN VALLEY CEMETERY DISTRICT, OR JORDAN VALLEY IRRIGATION DISTRICT, OR JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR JOSEPHINE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR JOSEPHINE COUNTY 911 AGENCY, OR JUNCTION CITY R.F.P.D., OR JUNCTION CITY WATER CONTROL DISTRICT, OR JUNIPER BUTTE ROAD DISTRICT, OR JUNIPER CANYON WATER CONTROL DISTRICT, OR JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY, OR JUNIPER FLAT R.F.P.D., OR JUNO NONPROFIT WATER IMPROVEMENT DISTRICT, OR KEATING R.F.P.D., OR KEATING S.W.C.D., OR KEIZER R.F.P.D., OR KELLOGG RURAL FIRE DISTRICT, OR KENO IRRIGATION DISTRICT, OR             Version August 12, 2021 KENO PINES ROAD DISTRICT, OR KENO R.F.P.D., OR KENT WATER DISTRICT, OR KERBY WATER DISTRICT, OR K-GB-LB WATER DISTRICT, OR KILCHIS WATER DISTRICT, OR KLAMATH 9-1-1 COMMUNICATIONS DISTRICT, OR KLAMATH BASIN IMPROVEMENT DISTRICT, OR KLAMATH COUNTY DRAINAGE SERVICE DISTRICT, OR KLAMATH COUNTY EXTENSION SERVICE DISTRICT, OR KLAMATH COUNTY FIRE DISTRICT #1, OR KLAMATH COUNTY FIRE DISTRICT #3, OR KLAMATH COUNTY FIRE DISTRICT #4, OR KLAMATH COUNTY FIRE DISTRICT #5, OR KLAMATH COUNTY LIBRARY SERVICE DISTRICT, OR KLAMATH COUNTY PREDATORY ANIMAL CONTROL DISTRICT, OR KLAMATH DRAINAGE DISTRICT, OR KLAMATH FALLS FOREST ESTATES SPECIAL ROAD DISTRICT UNIT #2, OR KLAMATH INTEROPERABILITY RADIO GROUP, OR KLAMATH IRRIGATION DISTRICT, OR KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT, OR KLAMATH S.W.C.D., OR KLAMATH VECTOR CONTROL DISTRICT, OR KNAPPA-SVENSEN-BURNSIDE R.F.P.D., OR LA GRANDE CEMETERY MAINTENANCE DISTRICT, OR LA GRANDE R.F.P.D., OR LA PINE PARK & RECREATION DISTRICT, OR LA PINE R.F.P.D., OR LABISH VILLAGE SEWAGE & DRAINAGE, OR LACOMB IRRIGATION DISTRICT, OR LAFAYETTE AIRPORT COMMISSION, LA LAFOURCHE PARISH HEALTH UNIT – DHH-OPH REGION 3 LAIDLAW WATER DISTRICT, OR LAKE CHINOOK FIRE & RESCUE, OR LAKE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR LAKE COUNTY LIBRARY DISTRICT, OR LAKE CREEK R.F.P.D. - JACKSON, OR LAKE CREEK R.F.P.D. - LANE COUNTY, OR LAKE DISTRICT HOSPITAL, OR LAKE GROVE R.F.P.D. NO. 57, OR LAKE GROVE WATER DISTRICT, OR LAKE LABISH WATER CONTROL DISTRICT, OR LAKE POINT SPECIAL ROAD DISTRICT, OR LAKESIDE R.F.P.D. #4, OR LAKESIDE WATER DISTRICT, OR LAKEVIEW R.F.P.D., OR LAKEVIEW S.W.C.D., OR LAMONTAI IMPROVEMENT DISTRICT, OR LANE FIRE AUTHORITY, OR LANE LIBRARY DISTRICT, OR LANE TRANSIT DISTRICT, OR LANGELL VALLEY IRRIGATION DISTRICT, OR LANGLOIS PUBLIC LIBRARY, OR LANGLOIS R.F.P.D., OR LANGLOIS WATER DISTRICT, OR LAZY RIVER SPECIAL ROAD DISTRICT, OR LEBANON AQUATIC DISTRICT, OR LEBANON R.F.P.D., OR LEWIS & CLARK R.F.P.D., OR LINCOLN COUNTY LIBRARY DISTRICT, OR LINCOLN S.W.C.D., OR LINN COUNTY EMERGENCY TELEPHONE AGENCY, OR LINN S.W.C.D., OR LITTLE MUDDY CREEK WATER CONTROL, OR LITTLE NESTUCCA DRAINAGE DISTRICT, OR LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR LONE PINE IRRIGATION DISTRICT, OR LONG PRAIRIE WATER DISTRICT, OR LOOKINGGLASS OLALLA WATER CONTROL DISTRICT, OR LOOKINGGLASS RURAL FIRE DISTRICT, OR LORANE R.F.P.D., OR LOST & BOULDER DITCH IMPROVEMENT DISTRICT, OR LOST CREEK PARK SPECIAL ROAD DISTRICT, OR LOUISIANA PUBLIC SERVICE COMMISSION, LA LOUISIANA WATER WORKS LOWELL R.F.P.D., OR LOWER MCKAY CREEK R.F.P.D., OR LOWER MCKAY CREEK WATER CONTROL DISTRICT, OR LOWER POWDER RIVER IRRIGATION DISTRICT, OR LOWER SILETZ WATER DISTRICT, OR LOWER UMPQUA HOSPITAL DISTRICT, OR LOWER UMPQUA PARK & RECREATION DISTRICT, OR LOWER VALLEY WATER IMPROVEMENT DISTRICT, OR LUCE LONG DITCH DISTRICT IMPROVEMENT CO., OR LUSTED WATER DISTRICT, OR LYONS R.F.P.D., OR LYONS-MEHAMA WATER DISTRICT, OR MADRAS AQUATIC CENTER DISTRICT, OR MAKAI SPECIAL ROAD DISTRICT, OR MALHEUR COUNTY S.W.C.D., OR MALHEUR COUNTY VECTOR CONTROL DISTRICT, OR MALHEUR DISTRICT IMPROVEMENT COMPANY, OR MALHEUR DRAINAGE DISTRICT, OR MALHEUR MEMORIAL HEALTH DISTRICT, OR MALIN COMMUNITY CEMETERY MAINTENANCE DISTRICT, OR MALIN COMMUNITY PARK & RECREATION DISTRICT, OR MALIN IRRIGATION DISTRICT, OR MALIN R.F.P.D., OR MAPLETON FIRE DEPARTMENT, OR MAPLETON WATER DISTRICT, OR MARCOLA WATER DISTRICT, OR MARION COUNTY EXTENSION & 4H SERVICE DISTRICT, OR MARION COUNTY FIRE DISTRICT #1, OR MARION JACK IMPROVEMENT DISTRICT, OR MARION S.W.C.D., OR MARY'S RIVER ESTATES ROAD DISTRICT, OR MCDONALD FOREST ESTATES SPECIAL ROAD DISTRICT, OR MCKAY ACRES IMPROVEMENT DISTRICT, OR MCKAY DAM R.F.P.D. # 7-410, OR MCKENZIE FIRE & RESCUE, OR MCKENZIE PALISADES WATER SUPPLY CORPORATION, OR MCMINNVILLE R.F.P.D., OR MCNULTY WATER P.U.D., OR MEADOWS DRAINAGE DISTRICT, OR             Version August 12, 2021 MEDFORD IRRIGATION DISTRICT, OR MEDFORD R.F.P.D. #2, OR MEDFORD WATER COMMISSION MEDICAL SPRINGS R.F.P.D., OR MELHEUR COUNTY JAIL, OR MERLIN COMMUNITY PARK DISTRICT, OR MERRILL CEMETERY MAINTENANCE DISTRICT, OR MERRILL PARK DISTRICT, OR MERRILL R.F.P.D., OR METRO REGIONAL GOVERNMENT METRO REGIONAL PARKS METROPOLITAN EXPOSITION RECREATION COMMISSION METROPOLITAN SERVICE DISTRICT (METRO) MID COUNTY CEMETERY MAINTENANCE DISTRICT, OR MID-COLUMBIA FIRE AND RESCUE, OR MIDDLE FORK IRRIGATION DISTRICT, OR MIDLAND COMMUNITY PARK, OR MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR