Loading...
HomeMy WebLinkAboutContract 58705CSC No. 58705 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between Northern Safety Co., 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 R192007; 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 ($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 two (2) 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: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX To CITY: City of Fort Worth Attn: 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: Northern Safety Co., Inc. Dan Dornbos, National Sales and Contract Manager Address: 232 Industrial Park Drive Frankfort, NY 13340 Facsimile: N/A 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: William Johnson (Ja ,202314:13 CST) Name: William Johnson Title: Assistant City Manager Date: Jan 9, 2023 APPROVAL RECOMMENDED: to Lauren Prieur (Jan 9, 202310:06 CST) Name: Lauren Prieur Title: TPW Interim Director ATTEST: 9 as n o Foam°a �e �G2!'Z'-lZE�2'.iN�GGW PPpa °° aaa °°°*dG By: ( Jannette S. Goodall Jan 9, 202316:52 CST) �4 nEXA?ab Name: Jannette Goodall Title: City Secretary VENDOR: Northern Safety Co., Inc. By: , 01 04 —� Mvelli4Wornbos Title:National Sales and Contract Manager Date:30 Dec 2022 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. LE Name: Brandon Callicoat Title: TPW Superintendent APPROVED AS TO FORM AND LEGALITY: Name: Jessika Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: N/A Ml t X W w N e u V a r z V N ry O body N ti �mlf O ni m Q aiN r z oa w J o m o w N N c u O w � N a � O oc m � m e m m c a ry a ry O s r N z a Y 2 2 2 Y 2 2 Y 2 w Y 2 w d K d K 6 w w d U w U U L w U U w 1 U w V U U 6 w K O W ¢ U J _ _ a > r r 0 0 > > r r 0 0 > > r o r 0 0 0 > > > r r 0 0 DDDD r r 0 0 r 0 > o 0 0 > > 0 ` > c 0 0 > > m 0 c 0 > 0 m > c 0 0 > > 0 0 > > 0 > 0 ` > c O O > > O o > > 0 0 > > 0 'c > o r 0 0 > > r r 0 0 > > r O > r r O O > > v m c m w - m c - - OOOOOOOOOOU w 0000;; OU=a U,a; UO=o 0000U w U0;; OOOOOOO OOOU UOU w _ _ _ O O Z z O O Z z O o o Z z Z 0 0 z Z o 0 z Z °- 0 Z 0 0 z Z 0 '^ z LL 0 0 z z 0 m zw° '^ 0 z 0 z m o- LL r 0 0 z Z 0 0 z z °- 0 z 0 '^ z LL O O z Z O O z Z O O z Z O v z w 0 0 z Z 0 0 z z n z z z w- m u m v, zz X Q m Q _ 7 w C n 0 n m GOi r E uo 0 a - J r m z " a A a K a o b a O Q n o b n --o0 r a+ N o 2 c a 2 0 ¢ V' m ° 0 a 0 0 w> v` x i w a m .x. x x u u a LL �,:, w 3 w = 3 a m z >❑ J F 3 ❑ o O 2 a z u 2 m S m LL x v o a o o v o a o o o 0 a ❑ F S` u 3 u u` a m w pm ¢ z c '- 3 r v�i - x J w r ❑ z z z o 3 r °c°3 r❑ S H J u o m F i❑ z z a 3 3 w W 3 w r 2 N w F m a❑ ❑ a m_ a= 3 u u v a= z a a __ c' ;� o Y a u s ❑ p LL~ g 3 z z i u => Z g u o °c° 3 x z 3 w pu > u u 3 w a Y a E ¢ o yr ¢ 3 m w m x o u o p o a 3 m ,,, m s a o u z x o w z z 2❑ 3 Z z w p w ❑ - 'o S m w-> Q Y > a a> z m w m z z Q N N u z m¢ d m N d o Q N W z - _ N 3 u m r z z o w LL a N u V O z N .: N x m r a N 3 a z N- a o m .. U> m m r N i❑ Z w w m Z J= 0 2>> 3 w m z Q m� Z z 54 Z W a ro U w m z z= Z_ U a S ❑p O 3 o z 3 u a� o� .ate. u u s .ate. u z m� u- z� m Z��� a m A '^ z_ „' o m m N z� - 2� 3 LL u 'D �j�YrvN�LLQ¢ivaoRUV ry U- U-'-ozm�oe�mUa?'�`ZUU�m.�iQ'~`�wo3N� aaN•�t7 m d �' m d `-' z o o O u w a '^ `-' m `" d v m •+ '. '. N u '" - v - ❑ " u t� a ❑ w u z `�' `-' ry Y Q ❑ c u m c 0 m `. `o `o c `o t m ry m -.aroo��A❑3�2N o o m nxxry m x�.. „� N o a�xz a2x.. m o� �xLL- am 0 0 m 2 2 u u a fL H H o 0 H H o o H H H o o o H H o 0 H H 0 0 H o H H 0 0 H 0 H H 0 0 H 0 H o F o H H o 0 H H 0 0 H o H o H H o 0 H H 0 0 H H 0 0 H 0 H H o 0 H H 0 0 H 0 H W 0 o x? Y xm Y o m z 2 cf ct OU cf OU cf OU cf Op d m U OU 0 OU o OU c m d o d a U o N .. °1° OU OU d °� U OU o OU OU OU OU o OU OU 0 o U OU d Q\ N r o^ r m N a m z o 0 Z Z 0 0 Z Z 0 0 0 Z Z Z 0 0 Z Z 0 0 Z Z `i 0 Z o 0 0 Z Z 0 Z M O O Z Z O Z 0 a 0 m Z 0 0 iD Z O 0 N❑ M 2 0 00 O O Z Z O O Z Z D O 2 Z o O a Z W F 0 0 z z 0 o z z 0 0 z z 0 00 z 0 0 z z 0 0 z z 0 0 Z U z 0 0 Z Z m m w n a m o m o un rO1i m K w > G > > > > > > Z r w ° z l7 l7 > l7 w O Z O O O O 0 0 0 O O O N Q F F O z¢ n ¢ i a Q a Q aan Q Q¢ a Q = g =T JU m J aQuQ ¢ i - z U. _ _ z _ z _ z _ _ z z _ z (D - ¢ l7 l7 w - m wV' w U' ❑ w < U' z❑ K W 7 w O m � z I N c 0 N a z w r z 0 " °i o �c M a oa o n m �o om �c m a m m N vu'i rrvi vu'i 1 o m n m rai N N niom W W m Nm n m o o nio m m ooed m m o m oi6 a N oim ry m n m N N nio n vmi ni a c aiomni6m n N^ m ry m umi m vi6 n oi6.. N N m niom N o e .. m n ri ry m W ai�ooim m o umi m W N W v m,� a ry N ry .:cory m v m v v m v m nio ni N ai W v m �rico W vNSo.:6ry 'Dcm mom N a v`"i ocaenv'ry .: of ai vrvi vei `""'voirvomorvm`� c pion N ry c .`".m'4 urvS c m ain rv`".e.o m mom ry c m�u'n`i m c urviry m rv`"n�rvNnmo�eam o•. jai m c .: ry c on N ri6n od � c wm.1p. ai ri W o ri ai midc� Lri m m w m o w^ N n ry c m e W a c m c vi .m e o m n N o a m m ry m - - a c N W c o W vi a of m .. a e n o m m Zq� .: o m m c .. m m a W a N o o m �i of ry U n ry N .: m ri of 2 2 U U W W x x U U W W x 2 U U W W 2 2 U U W W 2 U W 2 2 U U w w 2 2 U U w w x x U U w w x Y U U w 1 x x U U w w x x U U w w x x U U w w x x U U w w x x U U w w x x U U w w x Y U U= w 1 Y U K 1 x x U U w w x x U U w w Y x U U 6 w x w U N w V x Y U U w 1 x x U U w w x x U U w w x x U U w w x Y U U w 1 x x U U w w x x U U w w x x U U w w Y x U U 6 w x Y U U w 1 x x U U w w x x U U w w O eo 0 eo 0 0 eo eo O eo �uu'cu'« 0 0 eo eo O eo t° `wu O eo O eo `u'c O eo `wu `'c a a O eo >u a O eo >u>u m n «'u'cuuu m eo '� vov w c w`-� v««'=«'e eo w m a w > > w > m '"' v c w c«tea w m = = w > ;a° ` ,�- v a c �n x u x x x �n Z N vi r u r x m u u vi x x u x m x m �n u x u vi m x u �n u m m vi �n x Q 0 �n �n x �n x m vi m vi u i o poN>>r uWN m u u\ m ~ . z mW \ m>rv` ovte ovm� >KN�>`�Sw' >`Ni' >KNiI Y°�°• o?r�>'=' >rvrn Y've a N oxx 3> oJ z a > V > 3a�5c a aro�` m wRAH ° va ° ,�'mXmr' °xx w a % a WnN 'uY3ry N° o x m 3 eoo o LN E N ia=x $ uua10N°1 °aL3 00 xoW CaN a °J oO= rvrvwY� �xEa-E uo am „m=� : o nn c£ _-im_D _ =i ° =o° vv w w u1 _Ztm°°7v' _a>z„ _>zry _>rv` =ry �eL X p �aow N Er- uicf0 o�=m _~>�' N o £V >x LLW> m��a n E�E o u'�°'"1 o a a F u'A° d° ,. °3 v °w'?i 'o >> l7 t z l7 aF00am c oaS..a amen aN a` mmam a `-' e° o a m a eo - ° '� N O l7 e 3 ou t9 0 w i -o ° t " °' Y °° a r w a u c m ° ° ,. Y� Y�ia c ° 3.e 3 mm m° Y mm y`o mmw ma r' m ° w o y °' u.. cY m c u a.e aaa p' a m �` LL= r w r v LL i m` u' aao x u' N u va ma u5 i '^ 3 0= i= i o N w LL W ° IS o o o o m o o i v i o 00 T O O �o n O�z�o m i 3 oN o6 n m o0 o N u n M o o u oo m c '" O r O a w ry N m w '^ N o 00 o m a N w m m on N a o o u m m ,'". nN° .ti. .� N^ ° a m m 0+ .: N^ K ro m m 'm O o� o^ o^ r" N o� z N N .••. r m o� m W N m c W m '� N 9 N c c= O ^y m 0 ^y s ^y m z ,-. N m LL M a w a N w W n n LL o r N w •+ N w N a o w a> m p n N m ¢ oo a N x z `o `o .> W a W W c LL j ¢ LL ¢rQ c YW' W z YW' W c YW' W W YW' W YW' W l7 (o N > N p Z j 12 O v w (o Z n � o m U' z aw l7 E ` K n E 2 a w O U u. a w H Z Z F F Z w w c U c c �.: « Z W w 3 a a w p a a U Z °z Z ° > g a w° g w a Z U w W N> a Z m vwai o z w w N p a° Z l7 w Z Z w J° Z z w w Z w w Z w w w p w p p z ID as asF w LL LL u r w= z m m x o LL a z_ a a r o o LL LL w LL a LL o z o o° LL w a a a F N s` z a W F a a 3¢ r o z r LL r g w o o m o= u G g r o °z a a a a a i °z °x z z u N a 0 a m ID 3 z w a a a a a 3 a ° p a w a o u a a o a r w a a a z o z z Y z N a o a z a o z o 0 z z o a z a o a z a w u a m N o m 2- M N N N m N m N n a M n a N a a V n V N m a M C m o 4 n V C N N N N a .`i-i M N O N O N m W n O n.. .-+ C m N V C o N N W N o0 N o W M V n N vu'i O W W N N O 1 N m N m m n N W m N a m C N n m N m n C n m v m N m O W m N m M N .-I N n C OJ o0 V N N W N O N o a O N C N M W n W W N n N W a O 01 O C W M O N W N W N N N O O M N m m ry n 6 6 �n vi o umi c m m m m vmi m �n in a m m m ry n- m ry m n m in w m ------ n c m ry ry n .� m m m m m m ry m ry n m o ry o m m m m m .1p. ry o m m m m ry w m" o c ai ni ry ai vi a m ni mmry aicain rvom rionnio oo� m�ri m of a c m rv`�.a. ai �edon h u' moa mmn �o `te jai n 00n`� �ain�ic�cn.-i6n rvorvrvry c momu`iimorvmv`"i amain m'L n'I vicm i�mry poi ry oovaorvrvweacmrvmv'.: m:°mu'rvm�m mmM m �o .. �m mm.+omNma and mm�o .+am�Nn.+ 6 N N N N N N N N Vm! N N N N N Vm! N Vm! N Vm! N N N N N V! Vm! N VN! N Vm! N N N N N Vm! N N N N N N N N U Vwi wuwwwwaw6wwwwwwuwwwwwwmwmwwwwmwmwmwmwwmmmaawww U U U U U U VI U U U U U U N U U U U U U I'm mmnmnmmnmmWWWW6WmW 00 uo uo t«`uo � u w h0 uo ws«`uo uo uo O Oo ¢ � u u 00 ?. - w a w z `w u e m o c a `w _vvvvv c �v -vv cv c v _ On 2 u J x 2 u �n r m 2 0 u LL �i m �i m �i m �i m �i m m LL �i m �i m m m i m LL �i m m LL �i m m m LL 0 a - o o a o a° a E d Q N ti o: i O Y d 0 O O m K> w r w r C X a j a x a ti W X in E 'gym YOf > M E m N coao `\ x `�°m �m x z r °° 0 ax oN o u a mmm aJ�m .i xo3uuNN c o o�? O o o ,r '" o m�N3 °-�,.a_-' M ry «wOw �n Emcmv\oi ° O �n W Orc ... m m rcm m o"xwNmawOowrcwzwrc r O rv> aN�zzoI .: p n m axe m a w X x� mm N a m o 000,a d mx > dad —m m'ry `o m `xOx'zOm¢mc a a a m o 0 3 somoNoxp 0 o a v mmz 3 0 o z xm¢a°�ao'ox G a o J N ooa zm z° a o w a,ro— E a E E �? x a v, > "' a m® 3�3 m a 3 Q g r Q mNr w a r W s 3 �� 0�3 u 3 a g '^r l7 �3 w w 2 2 w W 0 °0'^ V r w w LL .'-a_' c o o Jgwgnk N o Z 0 m vui a N Z o W g� u a m K m o r g m z x r g a¢ a 2 ¢Gozi�O 3 m Q O r e` X 7 w >o —u. vmo u >o Z'"' N 01 > O >> O u m m r r O m w r x Q mmx w w m F in x¢ 3Y m as p H m F > r F OM=m w "0 3 3 Y Y r3 m= p` r m `-' y 0 u ¢ x o -L 'o a a w = v---- a s v a m a Y LL o z o z N z m m¢ 0 O m m o m z z m r N g O z z z p z N •+ m M m m o p g u u o o g r 5 z g® z 0 ¢ o Z n 2 2 ° �„' w a y n o. a w a w a o. U �n ". 0 m >o a ` '^ �_ '^ w ��„ ��„ '^ m 3 t7 '^ ��„ 3o mY—su0 l7 c 3 o a u "ag v�rLL—LL=v,=m 3 u eoa C v nu�=¢u.+ c ms�e�w "wmp Mz°xmz�z,. r= s m s x o����°°oo��NG�oowLL�o r o x rmzzM Na.+zzx ���d�=���� o z.: N ry m�a nv�i O w 0 u 00 N oN = w o a i 0 i X. a c °n° o o m o o ry o 0 0 0 0 0 0 0 0 0 ^' " ^' To n pQ0pQ a m oo30om < <D Om1 vat LL V I� l7 I� •i Nrrr N M rl LL N M LL LL h I� ei N�cm�u'"o N O �D M V or:i O O N M �cm N 01 N rl N n N fl Mica N 01 ei fl N aT" n 0 I� fl iaa Oat n oM N .+"1am 01 N N fl N a N 4.m n O�nNMmore Oat O°1 N O M N N V N nT On1 mmn �O N N O N M O a' O O O O LL 6 O LL LL LL LL LL O LL O O O LL LL LL LL O LL LL O LL O O LL O V c c c J? m c J? J? J? J? J J ? c c ? J? J? J c c c J? c > u °1azzzzw H w > wzzzww > a01z N> w ww > 11.01. m m m OV > m a 0 m w 0 m m w O m m w O m m w O m m m 0 0 m> m a 01 w>> m a m a cc m> a 01 w m m w O m m w O m m c 0 6 m> m a m w> m m w> a m m> a D m a 0 w> m a 01 > z w> z z z z z z z > > z z z z z E2 > > >z>z� a(D x l27 lx7 2 0 '-- a l27 lx7 l27 Q Q x 2 a x a> O r¢ r¢ O ¢ p s J O J z O-¢ v LL¢ J a J J K z m¢ - m¢ O- LL - s m 0 0 s 0 j m a o m z 0 0 m z 0 0 m z 0 0 m z 0 0 m m 0 0 s¢ 0- s¢¢ 0-- m 0 m¢ 0- z 0 m z 0 0 m z 0 0 m? 0 0 s¢ 0->> s z¢ z¢ a 0 m¢ a o m a o s¢ 0- z 0 0 a a z z z a¢ ¢ z 3 z 3 o z z z 3 z 3 z 3 z 3 z z 3 z 3 z z z z z 3 z 3 z 3 z 3 3 z 3 3 z 3 z z z z 3 z m M Y m ID im a ry R m m m "ooduliory n ry u' n a w v1pi a o umi m m ry m .: c..lom m m-- n o n -- om .: N M in 6 .:oory w .m. u1Di a ^ .: o.. N c a m m o w o w000mol o .. V. m w o a I rio 1 ai of 6 uvi ui cm a m y a uiof ai m Noc Nri Nry Nv .y oNc mN N n N mnNi aai 'rv" -- mv rvm -— mo -— m -— -— -NVm + mVi! N N `�'`�ry a ni mv ry c co NIR IR m rvmo W m 6 6 6 6 6 6 6 6 6 m m m m m 6 6 m m m 6 W 6 m m m m 6 6 6 W III W m m 6 m m 6 W W W m W 6 m m m W a a a a a a �i a m a a a m �i �i a m LL a �i m �i �i a m �i a s m m �i a �i m Y o 0 o 3 n o � 3 - O C - N i N — o _ > - Y ✓t i a° o u O u £ '2 0 p� 0 £ a cv 2 W� o voi o O m X w F Y N O O d Z Y = ~ m a to m _ x~ o � v M c N x\ X a N LD m m m P O u"�i - ��" .a�i m m .ai - LL m a m m m y vi o _ - o a c O M ry L u Z L l7 o LL c V m r> N O p o^ N a 6 S N m o 0 o Yi ti t t N U L �I H U U U N N N L ii N U m N c_ N l7 C Y N T m C C_ N vo i o o� Y o� W Y o LL U U U U" lO H _ N Y m 0 U = 3 v o "' o LL _ °' ^' o m m m$ m m 3 3 3 c a a a Y o o z v¢f d 0° z o = -1 c z 3 m=-6= n 3 N o m s v-= _ Q i0 N _ _ w Z w w C Y C .W-i a N w_ Z w a Z N^ m n w LL LL LL— — __----- Z n w a— u% in n w - W Z — a w a o _ u _ �n _ w ¢ in a " Z % Z .Xi w N Z o z� Z g o m m Nm���� a m w>>>v�i�v"wi m a o o c'Kmw-r?u"wi? N o o N o w o -� o wo_? v wrv>>xwu o m �u"wiau e o O O a voi u voi voi ,� w N a a m r r¢ w u � r N O r¢ 2 r u w z N r W. 9 0 m a z¢ m a~~ v a a a¢¢ r Q m n w m r a a N 2 O~~ 2 2 2 N l7 (D s t l7 t l7 K t r l7 s Z s s l7 S 2 c K~ t �n z a U U Z= z' 3 3 z' 3 z'3¢ v 3 a F o u$ F 3 3 u a>>>>> a r r r-_= LL LL= LL== LL-_ o O N N N W o0 ut ul Y n N W O N O .�i n n o m h N 0 a oa M of N 0 0 m W �D n n o o m M V V 0 0 a s W O n N o oa ut O n N a M O N o 0 m a N N N o c m m .-I h n a 0 O ul ut M M V N o 0 oa m N N 0 oa ti roL� N �D N M 0 o a m o ut n N a m m o ut 01 M C o a m m N N N N O .-I N n m N I� M o0 N ul o ^ oa 01 M V N a m �O N L Z L L Z L Z Z Z L C Z Z Z C C Z Z Z Z L C Z Z Z C Z Z L Z Z C T 7 O W C z O O C O W C z W O z C > W > > > > > > > > > W > W w W > > 'O w W w > > > w W W W > > 'O > > W W w > W W > W 'O W > > > > W 'O > > 'O > W 'O W > L m m m� � m m m m L m m m� m m m m m m m m m O� O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 2 ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ 2 ¢ S ¢ 2 S ¢ ¢ 2 S 2 ¢ ¢ ¢ 2 S 2 S ¢ ¢ ¢ ¢ 2 S 2 ¢ 2 S S ¢ 2 ¢ ¢ ¢ 2 ¢ ¢ ¢ S ¢ 2 ¢ z z 3 z z z z z z z z z z 3 z z 3 s z 3 3 z z s z 3 3 s 3 z z z s z 3 3 s z 3 3 z z z z s z 3 3 s 3 z s z 3 3 z z 3 s 3 z z z z z 3 z z z z 3 s 3 z a usl muNt ouN0l Y m nWN NON NON .�i nN nN hN V a a a m-- mM ua O.+ N avea M s au, ma u, m mm aa rvm a a m mu, aa ammm ua, mMN 0000 rvumt ml REGION 4 ESC MAINTENANCE, REPAIR AND OPERATIONS (MRO) SUPPLIES & RELATED SERVICES RFP #19-20 Northern Safety Response *** All Prices include standard shipping. Emergency shipments may require additional fees IMANUFACTURER NAME IFIXED DISCOUNT OFF MANUFACTURERS PUBLISHED LIST PRICE I Intentionally Left Blank I Please see Cateeorv-Disc Tab for Discounts offered in addition to Core Marketbasket Items based on Product Cateeories I I Addition Market Basket Items are beine offered and listed on the "Others" Tab I REGION 4 ESC MAINTENANCE, REPAIR AND OPERATIONS (MRO) SUPPLIES & RELATED SERVICES RFP #19-20 Northern Safety Response NSI offer's standard Volume Discounts published on our Website for mutliple product lines. The 10% discount offered is off lowest price advertised with no minimum quantity purchase requirements for OMNIA members. ** Items marked on CLEARENCE on Website are final prices - no additional discounts may be applied *** All Prices include standard shipping. Emergency shipments may require additional fees CATEGORY MANUFACTURER NAME Percentage Discount off NSI List Price Abrasives All 10% off Lowest Advertised Price Adhesives, Sealents and Tape All 10% off Lowest Advertised Price Cleaning All 10% off Lowest Advertised Price Electrical All 10% off Lowest Advertised Price Electronics, Appliances and Batteries All 10% off Lowest Advertised Price Fasteners All 10% off Lowest Advertised Price Fleet and Vehicle Maintenance All 10% off Lowest Advertised Price Furniture, Hospitality and Food Service All 10% off Lowest Advertised Price Hand Tools All 10% off Lowest Advertised Price Hardware All 10% off Lowest Advertised Price HVAC and Refridgeration All 10% off Lowest Advertised Price Lab Supplies All 10% off Lowest Advertised Price Lighting All 10% off Lowest Advertised Price Lubrication All 10% off Lowest Advertised Price Material Handling All 10% off Lowest Advertised Price Motors All 10% off Lowest Advertised Price Office Supplies All 10% off Lowest Advertised Price Outdoor Equipment All 10% off Lowest Advertised Price Paint, Equipment and Supplies All 10% off Lowest Advertised Price Plumbing All 10% off Lowest Advertised Price Pneumatics All 10% off Lowest Advertised Price Power Tools All 10% off Lowest Advertised Price Power Transmission All 10% off Lowest Advertised Price Pumps All 10% off Lowest Advertised Price Safety All 10% off Lowest Advertised Price Security All 10% off Lowest Advertised Price Test Instruments All 10% off Lowest Advertised Price Welding All 10% off Lowest Advertised Price HVAC Filters All 10% off Lowest Advertised Price Emergency Preparedness/Response All 10% off Lowest Advertised Price All other categories All 10% off Lowest Advertised Price Sourced Items All 10% off NCI Vme iiihnR Sp gCleu lens ghee Glasses 06IN 1Aii Ned HEIP • Clid Here N Ly4 Ghat m1yourI.Op-, :::::: In $tank WN Guido Dry- N 1.11 5M 123� SP 31 10% off Lowest Advertised Price �pn�ih;s�Q¢ OMNIA Price; $1,70 Total Savings; 29.75% to purchase agt of REGION 4 ESC MAINTENANCE, REPAIR AND OPERATIONS (MRO) SUPPLIES & RELATED SERVICES RFP #19-20 SERVICES Northern Safety Response *** All Prices include standard shipping. Emergency shipments may require additional fees SERVICE DESCRIPTION RATE PER HOUR DISCOUNT OMNIA RATE PER HOUR Customized Website - customized landing page no charge n/a no charge Vending no charge n/a no charge Crib Management no charge n/a no charge Safety Check Team no charge n/a no charge Fall Protection Repair $80 per hour $5 off p/h $75 per hour Extrication Equipment Repair $90 per hour $5 off p/h $85 per hour Quanitative Fit Testing $45.00 - $55.00 PER PERSON $45.00 - $55.00 PER PERSON Level A Suit Testing $90 per hour $5 off p/h $85 per hour SCBA Testing $70 per hour $5 off p/h $65 per hour SCBA Compressor $90 per hour $5 off p/h $85 per hour Air Testing (Send to Lab for Certification) $135 $5 off p/h $130 per hour Gas Detection Calibration $40 Single Gas $40 Single Gas Gas Detection Calibration $75 Four Gas $75 Four Gas Parts 10% off 10% discount EXHIBIT B DocuSign Envelope ID: B21 FFB24-C917-4FD3-8428-3636D86031 B7 Exhibit B — Cooperative Agency Contract R192007 region40 October 27, 2022 Mr. Neil J. Sexton ddombos@northernsafet. President & COO Northern Safety Co., Inc. 232 Industrial Park Drive Frankfort, NY 13340 Re: Renewal Award of Contract #R192007 Dear Mr. Sexton: Per official action taken by the Board of Directors of Region 4 Education Service Center on October 25, 2022, Region 4 ESC is pleased to announce that Northern Safety Co., Inc. has been awarded an annual contract renewal for the following, based on the sealed proposal submitted to Region 4 on December 9, 2019, and subsequent performance thereafter: Contract Maintenance, Repair and Operations (MRO) Supplies & Related Services The contract will expire on March 31, 2024, completing the fourth year of a five-year term contract. The contract is available through OMNIA Partners, Public Sector. Your designated OMNIA Partners, Public Sector contact is Jessica Goforth, at (210) 729-0281 or jessica. ofg orth(ab,omniapartners.com. The partnership between Northern Safety Co., Inc., Region 4 and OMNIA Partners, Public Sector can be of great help to participating agencies. Please provide copies of this letter to your sales representative(s) to assist in their daily course of business. Sincerely, DocuSigned by: �bKf�^AU_t4, 30EE158FEF1 C4C6... Robert Zingelmann Chief Financial Officer, Finance and Operations Services Region 4 Education Service Center • 7145 West Tidwell Road • Houston, Texas 77092-2096 Phone: 713.462.7708 • Fax: 713.744.6514 • www.esc4.net Pam Wells, Ed. D., Executive Director DocuSign Envelope ID: 3A2A74FE-B90E-497B-98BF-217D67CE5F4B region4' February 25, 2020 Mr. Neil J. Sexton President & COO Northern Safety Co., Inc. 232 Industrial Park Drive Frankfort, NY 13340 ddombos@northemsafety.com Re: Award of Contract #R192007 Dear Mr. Sexton: Per official action taken by the Board of Directors of Region 4 Education Service Center on February 25, 2020, we are pleased to announce that after successful negotiated terms and conditions, Northern Safety Co., Inc. has been awarded an annual contract for the following, based on the sealed proposal (RFP#19-20) submitted on December 9, 2019: Commodity/Service Supplier Maintenance, Repair and Operations (MRO Northern Safety Co., Inc. Supplies & Related Services This contract is effective April 1, 2020 and will expire on March 31, 2023. As indicated above, your contract # is R192007 This contract may be renewed annually for an additional two (2) years if mutually agreed upon by Region 4 ESC/OMNIA Partners, Public Sector and Northern Safety Co., Inc. Your participation in the proposal process is appreciated and we look forward to a successful partnership. Please feel free to provide copies of this letter to your sales representative(s) to assist in their daily course of business. If you have any questions, please contact Deborah Bushnell, the Contract Manager assigned to your contract, at (713) 554-7348 or Deborah.bushnell@omniapartners.com. Sincerely, IgDocuSigned by: kYf 'bAaA& OB1 D33BB0130490... Robert Zingelmann Chief Financial Officer, Finance and Operations Services Region 4 Education Service Center • 7145 West Tidwell Road • Houston, Texas 77092-2096 Phone: 713.462.7708 • Fax: 713.744.6514 • www.esc4.net Pam Wells, Ed. D., Executive Director DocuSign Envelope ID: 33006157-A7C7-430D-BD68-265064FE926E (Vt region4v Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/OMNIA Partners, Public Sector when there is an update in the contract. No request will be officially approved without the prior authorization of Region 4. Region 4 reserves the right to accept or reject any request. Northern Safety Co, Inc. hereby provides notice of the following update to (Vendor Name) Contract number: R192007 for Maintenance, Repair & Operations Supplies & Services on this date 28 April 21 Contract Title Instructions: Vendors must check all that may apply and shall provide supporting documentation. Place your initials next to each item to confirm that documents are indeed included. Request received without supporting documentation will be returned. Be sure to sign prior to submitting your update for approval. This form is not intended for use if there is a material change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Please contact a member of the OMNIA Partners Contracting Team to request a "Notice of Material Change to Vendor Contract" form. X Authorized Distributors/Dealers ❑ Price Update X Addition Supporting Documentation Deletion Supporting Documentation El El Discontinued Products/Services Products/Services Supporting Documentation New Addition Update Only Supporting Documentation ❑ Other ❑ States/Territories Supporting Documentation Su000rtine Documentation Notes: Vendor may include other notes regarding the contract update here: (attach another page if necessary). Authorized Reseller: Orr Safety. Reason for addition: Northern Safety purchased Orr Safety. Due to the integration process it will take through the end of 2021 to link our operation systems and for all invoicing to show under NSI. Submitted By: Dan Dornbos ❑x Approved Date 4/219/2021 Title: National Government Contract Manager ❑ Denied Date Contact Number: 405-482-6694 Doc"u'Siigned by: Email Address: ddornbos@northernsafety.com Region 4 EICNEE1 t rl -&A , 0 ht, 5BFEF1C4C6... DocuSign Envelope ID: FAEA7012-E563-4CAO-81C8-979DODB7F4AB (Vt region4lv Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/OMNIA Partners, Public Sector when there is an update in the contract. No request will be officially approved without the prior authorization of Region 4. Region 4 reserves the right to accept or reject any request. Northern Safety Co., Inc. (Vendor Nome) hereby provides notice of the following update to Contract number: R192007 for Maintenance, Repair and Operating Supplies & Services (MRO on this date 8 Jul 2021 Contract Title Instructions: Vendors must check all that may apply and shall provide supporting documentation. Place your initials next to each item to confirm that documents are indeed included. Request received without supporting documentation will be returned. Be sure to sign prior to submitting your update for approval. This form is not intended for use if there is a material change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Please contact a member of the OMNIA Partners Contracting Team to request a "Notice of Material Change to Vendor Contract" form. X Authorized Distributors/Dealers ❑ Price Update DID Addition Supporting Documentation Deletion DD Supporting Documentation ❑ Products/Services ❑ Discontinued Products/Services New Addition Supporting Documentation Update Only Supporting Documentation ❑ States/Territories ❑ Other Supporting Documentation Supporting Documentation Notes: Vendor may include other notes regarding the contract update here: (attach another page if necessary). Northern Safety is looking to add Nunn's Medical as an authorized distributor/reseller for our R192007 contract. Nunn's Medical is a certified WBE that has been in business for over 75 years. This partnership will make a great addition to serve the needs of our OMNIA Partner customers meet their small business goals. Submitted By: Dan Dornbos ❑ Approved Date 7/27/2021 1 3:49 PM CDT Title: National Government Contract Manager ❑ Denied Date Contact Number: 405-482-6694 Email Address: ddornbos@northernsafety.com Doc2.uSigned by: Region 4 ESC: Sfc� 30EE15BFEF1C4C6... Crystal Wallace DocuSign Envelope ID: 893AOF15-CDDD-43BA-B88C-2790EOOF2B6B (Vt region4lv Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/OMNIA Partners, Public Sector when there is an update in the contract. No request will be officially approved without the prior authorization of Region 4. Region 4 reserves the right to accept or reject any request. Northern Safety Co., Inc (Vendor Name) hereby provides notice of the following update to Contract number: R192007 for Maintenance, Repair & Operating Supplies (MRO) on this date 8 Jul 2021 Contract Title Instructions: Vendors must check all that may apply and shall provide supporting documentation. Place your initials next to each item to confirm that documents are indeed included. Request received without supporting documentation will be returned. Be sure to sign prior to submitting your update for approval. This form is not intended for use if there is a material change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Please contact a member of the OMNIA Partners Contracting Team to request a "Notice of Material Change to Vendor Contract" form. ❑ Authorized Distributors/Dealers Addition Deletion Supporting Documentation ❑ Products/Services New Addition Update Only Supporting Documentation ❑ States/Territories Supporting Documentation ❑ Price Update Supporting Documentation X Discontinued Products/Services DID Supporting Documentation ❑ Other Supporting Documentation Notes: Vendor may include other notes regarding the contract update here: (attach another page if necessary). Due to the continued volatile nature of nitrile gloves and the fluctuating costs to procure, Northern Safety would like to remove these items from our market basket. Now that we are starting to get reliable stock of these products, but at a much higher cost point, we cannot meet the initial pricing structure set for these items. We do not want to do a price increase on them to meet the current cost point to purchase while the trend is for these costs continue to decline. Doing so will potentially put members paying a higher price than is warranted. We can look to add them once the market has stabilized. Please see the attached document for list of products to be removed from the market basket. Submitted By: Dan Dornbos ❑ Approved Date 7/29/2021 1 2 :12 PM CDT Title: National Government Contract Manager ❑ Denied Date Contact Number: 405-482-6694 Email Address: ddornbos@northernsafety.com F�DocuSlgned by: Region 4 ESC: Ro mann DocuSign Envelope ID: ABAB755C-852B-4514-A333-8492927DCFA8 (Vt region4v Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/OMNIA Partners, Public Sector when there is an update in the contract. No request will be officially approved without the prior authorization of Region 4. Region 4 reserves the right to accept or reject any request. Northern Safety & Industrial hereby provides notice of the following update to (Vendor Name) Contract number: R192007 for Maintenance, Repair & Operating Supplies (MRO) on this date 16 Sept 21 Contract Title Instructions: Vendors must check all that may apply and shall provide supporting documentation. Place your initials next to each item to confirm that documents are indeed included. Request received without supporting documentation will be returned. Be sure to sign prior to submitting your update for approval. This form is not intended for use if there is a material change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Please contact a member of the OMNIA Partners Contracting Team to request a "Notice of Material Change to Vendor Contract" form. X Authorized Distributors/Dealers XXXX Addition Deletion Supporting Documentation ❑ Products/Services New Addition Update Only Supporting Documentation ❑ States/Territories Supporting Documentation ❑ Price Update Supporting Documentation ❑ Discontinued Products/Services Supporting Documentation ❑ Other Supporting Documentation Notes: Vendor may include other notes regarding the contract update here: (attach another page if necessary). Wurth Wood Group is a sister company to Northern Safety under the Wurth Group umbrella. We would like to add them as an authorized distributor under our OMNIA Partners contract due to the additional expertise offered by them that would be valuable to the OMNIA members utilizing these contract methods. Submitted By: Dan Dornbos ❑x Approved Date 9/23/2021 1 9:16 AM CDT Title: National Government Contract Manaeer ❑ Denied Date Contact Number: R192007 Email Address: ddornbos@northernsafety.com F .