MILES CROSSING SANITARY SEWER DISTRICT, OR MILL CITY R.F.P.D. #2-303, OR MILL FOUR DRAINAGE DISTRICT, OR MILLICOMA RIVER PARK & RECREATION DISTRICT, OR MILLINGTON R.F.P.D. #5, OR MILO VOLUNTEER FIRE DEPARTMENT, OR MILTON-FREEWATER AMBULANCE SERVICE AREA HEALTH DISTRICT, OR MILTON-FREEWATER WATER CONTROL DISTRICT, OR MIROCO SPECIAL ROAD DISTRICT, OR MIST-BIRKENFELD R.F.P.D., OR MODOC POINT IRRIGATION DISTRICT, OR MODOC POINT SANITARY DISTRICT, OR MOHAWK VALLEY R.F.P.D., OR MOLALLA AQUATIC DISTRICT, OR MOLALLA R.F.P.D. #73, OR MONITOR R.F.P.D., OR MONROE R.F.P.D., OR MONUMENT CEMETERY MAINTENANCE DISTRICT, OR MONUMENT S.W.C.D., OR MOOREA DRIVE SPECIAL ROAD DISTRICT, OR MORO R.F.P.D., OR MORROW COUNTY HEALTH DISTRICT, OR MORROW COUNTY UNIFIED RECREATION DISTRICT, OR MORROW S.W.C.D., OR MOSIER FIRE DISTRICT, OR MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR MT. ANGEL R.F.P.D., OR MT. HOOD IRRIGATION DISTRICT, OR MT. LAKI CEMETERY DISTRICT, OR MT. VERNON R.F.P.D., OR MULINO WATER DISTRICT #1, OR MULTNOMAH COUNTY DRAINAGE DISTRICT #1, OR MULTNOMAH COUNTY R.F.P.D. #10, OR MULTNOMAH COUNTY R.F.P.D. #14, OR MULTNOMAH EDUCATION SERVICE DISTRICT MYRTLE CREEK R.F.P.D., OR NEAH-KAH-NIE WATER DISTRICT, OR NEDONNA R.F.P.D., OR NEHALEM BAY FIRE AND RESCUE, OR NEHALEM BAY HEALTH DISTRICT, OR NEHALEM BAY WASTEWATER AGENCY, OR NESIKA BEACH-OPHIR WATER DISTRICT, OR NESKOWIN REGIONAL SANITARY AUTHORITY, OR NESKOWIN REGIONAL WATER DISTRICT, OR NESTUCCA R.F.P.D., OR NETARTS WATER DISTRICT, OR NETARTS-OCEANSIDE R.F.P.D., OR NETARTS-OCEANSIDE SANITARY DISTRICT, OR NEW BRIDGE WATER SUPPLY DISTRICT, OR NEW CARLTON FIRE DISTRICT, OR NEW ORLEANS REDEVELOPMENT AUTHORITY, LA NEW PINE CREEK R.F.P.D., OR NEWBERG R.F.P.D., OR NEWBERRY ESTATES SPECIAL ROAD DISTRICT, OR NEWPORT R.F.P.D., OR NEWT YOUNG DITCH DISTRICT IMPROVEMENT COMPANY, OR NORTH ALBANY R.F.P.D., OR NORTH BAY R.F.P.D. #9, OR NORTH CLACKAMAS PARKS & RECREATION DISTRICT, OR NORTH COUNTY RECREATION DISTRICT, OR NORTH DOUGLAS COUNTY FIRE & EMS, OR NORTH DOUGLAS PARK & RECREATION DISTRICT, OR NORTH GILLIAM COUNTY HEALTH DISTRICT, OR NORTH GILLIAM COUNTY R.F.P.D., OR NORTH LAKE HEALTH DISTRICT, OR NORTH LEBANON WATER CONTROL DISTRICT, OR NORTH LINCOLN FIRE & RESCUE DISTRICT #1, OR NORTH LINCOLN HEALTH DISTRICT, OR NORTH MORROW VECTOR CONTROL DISTRICT, OR NORTH SHERMAN COUNTY R.F.P.D, OR NORTH UNIT IRRIGATION DISTRICT, OR NORTHEAST OREGON HOUSING AUTHORITY, OR NORTHEAST WHEELER COUNTY HEALTH DISTRICT, OR NORTHERN WASCO COUNTY P.U.D., OR NORTHERN WASCO COUNTY PARK & RECREATION DISTRICT, OR NYE DITCH USERS DISTRICT IMPROVEMENT, OR NYSSA ROAD ASSESSMENT DISTRICT #2, OR NYSSA RURAL FIRE DISTRICT, OR NYSSA-ARCADIA DRAINAGE DISTRICT, OR OAK LODGE WATER SERVICES, OR OAKLAND R.F.P.D., OR OAKVILLE COMMUNITY CENTER, OR OCEANSIDE WATER DISTRICT, OR OCHOCO IRRIGATION DISTRICT, OR OCHOCO WEST WATER AND SANITARY AUTHORITY, OR ODELL SANITARY DISTRICT, OR OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR ONTARIO LIBRARY DISTRICT, OR ONTARIO R.F.P.D., OR OPHIR R.F.P.D., OR OREGON COAST COMMUNITY ACTION OREGON HOUSING AND COMMUNITY SERVICES OREGON INTERNATIONAL PORT OF COOS BAY, OR OREGON LEGISLATIVE ADMINISTRATION OREGON OUTBACK R.F.P.D., OR OREGON POINT, OR OREGON TRAIL LIBRARY DISTRICT, OR OTTER ROCK WATER DISTRICT, OR OWW UNIT #2 SANITARY DISTRICT, OR OWYHEE CEMETERY MAINTENANCE DISTRICT, OR OWYHEE IRRIGATION DISTRICT, OR PACIFIC CITY JOINT WATER-SANITARY AUTHORITY, OR PACIFIC COMMUNITIES HEALTH DISTRICT, OR             Version August 12, 2021 PACIFIC RIVIERA #3 SPECIAL ROAD DISTRICT, OR PALATINE HILL WATER DISTRICT, OR PALMER CREEK WATER DISTRICT IMPROVEMENT COMPANY, OR PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR PANTHER CREEK ROAD DISTRICT, OR PANTHER CREEK WATER DISTRICT, OR PARKDALE R.F.P.D., OR PARKDALE SANITARY DISTRICT, OR PENINSULA DRAINAGE DISTRICT #1, OR PENINSULA DRAINAGE DISTRICT #2, OR PHILOMATH FIRE AND RESCUE, OR PILOT ROCK CEMETERY MAINTENANCE DISTRICT #5, OR PILOT ROCK PARK & RECREATION DISTRICT, OR PILOT ROCK R.F.P.D., OR PINE EAGLE HEALTH DISTRICT, OR PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR PINE GROVE IRRIGATION DISTRICT, OR PINE GROVE WATER DISTRICT-KLAMATH FALLS, OR PINE GROVE WATER DISTRICT-MAUPIN, OR PINE VALLEY CEMETERY DISTRICT, OR PINE VALLEY R.F.P.D., OR PINEWOOD COUNTRY ESTATES SPECIAL ROAD DISTRICT, OR PIONEER DISTRICT IMPROVEMENT COMPANY, OR PISTOL RIVER CEMETERY MAINTENANCE DISTRICT, OR PISTOL RIVER FIRE DISTRICT, OR PLEASANT HILL R.F.P.D., OR PLEASANT HOME WATER DISTRICT, OR POCAHONTAS MINING AND IRRIGATION DISTRICT, OR POE VALLEY IMPROVEMENT DISTRICT, OR POE VALLEY PARK & RECREATION DISTRICT, OR POE VALLEY VECTOR CONTROL DISTRICT, OR POLK COUNTY FIRE DISTRICT #1, OR POLK S.W.C.D., OR POMPADOUR WATER IMPROVEMENT DISTRICT, OR PONDEROSA PINES EAST SPECIAL ROAD DISTRICT, OR PORT OF ALSEA, OR PORT OF ARLINGTON, OR PORT OF ASTORIA, OR PORT OF BANDON, OR PORT OF BRANDON, OR PORT OF BROOKINGS HARBOR, OR PORT OF CASCADE LOCKS, OR PORT OF COQUILLE RIVER, OR PORT OF GARIBALDI, OR PORT OF GOLD BEACH, OR PORT OF HOOD RIVER, OR PORT OF MORGAN CITY, LA PORT OF MORROW, OR PORT OF NEHALEM, OR PORT OF NEWPORT, OR PORT OF PORT ORFORD, OR PORT OF PORTLAND, OR PORT OF SIUSLAW, OR PORT OF ST. HELENS, OR PORT OF THE DALLES, OR PORT OF TILLAMOOK BAY, OR PORT OF TOLEDO, OR PORT OF UMATILLA, OR PORT OF UMPQUA, OR PORT ORFORD CEMETERY MAINTENANCE DISTRICT, OR PORT ORFORD PUBLIC LIBRARY DISTRICT, OR PORT ORFORD R.F.P.D., OR PORTLAND DEVELOPMENT COMMISSION, OR PORTLAND FIRE AND RESCUE PORTLAND HOUSING CENTER, OR POWDER R.F.P.D., OR POWDER RIVER R.F.P.D., OR POWDER VALLEY WATER CONTROL DISTRICT, OR POWERS HEALTH DISTRICT, OR PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT #1, OR PROSPECT R.F.P.D., OR QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR QUEENER IRRIGATION IMPROVEMENT DISTRICT, OR RAINBOW WATER DISTRICT, OR RAINIER CEMETERY DISTRICT, OR RAINIER DRAINAGE IMPROVEMENT COMPANY, OR RALEIGH WATER DISTRICT, OR REDMOND AREA PARK & RECREATION DISTRICT, OR REDMOND FIRE AND RESCUE, OR RIDDLE FIRE PROTECTION DISTRICT, OR RIDGEWOOD DISTRICT IMPROVEMENT COMPANY, OR RIDGEWOOD ROAD DISTRICT, OR RIETH SANITARY DISTRICT, OR RIETH WATER DISTRICT, OR RIMROCK WEST IMPROVEMENT DISTRICT, OR RINK CREEK WATER DISTRICT, OR RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR RIVER MEADOWS IMPROVEMENT DISTRICT, OR RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR RIVER ROAD PARK & RECREATION DISTRICT, OR RIVER ROAD WATER DISTRICT, OR RIVERBEND RIVERBANK WATER IMPROVEMENT DISTRICT, OR RIVERDALE R.F.P.D. 11-JT, OR RIVERGROVE WATER DISTRICT, OR RIVERSIDE MISSION WATER CONTROL DISTRICT, OR RIVERSIDE R.F.P.D. #7-406, OR RIVERSIDE WATER DISTRICT, OR ROBERTS CREEK WATER DISTRICT, OR ROCK CREEK DISTRICT IMPROVEMENT, OR ROCK CREEK WATER DISTRICT, OR ROCKWOOD WATER P.U.D., OR ROCKY POINT FIRE & EMS, OR ROGUE RIVER R.F.P.D., OR ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR ROGUE VALLEY SEWER SERVICES, OR ROGUE VALLEY SEWER, OR ROGUE VALLEY TRANSPORTATION DISTRICT, OR ROSEBURG URBAN SANITARY AUTHORITY, OR ROSEWOOD ESTATES ROAD DISTRICT, OR ROW RIVER VALLEY WATER DISTRICT, OR RURAL ROAD ASSESSMENT DISTRICT #3, OR RURAL ROAD ASSESSMENT DISTRICT #4, OR SAINT LANDRY PARISH TOURIST COMMISSION SAINT MARY PARISH REC DISTRICT 2 SAINT MARY PARISH REC DISTRICT 3 SAINT TAMMANY FIRE DISTRICT 4, LA SALEM AREA MASS TRANSIT DISTRICT, OR SALEM MASS TRANSIT DISTRICT SALEM SUBURBAN R.F.P.D., OR SALISHAN SANITARY DISTRICT, OR             Version August 12, 2021 SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR SALMON RIVER PARK WATER IMPROVEMENT DISTRICT, OR SALMONBERRY TRAIL INTERGOVERNMENTAL AGENCY, OR SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR SANDY DRAINAGE IMPROVEMENT COMPANY, OR SANDY R.F.P.D. #72, OR SANTA CLARA R.F.P.D., OR SANTA CLARA WATER DISTRICT, OR SANTIAM WATER CONTROL DISTRICT, OR SAUVIE ISLAND DRAINAGE IMPROVEMENT COMPANY, OR SAUVIE ISLAND VOLUNTEER FIRE DISTRICT #30J, OR SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY, OR SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR SCAPPOOSE R.F.P.D., OR SCIO R.F.P.D., OR SCOTTSBURG R.F.P.D., OR SEAL ROCK R.F.P.D., OR SEAL ROCK WATER DISTRICT, OR SEWERAGE AND WATER BOARD OF NEW ORLEANS, LA SHANGRI-LA WATER DISTRICT, OR SHASTA VIEW IRRIGATION DISTRICT, OR SHELLEY ROAD CREST ACRES WATER DISTRICT, OR SHERIDAN FIRE DISTRICT, OR SHERMAN COUNTY HEALTH DISTRICT, OR SHERMAN COUNTY S.W.C.D., OR SHORELINE SANITARY DISTRICT, OR SILETZ KEYS SANITARY DISTRICT, OR SILETZ R.F.P.D., OR SILVER FALLS LIBRARY DISTRICT, OR SILVER LAKE IRRIGATION DISTRICT, OR SILVER LAKE R.F.P.D., OR SILVER SANDS SPECIAL ROAD DISTRICT, OR SILVERTON R.F.P.D. NO. 2, OR SISTERS PARKS & RECREATION DISTRICT, OR SISTERS-CAMP SHERMAN R.F.P.D., OR SIUSLAW PUBLIC LIBRARY DISTRICT, OR SIUSLAW S.W.C.D., OR SIUSLAW VALLEY FIRE AND RESCUE, OR SIXES R.F.P.D., OR SKIPANON WATER CONTROL DISTRICT, OR SKYLINE VIEW DISTRICT IMPROVEMENT COMPANY, OR SLEEPY HOLLOW WATER DISTRICT, OR SMITH DITCH DISTRICT IMPROVEMENT COMPANY, OR SOUTH CLACKAMAS TRANSPORTATION DISTRICT, OR SOUTH COUNTY HEALTH DISTRICT, OR SOUTH FORK WATER BOARD, OR SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR SOUTH GILLIAM COUNTY R.F.P.D. VI-301, OR SOUTH LAFOURCHE LEVEE DISTRICT, LA SOUTH LANE COUNTY FIRE & RESCUE, OR SOUTH SANTIAM RIVER WATER CONTROL DISTRICT, OR SOUTH SHERMAN FIRE DISTRICT, OR SOUTH SUBURBAN SANITARY DISTRICT, OR SOUTH WASCO PARK & RECREATION DISTRICT, OR SOUTHERN COOS HEALTH DISTRICT, OR SOUTHERN CURRY CEMETERY MAINTENANCE DISTRICT, OR SOUTHVIEW IMPROVEMENT DISTRICT, OR SOUTHWEST LINCOLN COUNTY WATER DISTRICT, OR SOUTHWESTERN POLK COUNTY R.F.P.D., OR SOUTHWOOD PARK WATER DISTRICT, OR SPECIAL ROAD DISTRICT #1, OR SPECIAL ROAD DISTRICT #8, OR SPRING RIVER SPECIAL ROAD DISTRICT, OR SPRINGFIELD UTILITY BOARD, OR ST. PAUL R.F.P.D., OR STANFIELD CEMETERY DISTRICT #6, OR STANFIELD IRRIGATION DISTRICT, OR STARR CREEK ROAD DISTRICT, OR STARWOOD SANITARY DISTRICT, OR STAYTON FIRE DISTRICT, OR SUBLIMITY FIRE DISTRICT, OR SUBURBAN EAST SALEM WATER DISTRICT, OR SUBURBAN LIGHTING DISTRICT, OR SUCCOR CREEK DISTRICT IMPROVEMENT COMPANY, OR SUMMER LAKE IRRIGATION DISTRICT, OR SUMMERVILLE CEMETERY MAINTENANCE DISTRICT, OR SUMNER R.F.P.D., OR SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR SUNDOWN SANITATION DISTRICT, OR SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR SUNNYSIDE IRRIGATION DISTRICT, OR SUNRISE WATER AUTHORITY, OR SUNRIVER SERVICE DISTRICT, OR SUNSET EMPIRE PARK & RECREATION DISTRICT, OR SUNSET EMPIRE TRANSPORTATION DISTRICT, OR SURFLAND ROAD DISTRICT, OR SUTHERLIN VALLEY RECREATION DISTRICT, OR SUTHERLIN WATER CONTROL DISTRICT, OR SWALLEY IRRIGATION DISTRICT, OR SWEET HOME CEMETERY MAINTENANCE DISTRICT, OR SWEET HOME FIRE & AMBULANCE DISTRICT, OR SWISSHOME-DEADWOOD R.F.P.D., OR TABLE ROCK DISTRICT IMPROVEMENT COMPANY, OR TALENT IRRIGATION DISTRICT, OR TANGENT R.F.P.D., OR TENMILE R.F.P.D., OR TERREBONNE DOMESTIC WATER DISTRICT, OR THE DALLES IRRIGATION DISTRICT, OR THOMAS CREEK-WESTSIDE R.F.P.D., OR THREE RIVERS RANCH ROAD DISTRICT, OR THREE SISTERS IRRIGATION DISTRICT, OR TIGARD TUALATIN AQUATIC DISTRICT, OR TIGARD WATER DISTRICT, OR TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT, OR TILLAMOOK COUNTY EMERGENCY COMMUNICATIONS DISTRICT, OR TILLAMOOK COUNTY S.W.C.D., OR TILLAMOOK COUNTY TRANSPORTATION DISTRICT, OR TILLAMOOK FIRE DISTRICT, OR TILLAMOOK P.U.D., OR TILLER R.F.P.D., OR TOBIN DITCH DISTRICT IMPROVEMENT COMPANY, OR TOLEDO R.F.P.D., OR             Version August 12, 2021 TONE WATER DISTRICT, OR TOOLEY WATER DISTRICT, OR TRASK DRAINAGE DISTRICT, OR TRI CITY R.F.P.D. #4, OR TRI-CITY WATER & SANITARY AUTHORITY, OR TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TRIMET, OR TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN HILLS PARK & RECREATION DISTRICT, OR TUALATIN S.W.C.D., OR TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY FIRE & RESCUE, OR TUALATIN VALLEY IRRIGATION DISTRICT, OR TUALATIN VALLEY WATER DISTRICT TUALATIN VALLEY WATER DISTRICT, OR TUMALO IRRIGATION DISTRICT, OR TURNER FIRE DISTRICT, OR TWIN ROCKS SANITARY DISTRICT, OR TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR TWO RIVERS S.W.C.D., OR TWO RIVERS SPECIAL ROAD DISTRICT, OR TYGH VALLEY R.F.P.D., OR TYGH VALLEY WATER DISTRICT, OR UMATILLA COUNTY FIRE DISTRICT #1, OR UMATILLA COUNTY S.W.C.D., OR UMATILLA COUNTY SPECIAL LIBRARY DISTRICT, OR UMATILLA HOSPITAL DISTRICT, OR UMATILLA R.F.P.D. #7-405, OR UMATILLA-MORROW RADIO AND DATA DISTRICT, OR UMPQUA S.W.C.D., OR UNION CEMETERY MAINTENANCE DISTRICT, OR UNION COUNTY SOLID WASTE DISPOSAL DISTRICT, OR UNION COUNTY VECTOR CONTROL DISTRICT, OR UNION GAP SANITARY DISTRICT, OR UNION GAP WATER DISTRICT, OR UNION HEALTH DISTRICT, OR UNION R.F.P.D., OR UNION S.W.C.D., OR UNITY COMMUNITY PARK & RECREATION DISTRICT, OR UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR UPPER MCKENZIE R.F.P.D., OR UPPER WILLAMETTE S.W.C.D., OR VALE OREGON IRRIGATION DISTRICT, OR VALE RURAL FIRE PROTECTION DISTRICT, OR VALLEY ACRES SPECIAL ROAD DISTRICT, OR VALLEY VIEW CEMETERY MAINTENANCE DISTRICT, OR VALLEY VIEW WATER DISTRICT, OR VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR VERNONIA R.F.P.D., OR VINEYARD MOUNTAIN PARK & RECREATION DISTRICT, OR VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT, OR WALLA WALLA RIVER IRRIGATION DISTRICT, OR WALLOWA COUNTY HEALTH CARE DISTRICT, OR WALLOWA LAKE COUNTY SERVICE DISTRICT, OR WALLOWA LAKE IRRIGATION DISTRICT, OR WALLOWA LAKE R.F.P.D., OR WALLOWA S.W.C.D., OR WALLOWA VALLEY IMPROVEMENT DISTRICT #1, OR WAMIC R.F.P.D., OR WAMIC WATER & SANITARY AUTHORITY, OR WARMSPRINGS IRRIGATION DISTRICT, OR WASCO COUNTY S.W.C.D., OR WATER ENVIRONMENT SERVICES, OR WATER WONDERLAND IMPROVEMENT DISTRICT, OR WATERBURY & ALLEN DITCH IMPROVEMENT DISTRICT, OR WATSECO-BARVIEW WATER DISTRICT, OR WAUNA WATER DISTRICT, OR WEDDERBURN SANITARY DISTRICT, OR WEST EAGLE VALLEY WATER CONTROL DISTRICT, OR WEST EXTENSION IRRIGATION DISTRICT, OR WEST LABISH DRAINAGE & WATER CONTROL IMPROVEMENT DISTRICT, OR WEST MULTNOMAH S.W.C.D., OR WEST SIDE R.F.P.D., OR WEST SLOPE WATER DISTRICT, OR WEST UMATILLA MOSQUITO CONTROL DISTRICT, OR WEST VALLEY FIRE DISTRICT, OR WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR WESTERN LANE AMBULANCE DISTRICT, OR WESTLAND IRRIGATION DISTRICT, OR WESTON ATHENA MEMORIAL HALL PARK & RECREATION DISTRICT, OR WESTON CEMETERY DISTRICT #2, OR WESTPORT FIRE AND RESCUE, OR WESTRIDGE WATER SUPPLY CORPORATION, OR WESTWOOD HILLS ROAD DISTRICT, OR WESTWOOD VILLAGE ROAD DISTRICT, OR WHEELER S.W.C.D., OR WHITE RIVER HEALTH DISTRICT, OR WIARD MEMORIAL PARK DISTRICT, OR WICKIUP WATER DISTRICT, OR WILLAKENZIE R.F.P.D., OR WILLAMALANE PARK & RECREATION DISTRICT, OR WILLAMALANE PARK AND RECREATION DISTRICT WILLAMETTE HUMANE SOCIETY WILLAMETTE RIVER WATER COALITION, OR WILLIAMS R.F.P.D., OR WILLOW CREEK PARK DISTRICT, OR WILLOW DALE WATER DISTRICT, OR WILSON RIVER WATER DISTRICT, OR WINCHESTER BAY R.F.P.D., OR WINCHESTER BAY SANITARY DISTRICT, OR WINCHUCK R.F.P.D., OR WINSTON-DILLARD R.F.P.D., OR WINSTON-DILLARD WATER DISTRICT, OR WOLF CREEK R.F.P.D., OR WOOD RIVER DISTRICT IMPROVEMENT COMPANY, OR WOODBURN R.F.P.D. NO. 6, OR WOODLAND PARK SPECIAL ROAD DISTRICT, OR WOODS ROAD DISTRICT, OR WRIGHT CREEK ROAD WATER IMPROVEMENT DISTRICT, OR WY'EAST FIRE DISTRICT, OR YACHATS R.F.P.D., OR YAMHILL COUNTY TRANSIT AREA, OR YAMHILL FIRE PROTECTION