`DocuSigned by: Region 4 ESC:v�� 'bV Ma0JlA, OB1D33BB0130490... DocuSign Envelope ID: 4BE83104-8753-43F3-8C6F-F5B157A5DFOB 0�yX.lregion 40 Request for Vendor Contract Update Pursuant to the terms of your awarded vendor contract, all vendors must notify and receive approval from Region 4/01VINIA Partners, Public Sector when there is an update in the contract. No request will be officially approved without the prior authorization of Region 4. Region 4 reserves the right to accept or reject any request. Northern Safety hereby provides notice of the following update to (Vendor Name) Contract number: R192007 for MRO Supplies & Services on this date 14 Oct 2022 . Contract Title Instructions: Vendors must check all that may apply and shall provide supporting documentation. Place your initials next to each item to confirm that documents are indeed included. Request received without supporting documentation will be returned. Be sure to sign prior to submitting your update for approval. This form is not intended for use if there is a material change in operations, which may adversely affect members, i.e. assignment, bankruptcy, change of ownership, merger, etc. Please contact a member of the OMNIA Partners Contracting Team to request a "Notice of Material Change to Vendor Contract" form. X Authorized Distributors/Dealers ❑ Price Update XXX Addition Supporting Documentation Deletion Supporting Documentation X Products/Services ❑ Discontinued Products/Services XXX New Addition Supporting Documentation Update Only Supporting Documentation ❑ States/Territories ❑ Other Supporting Documentation -Supporting Documentation Notes: Vendor may include other notes regarding the contract update here: (attach another page if necessary). Northern Safety would like to add IGG Disaster Relief Services as a sub -contractor, expanding our offering supporting the Disaster relief efforts across the United States. This includes not only the support of supplies, but services as well that Include service such as Water Support (storage tanks, potable and non -potable water trucks), Turn -Key Mobile Housing/ Man camps, Tents with Flooring/lighting, Mobile Kitchens & Catering, Debris sorting and disposal and more. This is for National deployment capabilities IGG Disaster Relief Services 3520 11t Ave South Texas City, TX 77590 Submitted By: Dan Dornbos Title: National Government Contract Manager ❑X Approved Date 10.17.2022 ❑ Denied Date Contact Number: 405-482-6694 Email Address: ddornbos@northernsafety.com DocuSigneed/d��by- Region 4 C�� 061D33880130490... (866) 875-3299 1 Contact Us OMNAPublic Sector MENU P A R T N E R S REGISTER w WURTH NSI «"' I WMS tV I �� 1`�lains�ri�n��, RE�pair, Jpara33ng Duppii G, indua3riai and ,391a3ad �arviva� Click to expand menu Maintenance, Repair and Operations (MRO) Supplies & Equipment Region 4 ESC - TX Contract Number: R192007 April 1, 2020 through March 31, 2023 Option to renew for two (2) additional one-year periods through March 31, 2025 RENEWED THROUGH March 31, 2024 (with 1 renewal option still available) Executive Summary • Executive Summary • Pricing Region 4 Education Service Center (ESC) Contract # R192007 for Maintenance, Repair and Operations (MRO) Supplies and Equipment with Northern Safety & Industrial Effective: April 1, 2020 The following documents comprise the executed contract between the Region 4 Education Service Center and Northern Safety & Industrial effective April 1, 2020: I. Appendix A; Vendor Contract II. Offer & Contract Signature Form III. Supplier's Response to the RFP, incorporated by reference APPENDIX A CONTRACT This Contract ("Contract") is made as of February 25 , 2020 by and between Northern Safety and Industrial ("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 19-20 for ("UP") 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. 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. Page 17 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 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; Page 18 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. hi 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 actual expenses incurred that are proximately caused by Contractor. 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 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. Page 19 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 stocked products 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; 4) change in market conditions. 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. Page 20 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 Cleanuu. 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 Page 21 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) Indemni . Contractor shall protect, indemnify, and hold harmless both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses osulti g 4 em roximately caused by 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. 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. Page 22 AOW _W., 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 Narne Northern Safety Co., Inc. Address 232 Industrial Park Drive City/State/'Gip Frankfort, NY 13340 Telephone No. (405) 482-6694 — Dan Dornbos, National G_ovcrmnent Contract Manager Email Address DDornhosrr7a.nortlterrisafety.com Printed Narne Neil J. Sexton Title Authorized signature Accepted by Region 4 ESC: Contract No. ri kc 2u o —1 Initial Contract Term C) to Regi 4 1C Authoriz oar ember Date Lef� S e__eZ_5 Print N06 1J �azu.� 1�egion4E"SU Authorized oar em er Print Name Date Page 23 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.) Section/Page Term, Condition, or Specification Exception/Proposed Modification Accepted (For Region 4 ESC's use Section 11 - Pg 19 Delivery/Services Failures Last sentence edited to read "In the event Region 4 ESC market Contractor aqrees to reimburse Reqio 4 FSC, must purchase in a within a reason Accepted period, for all actual expenses incurred that are proxi atel"y caused by C Section 14 - Pg 20 Delivery Change to "Conformed stocked products" Accepted Section 30 - Pg 22 Indemnity First sentence edited to read "Contractor shall protect, ndemnify, and hold damages, losses and expenses arising Odt of of fesultiffg4mm proximately Accept d Page 24 i open time ntractor. iarmless I claims, -aused by VI. EVALUATION PROCESS AND CRITERIA b) Performance Capability a. 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. Northern Safety Response: NSI's response is completed in Appendix D, Exhibit A, presented in TAB 7, Exhibit A. b. 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. Northern Safety Response: NSI has reviewed Appendix D, Exhibit B and provided acknowledgements and/or clarifications in Tab 3, Exhibit B. c. Include completed Appendix D, Exhibits F: Federal Funds Certifications and G: New Jersey Business Compliance. Northern Safety Response: NSI has completed Appendix D, Exhibits F and Exhibit G in Tab 7, Exhibits F and Exhibit G d. Describe how Offeror responds to emergency orders. Northern Safety Response: Region 4 ESC and OMNIA Public Participating agencies can contact NSI's customer service team Monday through Friday from 0730 to 2000. Beyond these hours our customers can utilize our website for emergency orders 24/7 or email OMNIA Sales Support at 0MNIA@northernsafety.com. This email is monitored 24/7 and can help address any arising emergency needs. Customers may also contact their Account Manager or National Government Contract Manager direct for any immediate emergency needs and for assistance. Additional fees may apply for expedited shipping. e. Describe Offeror's customer service/problem resolution process. Include hours of operation, number of services, etc. Northern Safety Response: NSI's Hours of Operation: By Phone, Fax, or Live Chat Toll Free: t-800-57 t -4646 Fax: 1-R0-635.15M Lire Chat: Resolution Process: Orders & CUStDmer Serviw--: Sales. TechnP&V Support: 24 hours a day, 7 days a meek! Mon — Fri: 9:00 am — 3:0G pm Er Mon - Fri: 7:30 am - $:00 pm ET Mon -FTi: 8:00 am-0:00 pm Er Mon - Fri: 8:00 am - 5:30 pm ET Receipt of Incorrect Product: If a Participating Public Agency receives the wrong product, they should contact their local Account Manager or contact our Customer Service Department to arrange for the return of the incorrect product and shipment of the correct replacement product. NSI will issue a credit for the incorrect item. Damaged Product: If a Participating Public Agency receives damaged product, they should proceed as follows: Visible Damage: When possible, the Participating Public Agency should refuse delivery of product(s) that are visibly damaged and contact their Account Manager or Customer Service Department to arrange for the shipment of replacement product(s). Concealed Damage: The Participating Public Agency should contact their local Account Manager or Customer Service Department to arrange for the return of the damaged product(s) and shipment of replacement product(s). Invoicing Questions: The Participating Public Agency should contact our Customer Service Department regarding the question or need. The Participating Public Agency should have either the invoice number or order number available for faster resolution. Other Concerns: Our customer service team will also be able to address other customer concerns such as: • Information on order status • Delivery status • Order tracking • Item price information based on contract 0 Product availability • Detailed product information • Locate products for specific applications and finding products which meet specific technical requirements (technical support) • Selecting alternate products to complete purchases • Placing and managing emergency orders • Providing product quotations NSI has our 100% satisfaction guarantee to ensure the customer is always taken care of. The process outlined above funnels through our Customer Care Team who specialize and manage problem resolutions. f. Describe Offeror's invoicing process. Northern Safety Response: NSI offers individual invoices per shipment, EDI invoicing, P-Card invoicing or Summary Billing. In addition, our invoicing can also include customization that can reflect customers internal part numbers for increased efficiencies. NSI's summary billing is our invoicing system that simplifies a customer's procurement system and reducing their internal costs by providing a single bill summarizing all items purchased through a purchase order or P-Card once all items have shipped. This allows an easier reconciliation process when multiple items are purchased in a single order. NSI's invoices are auto -generated at time of product shipment. NSI only invoices when product has shipped from one of our facilities or we have received an invoice from our manufacturer partners that is drop shipping products not in stock with NSI. Customers may access their invoices by logging on to NSI's website or contacting our Customer Service Team or their Account Manager at any time. g. Describe Offeror's contract implementation/customer transition plan. As an example, attach a high-level project schedule, with milestones from each implementation phase, include training that customer will receive as part of the transition. Northern Safety Response: It is our goal to complete the implementation of the new Region 4 ESC/ OMNIA MRO contract in less than 90 days to make it as seamless and success to Region 4 ESC and all Participating Public Agencies. We recognize that a new contract award requires special focus and a disciplined approach to implementation for existing OMNIA members as well as future targets including NSI's current Public Sector customers affiliation to utilizing this contract method. Implementation/ Customer Transition Plan (Day 1— Day 90) Day 1: • Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services