DISTRICT, OR YAMHILL SWCD, OR YONCALLA PARK & RECREATION DISTRICT, OR YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT, OR ZUMWALT R.F.P.D., OR             Version August 12, 2021 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 SALEM-KEIZER PUBLIC SCHOOLS 24J 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             Version August 12, 2021 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             Version August 12, 2021 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             Schneider Electric Fact Sheet Leading the digital transformation of energy management in North America se.com/us Table of contents Leading the way Sustainability recognition Innovation recognition People recognition Helpful links Enabling customers Global positioning Sustainability commitments Schneider Electric Fact Sheet Operates across 40 states in the U.S. 100+ years in business in U.S. and Canada; 75 years in Mexico 19,000+ U.S. employees with 40+ manufacturing facilities, R&D centers, sales offices and distribution centers states in the U.S. years in business employees Schneider Electric is leading the digital transformation of energy management and industrial automation in North America Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful links Global positioning Enabling customers Leading the way 40 100 19,000+ Schneider Electric Fact Sheet• Operates across 10 provinces in Canada • Operates across eight states in Mexico and six countries in Central America • 2020 marks Schneider Electric’s 75th anniversary in Mexico – seven decades contributing to the sustainable construction of the country and continuing work to help build a sustainable future • 2,000+ employees in Canada with 29 sites, four R&D centers, and three manufacturing facilities • 12,000+ Mexico and Central America employees in nine manufacturing plants, R&D center, sales and distribution offices, Energy & Sustainability (ESS) office, software office and logistics center Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling Customers Leading the way Schneider Electric Fact Sheet• U.S. manufacturing hubs feature a best-in-class Smart Factory in Lexington, KY, with several more opening this year including in El Paso, TX; Columbia, MO; Columbia, SC; Lincoln, NE; Smyrna, TN; and Seneca, SC • Schneider Electric’s first smart distribution center is launching in Athens, TX • Lexington, Kentucky smart factory was named a 4th industrial revolution (4IR) advanced lighthouse by the World Economic Forum in September 2020 • Schneider Electric in Mexico has its own Smart Factory in Apodaca, Nuevo Leon • Awarded by the Ministry of Economics of Nuevo León state, Mexico with “Tecnos NL 4.0”, a prize for companies that show great performance and demonstration of Industry 4.0 model • $36 million in electrical equipment donated to Habitat for Humanity since 2000 • Total market value of assets under Schneider Electric management (AuM) have grown to reach 3.8 million, up 46% year-over-year by the end of September 2020 Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling Customers Leading the way Schneider Electric enables customers to make the most of their energy and resources What our customers on average achieve What a typical medium sized refinery can achieve in the first year, reducing CAPEX the equivalent of taking 190,000 cars off the road, reducing OPEX with Schneider Electric solutions reduction in electrical instrumentation reduction in carbon emissions 20% 12% Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling Customers Leading the way Schneider Electric Fact Sheet• #1 builder of microgrids in the world, with over 300 successful projects deployed across the U.S., cutting energy usage up to 30% and modernizing ports, including: • U.S. Coast Guard and Marine Corps Air Station Miramar • Connecticut Seaboard • Oncor • Montgomery County, Maryland • Schneider Electric’s Boston HQ • The Port of Long Beach – the 2nd busiest port in the U.S. and largest container terminal in America • 10 microgrids at JFK Airport Terminal to help deliver 100% renewable energy • Fort Huachuca Army Base – $63M in energy savings, 23% reduction in energy costs Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful links Global positioning Enabling customers Leading the way Schneider Electric Fact Sheet• Schneider Electric Square D products are found in four out of 10 US homes • Helped design and currently managing net zero building for Deloitte (Amsterdam) and the R.W. Kern Center (Hampshire College, MA) • Reducing electric consumption through digitalization and saving millions for: • Edwards Air Force Base; Nemours Children Hospital, Orlando; University of Rochester Medical; PNC Arena, Raleigh; Delran School District, New Jersey; and T-Mobile Arena, the first LEED certified arena in Las Vegas • Penn Medicine – up to 5% projected low-voltage CapEx savings • United Therapeutics – one of the largest net zero commercial buildings in the U.S. and certified LEED Platinum • University of Notre Dame – 20% reduction in energy consumption • Boston Scientific – 51% reduction in energy related faults, 40% reduction in