Contract Kickoff: • Conference Call announcing award to NSI's Regional Leadership, Sales Force, Sales Operations and Sales Support outlining the final details of the contract. • Communicate new contract terms to NSI's Sales Force and Sales Support teams to: o Review Pricing and Programs available under the new contract o Communication targeting potential Participating Public Agencies o Communication targeting Participating Public Agencies • Conference call announcing award to NSI's Executives and outlining final details of contract • Partner with Region 4 ESC/ OMNIA on an e-mail notification to current Participating Public Agency members notifying them of the new award. • Align eligible current NSI Public Sector Customers to affiliate and participate with new contract. • Customize and enhance current marketing material to promote the new Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract. Step 1: First 30 Days • Position the new Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract with all current OMNIA Participating Public Agencies, transition eligible NSI's Public Sector Customer to both affiliate and participate with contract as well as targeted potential Participating Public Agency affiliations. • Present the NSI Core Value Proposition • Gain a thorough understanding of each customers overall procurement goals and initiatives and leverage the Region 4 ESC/ OMNIA MRO contracts products, pricings, services and solutions that meet customer goals and initiatives. • Have instructions through website and marketing material to assist with the affiliation process as well as contract features and benefits. Step 2: Days 30-60 NSI Strategy based on customer needs • Develop a Participating Public Agency strategy in conjunction with Region 4 ESC and OMNIA based on contract features and benefits and customer initiatives • Engage all resources with NSI, Region 4 ESC and OMNIA for implementation of programs • Affiliate new Participating Public Agencies by communication contract features and benefits o Target mutually agreed upon Agencies o Target internal high value targets o Introduction to Region 4 ESC/ OMNIA's contract with NSI o Start Affiliation Process Step 3: Days 60-90 Implement agreed upon strategy and continue to leverage strengths of Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract • Implement programs for Participating Public Agencies • Engage all resources needed to execute strategies to include contract affiliation, enrollment process with NSI, training — both internal and customer focused on contract features and benefits • Continue to drive growth to reach revenue goals for both Region 4 ESC/ OMNIA and NSI h. Describe the financial condition of the Offeror. Northern Safety Response: NSI is part of the Wurth Group, the largest Industrial Supplier in the world. We operate in more than 80 countries, employ over 77,000 professionals with 33,000 of these being sales representatives. We have more than 3.6 million customers across the world and generated total sales of roughly $15 Billion USD in 2018. Founded in 1945 by the Wurth family, we are proud to still be privately owned allowing us the flexibility to meet our company goals that are not dictated by shareholders. We are a financially robust company which offers us the ability to grow through operational enhancements, organic customer growth and acquisitions. i. Contractors that have retail stores shall have appropriate procedures in place to ensure contract pricing on all product lines to member agencies. Describe how agencies choosing to pick up the orders will receive the correct contract pricing. Indicate how volume will be tracked and reported to OMNIA Partners. Northern Safety Response: Branch Stores: NSI is a wholesale distribution company with branch locations and not retail outlet stores. Our branch locations are available to receive walk-in or will call orders to meet the needs of customers. Contract Pricing Procedures: A contract is assigned a hierarchy number which contains all of the pertinent contract information including: pricing discounts, market basket items, market basket pricing, shipping terms, payment terms, special handling notes, and all other contract pertinent information. Once a Participating Public Agency provides NSI its OMNIA membership number, their account(s) are attached to the assigned hierarchy number which automatically feeds all appropriate contract information and settings required. The process to attach a Participating Public Agency to the Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract will be completed within 24 hours of request. Typical response time to complete the request is 6 hours and can be completed at time of request if needed. Contract Pricing Access: Once a Participating Public Agency has provided NSI their OMNIA membership number and their account(s) have been attached to the hierarchy, they will be able to access their contract pricing through all of our ordering methods, including Walk In and Will Call orders at our Branches. To place an order including at one of our Branches, the Participating Public Agency should provide their NSI account number. If they do not know or do not have available at time of purchase, we can locate their account by utilizing the Customers Agency Name, Agency Address, Agency Phone Number, Agency Ship to Address, Buyers Name, Buyers E-mail or Buyers Phone Number. If a Buyer has not ordered with NSI previously and has not been set up in our system as such, we can set him/her up at time of purchase to the appropriate Participating Public Agency account, including access to our website for future shopping capabilities. • Store/ Branch Ordering Process: All in store purchases will be conducted through NSI's standard branch customer service processes. The following outlines what this process looks like: o Participating Public Agency customer identified through the above factors o Desired items scanned/entered and appropriate contract price applied via OMNIA affiliated account number within NSI's SAP ordering system o Product order picked from inventory and provided to customer. If desired product is in stock at a different branch or distribution center — shipping instructions will be inquired. All orders ship to customers desired business location. o Receipt issued to customer o Transaction closed and information processed for billing within the system. Report Tracking to OMNIA: All sales reporting required by OMNIA on a monthly basis will be provided as required. All Participating Public Agencies affiliated to the Region 4 ESC/ OMNIA MRO contract sales will be tracked through our hierarchy affiliation in SAP regardless of ordering method. With this capability, capturing all OMNIA sales at time of purchase for all ordering methods is an instantaneous process. We have a robust reporting system through Microsoft Business Intelligence that can pull several different reporting parameters for any desired time frame to include a specific day, week, month, quarter or other timeframes. j. Payment terms/options. Include standard payment terms, early payment discounts and forms of payment accepted. Also state the Convenience Fee, if allowable, per the Visa Operating Regulations. Northern Safety Response: NSI's standard payment terms is NET30 NSI does not offer early payment discounts NSI accepts all forms of payments including purchase order, EFT transfers, and all types of VISA, MasterCard and American Express as a means of payment, regardless of ordering channel (phone, fax, website, e-mail and will call). All credit/procurement card transactions are processed through our mainframe computer system. Due to this, NSI does not need to utilize credit card processing equipment provided by the credit card companies. Convenience Fee — Not applicable SAFETY DISTRIBUTORS E-Commerce Apruval Rating Report Introduction Over the last decade, the way people purchase has drastically changed. Instead of going to the store or looking through a paper catalog, consumers are now researching and purchasing online. Though businesses have commonly associated this behavior with the consumer realm, these conveniences have increasingly been adopted in the professional realm as well. Consequently, business buyers are starting to demand the same fast shipping, self-service models, variety of payment options, and streamlined check-out that they get from their consumer retailers. All of this --including specific 13213 features --makes for an interesting challenge for 13213 suppliers. At Apruve, we wanted to benchmark this digital transformation and help companies understand where they fit in their industry --providing ideas to improve with the intention to increase their online presence. We hope you enjoy the report and find it helpful. Michael Noble CEO Apruve, Inc. SAFETY DISTRIBUTORS - Apruval Rating Report Table of Contents eCommerceStatistics.................................................................................... 3 ReportHighlights............................................................................................4 Methodology & Classes................................................................................ S RatingScale..................................................................................................... 6 Findings.............. ..............................................................................................7 CaseStudies.................................................................................................... 8 Northern Safety & Industrial Safety Glasses USA ApruvalRating Ranking................................................................................. 9 Conclusion.....................................................................................................11 AboutApruve................................................................................................12 SAFETY DISTRIBUTORS - Apruval Rating Report eCommerce Statistics customers use mobile devices to purchase. of 13213 decision makers attribute digital commerce to their expected growth. of 13213 buying decisions are made prior to engaging with a sales team. 42% 57% 76% 50% 40% 74% of buyers say that the most important factor is ease of finding information. of 13213 buyers are millennials. of eCommerce websites use algorithms to give dynamic pricing. of 13213 buyers research products online before purchasing. *Stats drawn from Forbes.com and Ecommerceandb2b.com SAFETY DISTRIBUTORS - Apruval Rating Report 3 Report Highlights 4% offer a mobile application for on the go ordering. 30% of websites evaluated offer product reviews for customers. 38% of distributors offer a bulk order option. 30% of companies offer A credit application for new customers. 40% of companies offer digital invoicing to customers. SAFETY DISTRIBUTORS - Apruval Rating Report 4 Methodology & Classes CRITERIA User Experience & Usability Product images on the search page -Bundle options -Ratings and reviews on the product page •Save a shopping cart/wish-list Responsive 13213 Product needs Marketing & Shipping -Product and service marketing -Search engine ranking -Application for mobile use -Multiple shipping options •Deals on shipping -Ability to reorder Industry Performance 0 Dealer channels with search functionality -Options to store credit cards -Advertise volume discounts '.Offers credit/financing for purchases Online POs and invoices UX MARKETING 13213 NEEDS TOTAL Average 45.5 17.8 103.3 166.6 High 70 60 130 260 Low 10 2 75 87 Top 5 averages 63 37 126 226 All other companies 43.6 15.7 100.8 160.1 Perfect Score 90 70 140 300 SAFETY DISTRIBUTORS - Apruval Rating Report 5 Top 5 Ranking Companies COMPANY W.W. Grainger Northern Safety & Industrial Global Industrial Texas America Safety AFT Fasteners RATING RANK 245 1 242.4 2 216.2 3 215.7 4 210.4 5 Out of 300 Rating Scale Superior Superior companies provide 13213 customers with i 200 an excellent website experience, multiple ways to purchase, and provides comprehensive product information to customers. Sufficient 199-175websiteCompanies give B2B customers a proficient experience, but are missing some key 13213 needs like checkout and financing options. Average 13213 customers looking to purchase might find it < 174 difficult to find and navigate the website, and will find it problematic to make purchases online. SAFETY DISTRIBUTORS - Apruval Rating Report 6 Findings ONLINE STRATEGY 76% of business buyers use a search engine to research a new product or business. Through this report, it is clear many online stores in the safety distribution industry are not actively competing to get the attention of these new potential buyers. Many reviewed stores are not actively participating in Search Engine Marketing (SEM) or optimizing their site for Search Engine Optimization (SEO). In fact, many stores actually lock their site to hide the pricing of products from new buyers. In the past, locking sites was a common way to hide your site in fear of the competition knowing your pricing. Unfortunately, implementing this practice destroys your site's SEO and diminishes the ability to pay for targeted keywords and direct people to your product pages. Additionally, any new buyer wishing to make an immediate purchase will go elsewhere as creating an account can take a long time. With the advancement of these key 13213 features, stores can now be protective of their data, while actively marketing to new buyers: Account Pricing - Creating account specific pricing along normal pricing for the general public. Non -logged in users will be able to search for and buy your product, but encouraged to create an account for better pricing. Volume Pricing / Minimum order - Many retailers prefer not to unlock