avoidable cost related to faults, and 49% reduction in faults causing improper zone conditions • Shedd Aquarium – Harmonizing the habitats of 1500+ species plus 50% savings in energy by 2020, enough to power 750 homes annually Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact Sheet• University of Iowa – $900K in energy savings, average of 17% of 705 HVAC- related work orders completed were predictive maintenance orders • Guardian Glass – ~$50k in energy credits to date, $1.5 M expected cost savings in 10 years • CSN Henderson Health Science Building – 5% decrease in energy usage each year, cut energy bills in half • United Parcel Service – A new 104,000-pieces-per-hour-rated smart facility, the fourth-largest one UPS has in the world • Saint-Gobain – 14% reduction in utility costs at North Carolina facility • Rainwater Management Solutions – enabling users to reduce up to 50% of labor time, reduce downtime, speed up operation and maintenance, and reduce human error for customers using rainwater capture systems • Tili Group digitizes its production with EcoStruxure Plant for 19% operational efficiency and 5% reduction in yearly costs Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Globally, Schneider Electric products and solutions are in: • One million buildings worldwide (70%) • 40k water and wastewater installations in 150 countries • 40% of the world’s hospitals • 20 of the largest oil and gas companies • 11 of the top brands within food & beverage • 10 of the world’s top electric utilities • 10 of the biggest automotive and battery manufacturers globally • 10 of the world’s largest airports • Nine of the 10 largest mining, metals and minerals • Eight of the top 10 packaging machine builders • Four of the top hyper-scale cloud providers • Three of the top five hotel chains • Energy management & automation provider for 10 out of the top 20 largest metros, worldwide • And recognized as a 2018 and 2019 Preferred Quality Supplier by one of the top semiconductor manufacturers Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact SheetSchneider Electric Sustainability Commitments • Committed to achieving 100% carbon neutral by 2030 while doubling energy productivity and reaching our goal of securing 80% of our energy through renewable sources by 2020 • 75% of our global sales are under the Green Premium ecolabel, created to help customers achieve their sustainability goals • Avoiding 100,000 metric tons of primary resource consumption through product recycling and takeback programs • Partnering with Walmart to reduce its supply chain emissions by one billion metric tons by 2030, and to make renewable energy more accessible to suppliers under the Project Gigaton effort • Partnering with The Carlyle Group to form “AlphaStruxure,” a joint venture that delivers energy-as-a-service, and clean, resilient energy systems at zero cost to customers • #1 largest corporate consultant on renewable energy purchasing, with 60% U.S. market share of corporate renewable energy advisory services Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact Sheet• Launching GreenStruxure, a joint venture between Schneider Electric and Huck Capital, that delivers modular, standardized microgrids and Energy as a Service solutions to medium-size commercial, industrial, and governmental buildings in the U.S. • Our mission is to proactively lead clients to cost-effective, sustainable energy on a foundation of integrity and trust • Ball Enhances the Can’s Sustainability with Renewable Energy – 50% reduction of Scope 2 greenhouse gas emissions, plus 100% of North American energy load will be replaced with solar and wind by the end of 2021 • DaVita Kidney Care – 100% of DaVita’s North America electricity replaced with renewable energy, 625,000 MWh of clean energy generated each year • Sprint Reduces Carbon Footprint via VPPA – Approximately 30 percent renewable energy for its total electricity portfolio, project will create nearly 200 jobs and provide enough renewable energy to power the equivalent of more than 54,000 U.S. homes by 20% • Clorox Achieves 50% of Renewable Energy Goal – estimated to avoid approximately 140,000 metric tons of CO2 emissions each year • Digital Realty Adds Sustainable Energy Solutions for Texas Customers – the agreement expands the company’s use of renewables by ~160,000 MWh per year Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact Sheet• 2000+ experts from energy supply, sustainability, and resource efficiency serving 2700+ Energy & Sustainability Services clients globally, with 250k+ managed sites around the world • 60k+ users and 8.7M invoices tracked for Resource Advisor, and 750k connected points tracked for clients • Have advised on over 100 utility-scale PPA purchases totaling over 7k+ megawatts across North America, Europe, India, Australia and Latin America for a total of more than 8,000 megawatts of wind and solar power. • We’ve committed to 100% electric fleet vehicles and 100% renewable electricity through The Climate Group’s EV100 and RE100 programs • Launched first of its kind climate change advisory services to provide “ambition to