their site due to the fact that they do not want to receive consumer orders. This can be changed through implementing a minimum order or creating volume pricing that will be out of reach of a typical consumer. Quick Account Creation - All of your processes should be streamlined. In many sites, we had to download a credit app, print it, fill it in, and then email it back. Most of this process is not consistent with eCommerce systems. Instead, try creating built-in processes that don't slow down ordering, such as online forms or automated chat functions. MOST SITES FALL INTO ONE OF TWO BUCKETS In the creation of this report it became clear that most 13213 eCommerce storefronts fall into 1 of the 2 buckets: 132C Feel with no 13213 - These sites are beautiful and easy to navigate. You can quickly find what you are looking for and have a great experience finding and looking through products. It isn't until checkout that you realize the site is missing volume or account pricing, nuanced shipping options and your preferred payments. This is where most buyers then abandon their cart. 132113 needs with no 132C Feel - These sites tend to have everything their business buyer needs. They built their site around their current customers' needs down to the last detail. Sadly, their site was not built with the user experience in mind. This means that the vast majority of their features are hard to find and your customers will continue to order offline as it is the easier option. The top performers do not fit into either of these buckets. They find themselves somewhere in between. They are a beautiful mix of B213 needs with a B2C feel, allowing their site to quickly meet the needs of their buyers through a fantastic experience that consumers are used to. To be the best in this industry, a company needs to think outside the box and find ways to automate and streamline their 13213 sales process and remove as much friction as possible in online purchasing. In doing so, a site will see drastic growth in customer acquisition and on -boarding. SAFETY DISTRIBUTORS - Apruval Rating Report 7 Case Studies Northern Safety & Industrial This site has everything that customers need - from a good user experience and a wide array of 13213 features. Their user experience is top-notch, showing all the information that is needed to make a confident purchasing decision; product descriptions, customer reviews, pricing guides, and recommended products. Their ample amount of product information and social proof undoubtedly plays a positive role in their conversion rates. On top of that, the website is well maintained and easy to get from product to purchase. Along with the user experience, their eCommerce offerings are a step above the rest. Safety Glasses USA Sitting just outside the top 5, Safety Glasses USA brings the caliber of a top 5 website. Offering the same functionality as other eCommerce sites, which have product reviews, a user friendly website, and eCommerce offerings such as a credit application and volume purchasing. Pyrmwx Intruder Solely Glesses with Clear lens 1� frAaM■ rr.n �tra�u. narl Va. r aa&%* Offering volume pricing, net terms, a bulk order pad, and multiple forms of buying Northern Safety & Industrial has clearly understood their buyers' needs and streamlined the buying process. No Pe BMW 4-Pak" Ras~ eow."W� Go M." Hat $10.99 - $1279 ya .rraarr. aad Ah�l� M Qr+•�r�.yy.. ■ A Safety Glasses USA has many functions similar to other top rated websites, from product reviews and product descriptions, but they also have offers for free shipping, incentivizing a buyer to make larger orders. Though their catalog is limited to safety glasses and related products, they have separated themselves completely from their competition, being the go to resource for these product lines with better selection, industry expertise, and a streamlined storefront. SAFETY DISTRIBUTORS - Apruval Rating Report 8 Apruval Ranking Rank Company UX 1 W.W. Grainger 55 2 Northern Safety & Industrial 70 3 Global Industrial 60 4 Texas America 70 5 AFT Fasteners 60 6 Liveactionsafety.com 70 7 Safety Glasses USA 60 8 Midwest Unlimited 60 9 Conney Safety Products 40 10 The Fastenal Company 40 11 SS&Si 60 12 Stauffer Glove And Safety 30 13 Becker Safety 60 14 Arbill 30 15 Discount Safety Gear 60 16 Safety Gear Pro 60 17 HSG Safety Supplies 60 18 ORR Safety 40 19 Magid Glove 55 20 Ritz Safety 40 21 Haggard & Stocking Associates 50 22 Vallen 40 23 US Safety 50 24 VWR International 30 25 Renco Corporation 40 Is your company not listed? Visit: https://apruve.com/apruvaI-rating-report-submission/ • To get your rating and placed into the next Apruval Rating MARKETING 1132113 NEEDS RATING 60 130 245 42 130 242 31 125 216 21 125 216 30 120 210 25 110 205 21 115 196 20 115 195 19 130 189 33 115 188 29 95 184 39 115 184 10 110 180 19 130 179 22 95 177 12 105 177 11 100 171 10 120 170 17 95 167 21 105 166 20 95 165 2 120 162 22 90 162 21 110 161 11 110 161 SAFETY DISTRIBUTORS - Apruval Rating Report 9 Is your company not listed? Visit: https://apruve.com/apruvaI-rating-report-submission/ • To get your rating and placed into the next Apruval Rating Apruval Ranking (continued) Rank Company UX MARKETING 1132113 NEEDS RATING 26 A-1 Industrial Equipment, Inc. 40 10 110 160 27 Protective Industrial Products 60 25 75 160 28 Advanced Supply Inc 30 9 120 159 29 TnA Safety 50 8 100 158 30 American Safety Distributors 50 21 85 156 31 PPE Pros 50 21 85 156 32 Wholesale Safety Supply 60 10 85 155 33 Martin Supply 40 10 105 155 34 Safeworker.com Inc 30 19 105 154 35 Mallory Safety & Supply 30 10 110 150 36 Nassco Safety Products 40 11 95 146 37 Jorgensen Co 50 11 85 146 38 Great Lakes Ind. Supply Co 40 25 80 145 39 Sutton-Garten 20 20 105 145 40 Valeo Safety 40 20 85 145 41 Ohio & Michigan Co. 40 9 95 144 42 F.W. Webb Co 50 10 80 140 43 Memco Safety 40 20 80 140 44 Airgas Safety 40 5 90 135 45 Wise Safety & Environmental 30 19 85 134 46 Safety Today 40 9 85 134 47 BDI Safety 30 2 100 132 48 DXP Enterprises 10 11 105 126 49 Indiana Safety & Supply 30 2 85 117 SAFETY DISTRIBUTORS - Apruval Rating Report 10 About Apruve Apruve's B2B credit network enables manufacturers, wholesalers and distributors to extend revolving lines of credit to their business buyers without any financial risk or back office overhead. Customers include Texas Instruments, Boxed, Automation Distribution, Radioparts, Eco Distributing and other suppliers from a myriad of 13213 industries. With Apruve, extending payment terms to your customers is as easy as accepting a credit card. To learn more, visit www.Apruve.com, or email us at hello@apruve.com. Streamline Accounts Receivable Real-time credit approvals, without paperwork or collections. Increase Cash Flow Suppliers paid 24 hours after product ships. P'AFAFN Eliminate Risk PA) Suppliers are not responsible for default or late payments. Grow Sales Extending credit increases order value and frequency. SAFETY DISTRIBUTORS - Apruval Rating Report 12 V apruve; 844-427-7883 • hello@apru/ve.com �RTHE'RN Industriai Committed to Serving You Better Personalized Service Whether it's at our site or yours, you'll get all of our great services plus the personal attention you're looking for. Just take a look at everything we have to offer... Go Clean Northern Safety's Go Clean service provides reliable, efficient cleaning services that comply with all NFPA 1851 requirements and updates. Why use our cleaning service? Because the risks are too big if you don't. • Soiled PPE can pose a health risk to the firefighter ©(c 0 • Emergency scene contamination can be found in fibers and remain until PPE has undergone cleaning GIL-�ff • Firefighters are at risk from secondary exposure to cancer -causing contamination Q • ea Soiled PPE is less protective because it reflects less radiant heat and is more likely to conduct electricity LJ-••ovocore.r.., • Everyday chemicals can weaken fabrics and cause damage that reduces the usable service life of the PPE 0 Inspection 0 Repair & Record Keeping Our inspection services will identify Don't allow unattended damage to We keep records on every cleaning, repairable damage the affects your gear's worsen your PPE to a level where it can't inspection, and repair so you don't have protective performance. We'll identify be restored to safe condition. Regular to. We can provide you with your repair wear areas before they became a safety repair can keep PPE in serviceable data, as well. issue or lead to irreversible damage. condition and extend its safe, usable life, which will significantly offset PPE replacement costs. Northern Safety is a verified Independent Service Provider, certified compliant with NFPA requirements dually trained by one of the leading manufacturers of Fire Fighting Protective Ensembles. Fall Protection Repair Northern Safety is a factory -authorized service center for ❑Bi/Sala@. Our experienced technicians service your equipment following the manufacturer's specifications and provide documentation upon completion of the service for easy and convenient record keeping. We'll clean and inspect your harnesses and lanyards. Plus inspect, repair, and recertify your self -retracting lifelines (SRL's). Gas Detection Our technicians will calibrate and repair your gas monitors in accordance with OSHA and the manufacturer's requirements. We service Industrial Scientific and Honeywell (BW Technologies and Honeywell Analytics) monitors We'll bump test and perform full calibration to keep your monitors in top working order. PPE Cleaning and Care Northern Safety is verified by Intertek, a third -party testing facility, as an Independent Service Provider [ISP] to clean, inspect, and repair turnout gear in accordance with NFPA 1851. We're also authorized to clean and perform repairs on other PPE, manufactured by: • Honeywell First Responder Products • Globe • Lion • Fyrepel • Veridian Extrication Equipment Northern Safety is a factory -authorized service center for Amkus@ Rescue Systems. We stock the most commonly replaced Amkus@ parts on our mobile service trailer and can perform most repairs on -site in select areas. Respiratory Protection Northern Safety is Oklahoma's only factory -authorized service center for Scott@ Safety. Our experienced technicians service your equipment following the manufacturer's specifications and provide documentation upon completion of the service for easy, convenient record keeping. We perform quantitative fit testing for respirators, and we flow test and repair SCBA's. Plus, we refill your breathing cylinders. Level A Suits Let our skilled service technicians inspect and test your Level A suits in accordance with ASTM F 1052, Standard Practice for Pressure Testing Totally Encapsulating Chemical Protective Suits. We can provide pressure testing to confirm the gas -tight integrity of your Level A suit. You'll receive documentation upon completion of the service for easy and convenient record keeping. Breathing Air Equipment Our factory -certified technicians will maintain and repair your breathing air equipment in accordance with OSHA, NFPA, and the manufacturers' requirements. Northern Safety is a factory -authorized service center for Scott@ Safety. Our experienced technicians will service and/or repair your air compressors and provide documentation upon completion of the service for easy record keeping. We also perform on -site air quality tests on ScottD breathing air compressors, and send samples to Trace Analytics, a third -party accredited laboratory, for an air quality analysis. Branch Information: Oklahoma City, OK Tulsa, OK 3750 N. 1-44 Service Road 5514 S. 94th East Avenue Oklahoma City, OK 73112 Tulsa, OK 74145 Phone:/-405-942-7101 Phone:1-918-665-2330 Toll Free: 1-800-256-1003 Toll Free: 1-800-256-1002 Fax:1-405-942-5289 Fax:1-918-665-3515 J%fORTHERN —Committed to Serving You Better — Shop online at www.northernsafety.com f+C p�C C a7 cC tC Hof Q E ❑ E N •` 'D i 6 CV a -0 4.0 cq i3 r N 2 Q N 1) ::I O V N C m•� coC •c N N7 cp m � � U. co 7 � O aC C C T U) O 0� ❑ a Q a7 N N � c 0 Oro CL i C u0 Q. C- 0 0 ur E N U U wR x c C rn W O= in C r i ❑ ❑ p C ❑ ay [tl N ns E f 4 m v as O3 1J ❑ C L�En N N U .= [a + N -ns ���� ❑ Uo L N 7 7 ❑ ❑y 7 0tA 7 C U Oa)°' 07 a a`) CL 'o ❑ N > NT _v = U) x 41 i N � � O O c � tin YCc, in �, ie cI] Gi o 3 Al D = K Loma LL i 0 a aN v Ln Y m L 0 N N 7 O CV p �`°' E r G7 0 = LL r 0 0Y x m0(L U, ❑ U � ) N Q7 d a a 4� � CSS o❑ V Q d Northern Safety & Industrial MEMBER OF THE WORTH w GROUP ➢ Abrasives ➢ Alcorn Industrial Inc • 3M —Standard Abrasives • ARC Abrasives INC • Bosch (Vermont America) • Camel Grinding Wheels • DeWalt • Dico • Global Abrasive Products Inc • Grier Abrasive Co Inc • Jaz USA • MBC Ventures Inc • Mercer Industries • Merit Abrasives • Mirka • Pearl • Production Abrasives • Saint-Gobain/Norton • Superior Abrasives • United Abrasives —Sait • Weiler • Woodstock International ➢ Lubricants & Adhesives • 3M • Adhesives Research Inc • Anti -Seize Technology • Calkins Technical Prod Inc • Color Rite Inc • CRC Industries • Crown • Devcon • Ellsworth Adhesives MRO Industry Line Card *Highlight denotes redistributor* • Gunk • Fluke • International Coatings • General Cable • ITW • Greenlee • JB Weld • Graybar • Jet Lube • Ideal • Lincoln • Kirby Risk • Loctite • Leviton • Magnate, INC • Midwest Innovative • McGinley Adhesives Products • MRO Solutions • Miller Electric MFG LLC • Nanoprotech LLC • Morris Electrical • ND Industries (Vibratite) • Panduit • Niteo Products • Pass & Seymour Inc • North American Composites • Reliance Controls • O'Rourke Petroleum • Southwire • OXCO • TRC • Royal Adhesives & Sealants • Woods • Schaeffer MFG CO • Simple Green ➢ Equipment • Spicer and Sandburg Inc • BE Pressure • Spray Nine • Briggs & Stratton • Sprayon • Duraheat • Synco Chemical Corp • Generac • Western Marketing • Honda • WCI • Kohler • WD-40 • Little Giant • Mi-T-M • Electrical • Nilfisk Inc Vac • 3M • Pinnacle Climate • Brady Technologies • Bryant Electric • Portacool LLC • Eaton - Bussmann • Shop Vac • Flir/Extech • TPI TOP QUALITY 14 P.P. ON Northern Safety & Industrial MEMBER OF THE WORTH w GROUP • United Fluid Enterprises ➢ Fasteners • Auge Industrial Fasteners • AZ Lifting Hardware • Brighton Best • Earnest Machine Products • GL Huyett Corp • Hot Drill Screw • Industrial Rivet & Fastener • Lawson Products • Marine Fasteners Inc • MKT Fastening • Norfast Inc • Nucor Fastener • Premium Fasteners Inc • Senco • Set Screw & MFG Co • Texas Stud Weld & Fastener Inc • USA Fastener Group Inc. • Walker Industries Products • Volt Industrial Plastics ➢ Grounds Maintenance • Chapin • Continental Commercial • Eagle • Earthway • First Alert • Heartland • Justrite • Legacy (Flexzilla) MRO Industry Line Card *Highlight denotes redistributor* PF Harris I • Wilcox Rubbermaid Seymour Midwest Unger Valley Industries ➢ Filters • AFD Industrial Filters • Baldwin • Core Filtration LLC • Filtration Group Finishing • National Filter Media • Parker • Seal Fast • Sefar Inc • Stuff • Swift JB International LLC ➢ Hoses • Advanced Drainage Systems • Ames True Temper • Austin Hose • Bandlock • Brennan INC • Coilhose • Fill -rite • Kaman • Mcgill Hose & Fittings M.M Industries • Swagelok • Texcel • Uniflex • Valley Industries TOP QUALITY "M I L S, ,,,s OR ➢ Ladders • Ballymore Company Inc • Cotterman • Cramer • DPI • Kennison Forest Products Inc • Little Giant • Louisville Ladder • Metaltech Omega Inc • Precision Fitting & Gauge • PW Platforms Inc • Watson Marlow • Werner Company ➢ Lighting • Bergen Industries • Big Beam • Eiko • Energy Bank Inc • Fostoria • GE • Glamox Aqua Signal Corp • Halco • Industrial Rig Lights Inc • Keystone Technologies • Koehler Brightstar • Maglite • Max Lite • Pelican • Perko Northern Safety & Industrial MEMBER OF THE WORTH w GROUP • Rayovac • Service Lighting DBA • Shat-R-Shield • Streamlight • Vega Industries Limited ➢ Material Handling / Lifting • All -line • Bearing & Drive Solutions • Bonar Plastics • Buck horn • Campbell • Columbia Products • Continental • Dandux • Econo Lift Limited • Fabri foam • Fairbanks • Fibrertech • First Safety Corp • Harper • Harrison • Jamco • Jet • JPW • Kasco • Lift -All • Liftex • Magliner • Maasdam Pow'R-Pull • Merrick Machine • M G America Inc • Omega plastics MRO Industri *Highlight denotes r • Pewag Inc • Paragon Pro MFG Sol • Quantum • Remco • Rigging Supply • Royal Truck Division • Rubbermaid • Sentry Protection LLC • Suncast Commercial • The Ratchet Depot • Union tool • Vestil • Wood's Powr Grip CO. Inc • Wesco ➢ Paints & Accessories • 3M • CH Hanson • CTW International Inc • Diversified • Dupli-Color • E-Z Mix • Gerson • Innovative Tools & Technologies • ITW • Krylon • Maryland Brush (MBC Ventures Inc) • Met -All Industries • PBE Jobbers Warehouse • Premier Paint Roller • Purdy TOP QUALITY f Line Card edistributor* • RE Paint Supply • Rust-O-Leum • Sani Wax Inc • Sherwin Williams • Sprayon • U-Mark Inc • Wooster Brush ➢ Tapes / Wraps • 3M • 3G Packing Inc • Ameritape Inc • Berry Plastics • Budnick Converting Inc. • Electro Tape Specialties Inc. • Express Shipping Room Supply • Goodwrappers • Gorilla • Grant Packing LLC • Harris Industries • Incom MFG • International Plastics • Intertape • Nashua • Polyken • Pro Tapes • Shield Mark Inc. • Shurtape Technologies LLC • Strong Man Safety Prod • Testex Inc • The Pallet Express i WIR NPIND, FM . L11 - Northern Safety & Industrial MEMBER OF THE WORTH w GROUP ➢ Tools -Cutting Tools • Amana Tools • Angelina American • Drillco Cutting Tools • Eagle Taptek • Forrest Manufacturing • Greenfield • Greenleaf Corporation • HTC-Hot Tool & Cutter Mfg • Hougen Manufacturing Inc • Ingersoll Cutting Tools • K-Tool • Michigan Cutting Tools • MK Morse • Monster Tool • Norseman • Pferd Inc • Phillips Saw tool Inc • Rocky Mountain Twist • Ronan Tools Inc • Seco • Tenrryu America Inc • Teal Corp • Triumph Twist Drill • Unibor • W.L. Fuller Inc ➢ Hand Tools • Apex • Arrow • Blackhawk • Bondhus • Bucket Boss AFF MRO Industry Line Card *Highlight denotes redistributor* • Camillus • Vaughan • Channel Lock • Wera • Chicago Clamp • Wiha Tools • Clauss • Williams Tools • CLC • Wilton • Coast Products • Wiss • Cooper • Xcelite • Crescent • DeWalt ➢ Pest Control • Estwing • Ergodyne • Kness Mfg CO • Gedore Tools Inc • Afila Industrial Tools Inc • Grizzly Industrial Inc • Halder Inc • HKP ➢ Power Tools • Irwin/Lenox • Apex • Klein • Afila Industrial Tools Inc • Knipex • Bosch • Leatherman • Champion Chisel Works Inc. • Lufkin • DeWalt • Mayhew • Dremel • Milwaukee • Metabo • Nupla • Makita • Pony • Milwaukee • Proto • Proto • Rigid • Rigid • Sensible Products • Snap on Power Tools • Shaviv • Stanley • Stanley • T.C. Service Co. • Starrett • Winshaw Hydraulic • Titan (Star Asia Group) • Urrea ➢ Pneumatics • US Tool Group • Alcoa Fasteners TOP QUALITY Northern Safety & Industrial MEMBER OF THE WORTH w GROUP • Brunner & Lay Inc • Chicago Pneumatic • Coil Hose Pneumatics • Cpmpresspr World • Dewalt • Engineered Specialties LLC • Festo Corp • Florida Pneumatic • FluidLine Components Inc • Guardair Corp. • Legacy (Flexilla) • Ingersoll-Rand • Makita • Pneumatic Scale • Preferred Tool • Prime Hydrulics • Reelcraft • TB Wood's • Texas Pneumatic ➢ PVF • Anvil International LLC • Bandlock • Blake Group Holdings • Coilhose Pneumatic • CNC Flow Control • Dixon Valve • Ferguson • Midland Metal • MSI • Pro Marketing Inc • Seal Fast • Silver Star Supply MRO Industri *Highlight denotes r • Spir Star • Swagelok • Texas Pipe & Supply • Titus • Valtorc International ➢ Welding • 3M • American Torch Tip Company • Associated Welding • Bernz-O-Matic • Blue Demon • Dynaflux • ESAB • Fibre -Metal • Goss Inc • Harris Product Group • Haun Welding • KC Jackson Safety • Kromer Cap Co. • LACO • Midalloy • ORS Nasco • Pinnacle Alloy • Profax / Lenco • Pyramex • R3 • Robert James Sales • Sellstrom Mfg. • Schumacher • Special Metals • Steiner f Line Card edistributor* • Tillman • Thermal Dynamics • Tweco • Victor • Weld -Aid (CRC) • Weldcote • Welders Supply Company • Worthington ➢ Misc. INDUSTRIAL S�UPPLIE�S Accent Building Materials ACS of Denver LLC AD Bowman & Son Lumber Associated Spring Raymond Bosch Packaging Services Caplugs B & H Distributors Inc Behrens Manufacturing LLC Bosch Packing Services Conser FS Inc Data Labels Domino Duff Company Echo Engineering & Production Kaps-All Kele Inc Key International Inc Korber Medipak System Eidos Corporation E-Z Up, Inc Gleason Salt & Supply Northern Safety & Industrial MEMBER OF THE WORTH w GROUP Goodway Technologies Corp Graphics Control Hebeler Process Solutions Henry Poor Lumber Co Inc IKO International IMS Company Industrial Pharmaceutical ISI Commercial Refrigeration Jonesville Paper Tube Corp JS Products Inc Justman Brush Company Kraemer US LLC LBG Distribution Inc Liberman Distributing Company/Lidco Products Malin Company National Oak Distributors Norweco Inc Paducah Rigging Inc. Porta King Bldg Prevost Pro -Line Radwell International Inc R.W Hartnett Schaefer Systems Shorr Packaging Corp. Sigma Plastics Group Slack Chemical Comp Supreme Corp Storage Battery Systems, LLC The Fitpatrick comp The National Group Thermo Fisher Scientific MRO Industry Line Card *Highlight denotes redistributor* • Taconic TOP QUALITY 14 P.P. ON IM41 ff Northern Safety & Industrial MEMBER OF THE WORTH w GROUP ➢ Eye Protection • 3M • Bausch & Lomb • Bolle Safety • BrandX Safety • Chums • Crews (MCR) • DeWalt • Edge Eyewear • Emergent Safety • Encon • Hilco • Kimberly Clark/Smith Wesson • MCR Safety • Moto Solutions • National Marker • Honeywell/Uvex • Hoya Vision Care • Northern Safety • N-Specs • Pyramex • Radians (DeWalt) • Radians (Crossfire) • Safety Optical Service • Safety America • Sellstrom Manufacturing Co. ➢ Head & Face Protection • 3M • Brimguard LLC • Bullard • Chicago Protective • Chill Skinz _1 n Safety Line Card Crews (MCR) Ergodyne Corp. Fibre -Metal Grabber Performance Group Headline It Horizon Mfg. Huntsman (KC) Innotex Corp Jackson (KC) Kask America Inc Kromer Caps MSA National Marker North (Honeywell) Northern Safety NS PowerShell Oberon Co. Occunomix ORS Nasco Protective Industrial Products (PIP) Pyramex Salisbury Sellstom Mfg. Tasco Corp. Uxex (Honeywell) ➢ Hearing • 3M • E-A-R (3M) • Emergent Safety • Honeywell • Howard Leight • Kimberly Clark • Moldex • MSA • National Marker • Northern Safety • One Off/Flugz • Peltor (3M) • Protective Industrial Products (PIP) • Radians • Smith & Wesson • Sper Scientific • Sperian • Tasco Corp. ➢ Communications Systems • Motorola (MEI) • Peltor Communications (3M) ➢ Gloves • 212 Performance Gloves • Ansell Edmont • American Healthcare Prod • Apollo Performance Gloves • Brass Knuckle • Chicago Protective Apparel • Custom Leather Craft (CLC) • DeWalt (Radians) • Ergodyne Corp. • Emergent Safety • Gaskets, Inc. • Glove Guard • Glove, Inc. • Handguards, Inc. • Harbinger Healthcare, Inc. TOP QUALITY SAFETY SUPPLIES pf] s d- �unnm: ff IM41 Northern Safety & Industrial MEMBER OF THE WORTH w GROUP • High Five Glove • Honeywell (PerfectFit/North) • Impacto Protective Products • Innotex Corp • Kinco Glove • Kimberly Clark • Liberty Glove • Marigold Industrial • MAPA Spontex • MAPA Pioneer, Corp. • MCR Safety • Memphis Gloves (MCR) • Mechanix Wear • Modern Aids (Safe-T-Tape) • Micro -Flex Medical Corp. • North Safety Products • NS Brands • OK-1 • Protective Industrial Products (PIP) • QRP, Inc. • Radians • Safe-T-Gard Int. • Salisbury • Seidman • Showa-Best • Steel Grip • Summit Glove • Superior Glove Works • SW Safety Solutions Inc • US Workforce (Midway Glove) • Valeo, Inc. • Wells Lamont _1 pq Safety Line Card Wells Lamont Industrial West Chester Holdings Wonder Glove Wonder Works America, Inc. Worldwide Protective Products (Manzella) Zing Enterprises ➢ Protective Clothing • 3M • Ansell Edmont • Benchmark Clothing • Big Bill (Codet Corp.) • Carhartt • Chicago Protective Apparel • Dickies • Dupont • Ergodyne Corp. • Emergent Safety • Fire Protection Outfitters • Grand Forest • Haws USA Inc • Kappler • Keystone Adjustable Cap • Kimberly Clark • Lakeland Industries • Lapco • MDS Associates • MCR Safety • ML Kishigo • Moto Solutions • National Safety Apparel • Neese Ind. • North • Northern Safety • Occunomix • PGllnc • Purus International, Inc • R3 Safety • Steel Grip • Steiner • Tilsatec North America • Tingley Rubber Corp. • VF Workwear • Westchester • WH Salisbury • Workforce • Wrangler ➢ Foot Protection • 3M • Bludstone Footwear • Carhartt • Dr. Martens • Ellwood Safety • Ergomates • Emergent Safety • Geroline INC • Grabber • Halen Hardy (Mudflinger) • Heartland Footwear • ICE Trekkers • Impacto Protective Products • Kamik (Genfoot America) • Keen • Norcross (Neos, Servus & Ranger) • Lacrosse TOP QUALm SAFETY SUPPLIES on IM41 Northern Safety & Industrial Safety Line Card MEMBER OF THE WORTH w GROUP • Muck (Honeywell) • Northern Safety • Miller (Honeywell) • Northern Safety • Paftec Australia PTY LTD • Tuff Built Products Inc • Onguard Industries • Scott Health & Safety • Peet Shoe Dryer • Survivair ➢ Fall Protection • Protexer Inc DBA • 3M/DBI Bootiebutler ➢ Instrumentation • Atlantic Fall Protection • PSS Dist. LP (PUMA) • 3M • Carnie Cap, Inc. • Reebok (Warson Brands) • Biosystems (Sperian) • Excalibur & Associates INC • Rocky Brands, Inc. • BW Technologies • Guardian Fall Protection • Scrusher (Chaseburg Mfg.) • ChemDaq Inc • Hy -Safe Technology • Skechers • Drager Safety • Load Halt • Spenco • Emergent Safety • Miller (Honeywell) • The Clean Boot • Gasco Affiliates • MSA • The Timberland Co. • GFG • Mutual Industries • Tingley Rubber Corp. • Honeywell Zellweger • NS Fall Protection • Wolverine • Industrial Scientific • Safety Boot • MSA • Safety Rail Company LLC ➢ Respiratory • Rae Systems • Sky Genie • 3M • RKI • Tuff Built Products Inc • Air Systems • Sper Scientific • Veri5000 • AK Ltd. • Tech Instrumentation • Webb Rite Safety Inc • Allegro Industries • Thomas Scientific • Bullard ➢ Ergonomics • Drager Safety ➢ Equipment Cases • Allegro Industries • Emergent Safety • Pelican Products • Alpha Medical LLC • Georgia Steel & Chemical Co. • CLC • Gerson ➢ Confined Space • Eidos Corporation • Honeywell • Air Systems International • Ergodyne Corp. • ILC Dover • Allegro Industries • Heritage Leather company • Interactive Safety Products • CLMI • Impacto Protective Products • Kimberly Clark (Jackson) • DBI/Sala • Northern Safety • Moldex • Emergent Safety • Occunomix • MSA • Fall Tech • OK-1 Mfg. • North • Masterlock TOP QUALITY SAFETY SUPPLIES 1-.; IM41 ff Northern Safety & Industrial Safety Line Card MEMBER OF THE WORTH w GROUP • On Site Therapy LLC • Certified Safety • Nutramax • Coro Medical • Pac-Kit Safety Equipment ➢ Eyewash • Covalance Adhesive • Pelican Products • Accuform • Derma Science • Performance Health, Inc. • Allegro • Dukal Corp. • Pfizer Consumer Group • Bausch & Lomb • Dupont • Philips • Bel -Art • Durham Mfg. • Physicians Care • BSL Industries Inc • Dynarex Corp. • Safetec of America • Bradley • Eagle • Swift (North) • Certified Safety • Ergodyne • Vending Manufacturing, Inc. • Encon Safety • Fieldtex • Waterjel Tec • Fendall • First Aid Only • Zoll Medical Corporation • First Aid Only • Genuine First Aid • Guardian Equipment • Guernsey's Products for You ➢ Outdoor Exposure/Misc. • Haws Co. LLC Advanced Chemical Sensors • Honeywell • Hartmann-Conco • Certified Safety • Johnson & Johnson • HH Medical Corporation • Coretex • Lavoptik • Hospital Speciality • Croc Bloc • Medique • JJ Medical • Lagasse • Pfizer • Junkin Safety • Northern Safety • Physicians Care • Laerdal Medical • Safetec • Plum • Life Corporation • Tech Labs/Technu • Speakman • Medifirst • Waterjel • Wearwell • Microex Medical • Medipoint, Inc. ➢ Heat Stress ➢ First Aid . Medique Products • Chill Skinz • 3M • Medline (Curad) • Climate Contol • Acme International • Medtech Inc. • Ergodyne Corp. • Allied Healthcare • Microflex Medical • Ice Water Springs • Ambu. Inc. Corporation • Igloo Products Corp. • Artic Ease • Mohawk Hospital • Medique • Biofreeze • Nasco • Northern Safety • Biologic Aqua • National Marker • Quaker Oats (Gatorade) • Brady Worldwide • Nortech Labs • Sper Scientific RLITY SOJETY SUPPLIES on 1_.; IM41 Northern Safety & Industrial MEMBER OF THE WORTH w GROUP • Sgwincher Corp. ➢ Traffic Safety ➢ A -Safe Inc • Airport Windsock Corporation • Bone Safety • Checkers Industrial Products • Cortina • Cyalume Tec. • Ergodyne Corp. • General Tool • Illuma Gear • Lawrence Metal Products • Maxx Proof • MCR • ML Kishigo • MR Products (Mr. Chain) • Mutual • Neese Industries • Northern Safety • Occunomix International LLC. • P.E.K., Inc. • Plastics R Unique • Product Innovations • Radians • Schumacher Electric Corp. • Stearns, Inc. • Tingley • Viscom/Traffix & Devices ➢ Training • Accuform Ij Safety Line Card • BLR • Brady Worldwide/Prinzing • CLMI • A Keller • Justrite Mfg. • National Marker ➢ Lockout/Tagout • Accuform • Brady Worldwide/Prinzing • Hubbell • Master Lock/American Lock • MMF • National Marker • Northern Safety • North (Honeywell) • Zing Industries, Inc. ➢ Signs • Accuform • Big Beam • Brady Worldwide/Prinzing • Cox Hardware • CH Hanson • Jackson (KC) • Lawrence Metal • MR Chain • National Marker • Product Innovations • Tensabarrier • Zing Industries, Inc. ➢ Fire Safety • Amerex • Ansul/Sentry • BRK Brands • Cato • Eagle Mfg. • Justrite Mfg • Kidde • Sensible Products Inc • West Coast Fire &Rescue ➢ Safety Storage Cabinets/Cans • Action Pump • American Forge & Foundry • Baker Industrial Supply • CDF Corp. • Eagle Mfg. • First Safety • Gray Mills • Jamco Products, Inc. • Justrite Mfg • National Spencer (MTN) • Protective Lining • Republic Storage Prod • Stewart R. Browne • Strong Hold Products • Syracuse Stamping Co. • Todd Ent. • Tolco Corp. • Tuthill Fillrite • Wesco Industrial • Western Storage and Handling ➢ Secondary Containment • Eagle Mfg. • Enpac TOP QUEMSAFETY SUPPLIES jL IM41 Northern Safety & Industrial Safety Line Card MEMBER OF THE WORTH w GROUP • Justrite Mfg. • Kimberly Clark • Skolnik Industries • Kutol Products Comp ➢ Breakroom • Ultra -Tech • LBG Distribution Inc • Bunn • Lysol • Dixie ➢ Spill Control • Minutemann • Keurig • 3M • MultiClean • Mr Coffee • Complete Environmental • Nilfisk Inc Industrial • Utica Coffee Roasting Inc. Products, Inc. • Northern Safety • Northern Safety • Poly Plastics ➢ Flashlights & Batteries • NPS Corp. • Purell • Bayco • Rupture Seal • Procter and Gamble • Bright Star • SPC (Sorbent Products Inc.) • Remco • Coast Products • Spilfyter • Rubbermaid • Cyalume Tec • Spilltech • Rustoleum • Duracell (Selecta Switch) • Safetec • Genie Group ➢ Janitorial • Scotch Corp • KBI, Inc. • 3M • Sellars • Krackeler Scientific • Acme United • Shop Vac • Maglite • American Dryer . Simple Green • Pelican Products • Beach Sales & Engineering • Spray Nine • Petzl • Carlisle • Stoner Inc • Rayovac • Chicopee • Superior Sweeps Inc • Streamlight • Coretex . Tiger -Vac Inc • Tri-Star Sales • Deb/SBS • Tolco • Underwater Kinetics • Eagle • Tork • Essadent . Tuway American Group ➢ Miscellaneous • Eurow & O'Reilly Corp • Unger • 4Safe Products LLC • Gojo • United Receptacle • Buckeye Fire Equipment • Hub City Industries • Weiler • Cable tie express • Honeywell . World Dryer Corp • Camfil • Hoover • Worx Environmental • Emergent Safety • Impact Products • Faztek • ITW Dymon • Zenex International • Humes & Berg MFG • Justrite • LaCrosse Technology Ij TOP QUEMSAFETY SUPPLIES jL IM41 Northern Safety & Industrial MEMBER OF THE WORTH w GROUP Safety Line Card • Lawson Products • M2 Supply • RR Donnelley & Sons Comp • Safeguard Technology Inc. • SG PolyMask • Steris Corp • Turtle Plastics • Wilcor International TOP 46LUn �LONUT MPFLIN m Northern Safety & Industrial MEMBER OF THE WURTH % GROUP Food Industry Line Card ➢ Clothing ➢ Head protection 0 Radians • Ansell • 3M . Tasco • Berne • American Allsafe • Impact/Malt • Celucap ➢ Respiratory • Liberty • ERB Safety • 3M • M8 • Ergodyne • Draeger • Manabo • Honeywell • Honeywell • Maulatex • Ironwear • Moldex • MCR Safety • Keystone • MSA • NS Brands • MCR Safety • NS Brands • Poly Conversions • NS Brands • Survivair • Refrigiwear • Occunomics • Tingley • Refrigiwear ➢ First Aid • U.S. Mesh • 3M • Walls ➢ Footwear • Accusplit • West Chester • Dunlop • Brasel • Work • Malt • Conco • Onguard • Deb/SBS �= Hand and Arm protection • Paclantic • Dover Pharmaceuticals • Allison Products • Poly Conversions • Ergodyne • Ansell • Refrigiwear • Gatorade • Genco • Servus Rubber • Hart Health • High Five • Shoes for Crews • Honeywell • Ironwear • Tingley • McNeil Pharm • Lakeleand • Medique • Liberty ➢ Eye/Face Protection . NS Brands • Malt • 3M . Occunomics • Manulatex • Chums . Sgwincher • Mapa • MCR Safety . Valeo • MCR Safety • NS Brands 0 WaterJel • Mesh America • PIP • NS Brands • Pyramex ➢ MISC Safety PIP • Radians • American Allsafe • Poly Conversions • Sellstrom • Bio Systems • Sempermed • Uvex • Bradley • Showa/Best • CEP Products • U.S. Mesh ➢ Hearing . Continental • Wells Lamont • 3M • Draeger • Westchester • Honeywell . Encon • Worldwide • Moldex • Haws 0 NS Brands 0 Honeywell Northern Safety & Industrial MEMBER OF THE WURTH w GROUP • Industrial Scientific • M R safety • M A • NMC • Rubbermaid • Service and Materials • Speakman ➢ Material Handling / Lifting • Bonar Plastics • Buck horn • Columbia Products • Continential • Fabri foam • Fibrertech • Kasco • Omega plastics • Remco • Rubbermaid • Union tool ➢ Cutlery • Aearo Metal • American Cutting Edge • Bobet • Chicago Cutlery • Clauss • Cooper Tools • Dexter Russell • Fiskars • Heritage • Kasco • Ronin • South Hampton • Southern Mechanical • Southern Supply • Stanley Tool • Swiss Army • Techni-Edge • Tru-Hone • Wolfe Food Industry Line Card ➢ Maintenance • ABC Compounding • Accuform • Boss chemical • Brady • Columbia Products • Continental Commercial • Crown Matting • Deb/SBS • Delta • Eveready • Fibertech • Honeywell • IDN Armstrong • Impact Products • JAX Chemical • Kimberly Clark • Koeller Bright Star • Louisville Ladder • M sterlock • NMC • No Trax • NS Matting • INS Wipers • Pelican • Penco locker • Plasco • Southern Mechanical • Superior matting ➢ Sanitation/Janitorial • 3M abrasives • ABC compounding • Acme Products • Better Brush Products • Bonar Products • Carlisile/ Sparta brush • Continental • Deb/SBS • Fortune plastics • Gilman Sprayer • Impact Products • M Iwaukee dustless • NMC • Norton • Onguard • Remco • Rubbermaid • Sparta Brush • Tingley • Vondrehle paper • Wilen Mop ➢ Quality Control/ Assurance • A&D Scales • Accusplit • Accu-weigh • Comark • Delta Tracker • Talley Rand • Taylor • Tel-Tru • Triune Enterprises ➢ Packaging/ Shipping • Bonar Plastics • Covalence Plastics • Fabriform • Fred Silver • Good wrappers • Intertape • M tuallndustrie • NMC • Saunders • Shurtape • Techni-Edge VI. EVALUATION PROCESS AND CRITERIA c) Qualification and Experience a. Provide a brief history of the Offeror, including year it was established and corporate office location. Northern Safety Co., Inc. (NSI), founded in 1983, was incorporated in the State of New York. It all began delivery medical and first aid supplies out of the back of a pick up truck. 19ffi3 _- -a - a : Sups as outofthis We quickly became an industry leader in safety and in a short 16 years later and opened our state -of - the art office and distribution center in Frankfort, New York. INN We cri r ged our address again! We mroved into our new. lamer, stare-0l a!: affirering Warafiitu3 51 Franxrart NY. Since that time we have had an unprecedented high double digit growth percentage through opening additional branch and distribution centers, organic customer growth and acquisitions. In 2015, our tremendous growth, reputation in the market, customer focus, company philosophy and company culture drew the attention of the largest MRO company in the world, the Wurth Group, which brought us into their family. The Wurth Group is a family owned business that was founded in 1945. In the span of 74 years, has grown to operate in over 80 countries and has more than 77,000 employees and over $15.6 Billion in total sales. We are a globally recognized and awarded Global Market Leader Champion. ■HlirtschafIts ■fthe World Market Leader in the Trade of Fastening Materials The Wudh Group is the world market leader in its core businessdie trade of assembly and fastening materials. It currently consists of over 400 companies in more than 80 countries and has more than 74,000 employees — 32,000 are sales representa0ves. According to the preliminary annual financial slatement, the Wurth Group generated total sales of $15.8 hillion in 2017. In the core business, the Wurth Line, the product range for craft and industry comprises over 1.000,000 products. This includes screws, screw accessories and anchors to tools, chemical -technical products and protective equipment. The Allied Companies of the Wirth Group, which either operate in business areas adjacent to the care business or in diversified business areas, round off the range by offering products for DIY stores, material for aleclrical installations, electronic components {ag. circuit boards) as well as financial services. The Wurth Group awarded Global Market Leader Champion 2010 in the trade of assembly and fastening materials. b. Describe Offeror's reputation in the marketplace. Northern Safety Response: NSI has built a reputation of being one of the most trusted suppliers in the MRO industry from our dedication to providing exceptional customer service, access to over 3000 trusted brands as well as a full line of NSI branded products. In addition, with our offering of value-added services and solutions, we are a company that can truly do it all. This gives us the ability to help participating members to realize costs savings designed to keep your employees safe and productive and able to go home to their families at the end of the work day. This dedication combined with our 100% Satisfaction Guarantee has made us one of the most trusted suppliers in the nation for their MRO supplies. 10M 5atisFaction Guarantee A: of cur products are 100> •3earan%ed... period. Ifthing5 alert exactly the way you want Ehem, we'll quickly repNce an item, i=_s:'=_ `_!I :•a:it orgiue you a €omoia4e refund. Your total sati5f@Oon s our top priority! r.d-nan►e products and excellent prices to knawledgeable sales mP5 and outstanding service, you'll get it all from Nostha '-du5tial! c. Describe Offeror's reputation of products and services in the marketplace. Northern Safety Response: NSI's strength and reputation in the MRO industry falls on our strong and comprehensive line of quality and name brand MRO suppliers and manufacturers. In addition, NSI develops and manufactures it's own line of safety products, as well as has a robust offering of private label products. We go to great lengths to choose our products. Before we offer these products to our customers, they have to meet our high standards based on their quality, reliability, regulatory requirements, and price. We will not offer any products that does not meet these strict standards. We know how important it is for you to choose the right products, and we do our very best to bring the best to you. The products we offer are from manufacturers whose reputation for quality and reliability has been proven over time. Providing these top tier manufacturers with the best reputations in the industry, coupled with our superior levels of service, make us one of the premier safety and industrial supply companies. d. Describe the experience and qualification of key employees. Northern Safety Response: I'Aaffne Mike Stewart NSI Key Personnel Titre Executive Support Executive VP of business Deve':opment Email MStewartC northernsafety.com Cindy Messina Director of Sales Operations CMesainaLMnorthernsafety.c om Mark Mitchell West Coast VP of Sales & Operations MMitchellpnorthernsafety.com Stan Johnson Sr. Executive VP SJohnson@Dnorthernsafety.corn Ernie bridges Mid -South VP of Sales & Dp eratians Ebri dges@,narthernsafety_ra- MikeSulllvan Regi anal Vice President - Mid West Region MSu l l iva n La� n orthernsafety_c am Jeff Hill Southland VP of Sales &Operations JHillenorthernsafety_com Steven Lanahan Directoraf Government Saias SLanahan@)narihernsafety.com Dan Darnbos National Government Contract Manager DDarnhosgnarthernsafety_com Mike Entwistle Northeast Region Regional Sales Manager MEnt�,ristleLwnorthernsafety_com Jeff Patridge Central Region - Regional Sales Manager JPatridgeOnorthernsafety_com Jason Huffines Mid Atlantic Regional Sales Manager JHuffin—er—thernsafety_com Gerald Th arn— Mid -West Regional .S. les Manager GThomas�zDnorthernsafety_com Nathan Terrier Gulf Coast Regional Sales Manager NTerrierk�D n orthernsafety_c am Account Managers National Sales Team DDorn bos @) n orthernsafety_com r • Joined SAFECO in 1998, joined Northern Safety via acquisition l • Responsible for r national accounts and field sales • Held a variety of managerial positions at SAFECOINorthem Safety • Founded Northern Safety in 19a3 • Visionary and semor- most leadership on a daily basis • Developed NS& Brand product line • Northern Safety has acquired 6 companies since 2006 under Sal's leadership Joined Nwthern Safety in 2007 via acquisition Founder of TeleGreel_ a mule -channel marketing service bureau acquired by Northern Safety Executive sponsor