action” blueprint for businesses to reach climate and sustainability goals through unique strategic planning and implementation partnership Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact SheetSchneider Electric Sustainability Recognition • Ranked world’s most sustainable corporate, according to Corporate Knights 2021 Global 100 • Ranked fourth in The Gartner Supply Chain Top 25 for 2020 • Won the RE100 Leadership Award in 2020 Clean Energy Trailblazer category • Recognized by RE100 as the most ambitious company, seizing opportunities across the clean energy transition and going above and beyond in the transition to 100% renewable electricity • Ranked 11th by the Labrador Agency in 2020 for transparency and quality of information given to shareholders and external stakeholders • Won an award in the Multinational Companies Categories of the Circulars 2019 Awards for our commitment to the circular economy • Ranked among the “Global 100” in most sustainable companies by Corporate Knights in 2019, for the 7th year running, coming 29th overall and #1 in its category Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact Sheet• Ranked #1 Energy as a Service provider by Navigant, 2019 • 2019 Energy Star Sustained Excellence partner of the year • Awarded Top software product and project of the year, as rated by Energy Manager Today, 2014 2015, 2019 • The only Leader in both energy & sustainability management software, as rated by Verdantix, 2014/2015/2016/2018 Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact SheetInnovation Recognition Won the Industrial Energy Efficiency Award in 2020 for the new SM AirSeT switchgear, a green and digital medium voltage technology2020, up from #11 in 2019 and #12 in 2018 AlphaStruxure was selected by World Economic Forum as one of the most transformative energy innovations in the last decade Ranked #4 by Gartner Global Supply Chain in 2020, up from #11 in 2019 and #12 in 2018 Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact SheetPeople Recognition • Ranked #48 by Universum for Most Attractive Employers 2020 • Included in the Bloomberg Gender equality performance index for 2020, for the third year in a row • One of Forbes Magazine’s America’s Best Employers for Diversity 2020 • Ranked one of the best companies to work for in 2020 by Glassdoor • Ranked on Fortune’s 2021 World’s Most Admired Companies List for Fourth Year in a Row -- ranking #3 in the electronics industry sector Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Schneider Electric Fact SheetHelpful Links • Innovation Summit Digital Press Pack • Schneider Electric Blog • Schneider Electric News & Press Releases • Access: Innovation Summit North America 2020 Sustainability commitments Sustainability recognition Innovation recognition People recognition Helpful Links Global positioning Enabling customers Leading the way Fact sheet Leading the digital transformation of energy management in North America se.com/us How Schneider is transforming American energy, manufacturing, and infrastructure Who is Schneider Electric? Schneider Electric™ is working to answer two big questions that affect every American. •How can we use energy and resources more efficiently? •How can U.S. manufacturing become more globally competitive? It turns out that the answer involves digitalization. That’s where Schneider comes in. Our solutions digitalize energy and automation in the critical infrastructure — hospitals, airports, wastewater facilities, and beyond — that keeps the country running. Schneider, by the numbers 100+ home to our production, distribution, R&D, sales, and business centers 40 STATES $7B $40M 19,000+ years of U.S. operations, with thousands of innovative patents 5%in North American revenue, with 5% reinvested in R&D employees manufacturing, engineering, and innovating across the country invested in strengthening the U.S. supply chain What’s found in 4 out of 10 U.S. homes, 70% of buildings, and 40 U.S. states? Schneider Electric, the most local of global Fortune 500 companies se.com/us/policy Our products are found in 4 out of 10 U.S. homes as well as 70% of buildings, 33,000 wastewater facilities, and 50% of hospitals around the world. We’re providing EV charging infrastructure for new electric truck fleets from Paccar, manufacturer of Peterbilt and Kenworth trucks. We’ve built 300+ microgrids, more than any other company — including many for communities facing natural disasters. Our core offer, EcoStruxure™, makes digitized infrastructure possible, and our customers have avoided 120 million tons of carbon emissions using it. CO2 Schneider is going carbon neutral by 2025, and we’re helping thousands of other organizations achieve their own sustainability goals. Schneider is the world’s largest corporate consultant on renewable energy purchasing, with a 60% market share in the U.S. We take care of our people with flexible work and family leave policies, and we’re a Forbes Top Employer for both Diversity and Women. 1 - 100 101 - 500 501 - 1,000 1,001 - 2,000 >2,001 Silicon Valley, CA Our IT infrastructure supports internet giants, cloud providers, and disruptive software companies. Chicago, IL We help iconic buildings like the Shedd Aquarium run reliably and efficiently. Boston, MA The city is home to our headquarters and some of our R&D facilities. New York, NY JFK Airport’s Terminal One redevelopment will feature 10 advanced microgrids funded through AlphaStruxure’s Energy as a Service (EaaS) financing model. Montgomery County, MD We built two EaaS microgrids for the county’s critical facilities without charging any upfront costs. Long Beach, CA We helped the country’s 2nd-busiest container port modernize energy and automation infrastructure. Lexington, KY Our 62-year-old factory has been transformed into one of the world’s most advanced manufacturing sites, per the WEF. Athens, TX The location of our first smart distribution center will feature the latest in industrial IoT. Employee headcount ©2021 Schneider Electric. All Rights Reserved. Schneider Electric, Square D and Life Is On Schneider Electric are trademarks and the property of Schneider Electric SE, its subsidiaries and affiliated companies. • 998-21142351_GMA-US Schneider Electric 201 Washington St., Ste 2700 Boston, MA, 02108-4403 United States Tel: (978) 975-9600 se.com/us January 2021 Where is Schneider advancing digital transformation? Offices Service locationsFactories and distribution centers se.com/us/policyVisit our website to see how Schneider Electric is transforming the places we live, work, play, and learn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��NFLI�T OF INTERE�T QUE�TI�NNAIRE For vendor doing bu�ir��s with local gov�rnm�ntal �ntity A complete copy of Chapter 176 of the Lccal Government Cade may be found at http:,',www.statutes_legis_state.bt_us� Dccs� L�� htm� L� 176. htm. For easy reference, below are same of the sect�ons cited on this forrn. Laoal Gavernrnent �ade § 176.001 fi=a1: "Business relalionship" means a connection beiween ivra ar rnore parties based on commercial activity of one of the �arties. The kerm does not include a connection based on= (A) a trans�ctionthat issubjectto rateorfee regulationb}r a federal, akake, orlccalgovernmental entity oran agency of a federal, state, or local grnrernmental entity; (Bj a[ransac[ion conducted a[ a price and subjec[ toterrns available tothe public; or (�) a pu rch ase o r lease af gocds or serrices f rom a person t hat is ch a rte red by a state or federal agency and that is subjectto regularexarnination b}r, and reporting to, [ha[ agency. Laeal �overnrnent �ade § 176.0�3ia1i21iA1 and i B1: fa;� A local grnrernmentofficershallfile aconflictsdisclasure staternentwith respect to avendar if: (2} thevendor (Aj hasanernp�oyrnentoratherbusinessrelationshipwiththelacalgovernmentafficerora farnily mernber of the aflicer that results in the officer ar family rnember receiving taxable income, other than irnestrnent income, that exceeds $�.�00 during the 1�-rnonth peric� preceding the date that the officer becomes aware that (ij a can[rac[ beiureen the local gavernrnen[al entity andvendor has been executed; � (iiy khe lacal governmental entity is considering eniering inko s contrack wikh the ver�dor; (B) hasgiventolhelocalgovemrnentoFfice�rarafamilymernberofiheafficeraneorrnoregifts that have an aggregakevaJue of more than $1�0 in the 1�-month periad preceding thedate the officer becomes awarethat: �i) acontract beivreen the local grnrernmenisl entity andvendarhas �een executed; or (ii) the local governmental ent�[y is considering entering into a contraci with the vendor_ L�eal Government �ode � 176.006ia1 and ia=11 fa;� Avendor shall fileacomplete� c�nflictof interestquestiannaire ifthevendor has a businessrelatiainship with a local governrnental entity and= (1) has an ernplo}rment or other business relationship with a local government officer of that local governmental en[iky, or a farnily rnember of the officer, described by �eckion 176_003�aj(�j(A); (2) has given a Iccal grnrernment officer of khat Iccal grnrernmental entity, or a family member af the officer, one or more grftswith the aggregate value specified by Section 17�.0�3(a1{�}f B1� exduding arr{ giFt described by �ect�on 176.003(a- ]); or (31 has a famil� relationship with a local governrnent officer of that lacal gavernmental entity. (a-1) Thecompletedconflictofinterestquestionnaiiemustbefiledwiththeapprapriaterecordsadministrator not later than the seventh business day after the later of= (1) Che d8te Ch2C the VeFldof= (Aj begins discussiQna ar negotiatians ta enter into a contract with the local governmental entity; ar ( B) subm its ta the local gvrernrnental entiiy an applicatian. respo nse ta a req uest for proposals or bids, correspondence, or another writing related [o a potential contrac[ with [he local govemmental enkity; ar (�j the date the vendor becornes aware: (Aj of an ernplo}rment or ather business re�akionship with a lacal governmenl officer, or a farnily mernberofthe officer, described by�ubsection (a); (Bj that thevendor has given one� or rnore gifts descnbed by �ubsection (aj; or (C} of afamily relationship with a local government officer_ Farm prauided by Texas Ethics Car�r�issior m�m.ethics.state.lx.us �exdsed 1;•;'2�2•