NNorthernSafety's SAA P implemenlation • Joined Nofthern Safety in Joined Northern Safety 2015 in 2015 • Experienced CFO and Assists with matching r -r CPA with over 27 years in potential acquisition public and private sector a targets with Northern • Bnngs strong financial and Safety's Strategic operational sldllset to the Business interests existing operators of Strategic executive leader Northern Safety and to the successful in building and execution of its acquisition growing companies strategy Luis Garcia David Rankin Robin Fostini Trvy Hughes Rusty Barnes President - Gulf Coast President - Midwest Executive Vice President Yrce President - Seuthl,,d President - Southland 27 Years 36 Yeats Business tnteihgence 15 Years 15 Years 22 Years Kim Bongiorno Dave Facciell Jeff Sandal Ben Heselton Kathy Pezxulo L4rLcfor of NS1 ire President wratiarovrig Wee President Vice President Vice president Marketin Inventory Solutions & Cusfomizaffon Marine Sales d Services fnfonnation Technology 22 22 Years 22 Years 23 Years 10 Years 11 Years Alice Bretos Laurel Bledsoe Steve Hryb Tammy Cindy Messina Kelly Billings Martha Director of Gulf Coast Director of Mid South Director of Logistics Marchese -Franco Director of Diector of Moorehead aperatrons, Regional Operations &Purchasing Director of Sales A Nationaf Business Process Contralier Manager 20 Years 23 Years Human Resources Accounts Management 22 Years 9 Years 20 Year 1a Years 20 Year e. Describe Offeror's experience working with the government sector. Northern Safety Response: In the government sector, NSI understands the values and processes associated with public procurement. NSI is dedicated to and focused on government agencies and helping them drive down their costs to purchase. We understand the budgetary processes that agencies rely on and the competitive and transparency requirements related to acquiring goods and services. We align the needs for compliance of the public sector with delivering MRO products and services across the wide span of governmental responsibilities to agencies both small and large. With NSI's experience and relationship with suppliers, we remain a steadfast partner in delivering expeditious responses and proven reliability when called upon. With our history in the public sector and experience as a trusted supplier, we embrace the opportunity to form a devoted relationship with Region 4 ESC/ OMNIA and serve all Public Participating Agencies above and beyond their expectations. f. Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers and directors. Northern Safety Response: None to report or disclose. g. 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, and years serviced. Customer Name OkiahomaCity ■ Fire Dept Address S20NW5thStreet 4KC, OK 73106 Contact person Tess Hague Administration Contact Information tess.hague@okv.gov 405-297-3314 Years Serviced Years i Washi�tonStare 310Ma le Park Ave SE P Jer Clard ry Y Clard J@wsdot.wa. ov Y g z ■// GepartrwrtofTranspodatloa Olympia, WA985M Purchasing 360-357-2645 2iyears Charleston 1o3St. Phillip Street RonnieFreitas FreitasRA@CharlestonCPS.com 3 Water System Charleston, SC29402 Water quality 843-297-1168 10t ears Y 4 1110 W. Washington St Patricia Lorenzen Iorenzen.patricia@azdeq.gov Y ears ' Phoenix, Arizona85007 Purchasing 602-771-4776 • 600 East 4th Street Eric Nachamie enachamie@ci.charlotte.nc.us 5 Charlotte, NC 28202 Administration 704-336-7810 20Fyears h. Provide any additional information relevant to this section. NSI was ranked amongst it's peers for its website functionality and customer experience by an independent third party. There were three main categories that were evaluated: User Experience & Usability, Marketing & Shipping, and 626 Product needs. Out of 300 companies evaluated NSI ranked 2nd overall and received one of the highest scores given for User Experience & Usability among the other companies evaluated. NSI was also featured as one of their case studies in the report. Please see the full report provided in Tab 9, Additional Exhibits. Case Studies Northern Safety & Industrial This site has everything that customers need - from a good user experience and a wide array of 13213 features. Their user experience is top-notch, showing all the information that is needed to make a confident purchasing decision; product descriptions, customer reviews, pricing guides, and recommended products. Their ample amount of product information and social proof undoubtedly plays a positive role in their conversion rates. On top of that, the website is well maintained and easy to get from product to purchase. Along with the user experience, their eCommerce offerings are a step above the rest. Offering volume pricing, net terms, a bulk order pad, and multiple forms of buying Northern Safety & Industrial has clearly understood their buyers' needs and streamlined the buying process. - flaw-trs.w... .*, A A Apruval Ranking Rank Company UX MARKETING 113213 NEEDS RATING 1 W.W. Grainger 55 60 130 245 2 Northern Safety & Industrial 70 42 130 242 3 Global Industrial 60 31 125 216 4 Texas America 70 21 125 216 5 AFT Fasteners 60 30 120 210 6 Liveactionsafety.com 70 25 110 205 7 Safety Glasses USA 60 21 115 196 8 Midwest Unlimited 60 20 115 195 9 Conney Safety Products 40 19 130 189 10 The Fastenal Company 40 33 115 188 NSI is ready, willing and able to exceed all of the requirements of this RFP, as well as bringing its value added solutions to assist Region 4 ESC and all Public Participating agencies save time and money. With our robust product offering on-line and sourcing capabilities for non -catalog items ensures that the Public Participating agencies receive the products they need to do their jobs safely and productively. Our in hand inventory ships same day 98% of the time when orders are placed before 4:00pm. We fully recognize the importance of a strong Region 4 ESC/ OMNIA MRO Supplies contract and the overall cost savings and efficiencies that members are looking to achieve. NSI is extremely well positioned to assist with these efforts and committed to providing the necessary products, services and solutions to serve Region 4 ESC and affiliated agencies. As we explained in detail in each section of the proposal, our experience with service the Public Sector coupled with our industry leading product line, exceptional service and supply chain and value- added programs make NSI the ideal choice to assist Region 4 ESC and OMNIA's Public Participating Agencies in serving its customers. On behalf of NSI's team members we would like to thank the Region 4 ESC for the opportunity to provide NSI's response to this very important solicitation. d) Value Add a. Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. Northern Safety Response: NSI has a full complement of Value Add Services and Solutions that are expected in the MRO industry, as well as a full offering of Value Add Services that separates us from the rest in providing second to none services and solutions. Customized Website Customer Landing Page: Website Capabilities: e Functionality& PermissionLevels are based on approved buyers registration and log -in for secure authorized purchases Electronic Invoicing -we communicate with various EDI Platforms per your request Online securityVeriSign Secure Multiple firewails in place that further enhance our security against external intruders Product Customization: �MNIA::a� NORH I MM _ . r� Orly =YM1 :7— I.w YMY� 41Y1Y�Y�V.YMI Ywiw 4�;4_►haw al..Y��Yr�II�M...raYY Wrw/WI+Mrr+ilai wYr..r NSI does their own product customization in house and it has never been easier to add a custom logo or safety message to your order of safety supplies. Our custom printing service is a complete package to help reduce injury, increase compliance or increasing security by additional identification methods. With NSI doing the customization on -site at our own facility, it allows us to provide better quality control and much faster lead times than the industry standard. Once your logo has been digitized and approved, we can deliver your logo'd items in as little as 5-7 business days. We also offer Free Setup, Low to No minimums on products and GREAT prices, making NSI hard to beat. NSI Inventory Solutions: Helping you save Time, Money and Resources Each customers inventory goals are unique, so your inventory management solutions should be unique too. We have the tools and flexibility to design a unique program that fits a customers specific need. Hugged machines provide immediate. point -of --use access to die wois and supplies orb r needs to get the lob done- W [h ending, you II get a clrvr ' 04 inventory, vansparenry m usage. and easy -to -use �i eporng_ J Yu ran control cols by doing busirtess el—i-lly and nitor consumption eas-to-use, yet//� camprehensivel reparVng. `\\ Pages 18-19 -- i- �i'e can provide inventory solutions personnel at your €oration, providing nnn-keoyry management. l� Pagea 2421 You can streamline the w7—g� llsupplig and inventoesnizekeep trackoit'd byusinb d —b srannmg and robust reporting. Pages 8-17 ULlmminteoyyo uur refxaadct ty buend ild m �for you. Pnrlec 22-23 Vending Solutions: All of our vending solutions are fully customizable to meet your inventory management goals. NSI's vending solutions combine point -of -use access with total traceability, increasing productivity and maximizing your cost savings. Your dedicated Inventory Management Specialist will work with the Public Participating Agency to determine your needs and configure the machines tailored to meet your specific inventory goals. During this process we will: ✓ look at your buying history and patterns ✓ Define the number of SKU's you need to dispense ✓ Determine how frequently each product can be dispensed ✓ Establish who will have access to which products, and how often ✓ Find out the level of security you need for your inventory NSI- Vending Solutions: Costs frrcraasa Productivity Automate Crdari,rrg 10-50% Product is immediately Your N5I-rep works with FM,aduceal t of the available, 24/7, near you to ensure that your controls the workers who team always has the orting. need it. supplies they need to he safe and productive. Orrr rugged equipment provides whatever level of security, access, ont-1, and tracking you need. From medium-I-1. to very high-level security, our mach- -Al help keep yaw inventory safe and secure. nrsr lnventrry Solwtians ( Increased Accountability Reduced Downtime and Costs dBetter Inventory Control • individual Door Comra3 Highly Custanu—ble • Easy-tmUsc On -Screen ]nb—face r7 I� W iR Offeri"O "ELEx fCvfL'P - Full Usibillty to mom Produci Avaijz.1. ■ Maximum Rexit>;lity ■ • Ideal for Harsh, i Industrial Fn vironments 1 t CAl4 0+[.JSEL S Efiiaent Organization of Multiple Sizes of a Variety of Supplies • Dispenses single or KAWd Items • User -Friendly Tovchscrcen Surface Patented Compartment -Level Control • High Capacity Storage in S—LL Footprint • Versatileand Configurable Total Crib Management: If a customer needs a better organizational system for crib or storeroom, look to us for comprehensive crib management solutions. From sturdy shelving to barcode scanners, we are able to offer what is needed to increase efficiency, reduce loss, and save valuable time. • Scanning: Our Advanced scanning technology makes ordering fast and easy. Whether a customer chooses to have us manage their inventory, or the choose to do it themselves, our dedicated barcode scanner and smartphone applications allow a customer to: o Expedite Orders with barcode scanning o Streamline purchases by uploading scanned data o Reduce paperwork with electronic orders Reporting: Compete transparency to all your procurement activity. Our robust reporting software gives you the advantage you need to monitor supply levels, manage usage, and assess your purchasing. You can: o Control secured user access o M nitor usage patterns and inventory levels o View information at different levels according to your needs o Set up automatic email of reports ■ Labeling: -1 Labels improve efficiency ■ r and or Our full line of labeling machines are the quick and easy way to add product identification and barcodes that will- - Deduce ermn and increase effic-iency - Lniprove sorting and organizing - Eliminate wasted time IV Streamlining through eProcurement technology: We can simplify your procurement and payment processes and help you better manage your inventory with our suite of customizable eProcurement solutions. We are able to offer Custom Websites, PunchOut and EDI. Custom Websites: Our fully integrated customer web portal makes online ordering even more convenient by providing access to useful tools and customizable features. A customer is just a click away from streamlined product management and reporting for all purchases. PunchOut: Improving efficiency in Procure -to -Pay Processes. Our highly trained integration specialists have experience with a wide variety of PunchOut systems both om premise and cloud- based. Whether a customer is using cXML, OCI or CIF, we can integrate to save time, money and resources. EDI: Electronically connect to save. Our EDI Team is ready to work with customers to send and receive many EDI documents including the most common 850, 855, 820 and 810. We can communicate directly through AS2 or use a VAN. If a customer has different business requirements, we will find a solution that fits. SHOP Save time finding pricing and selecting products © R_hilize nor wetrbased catalog with robust search functionality to quickly access products, customer specific pricing and availability. ORDER Optimize operating efficiency — ERP drea conrn-coons make placing orders Fast, efficient, and paper -free. MANAGE Automate order and payment process 0 Transmit POs, receive invoices, and process payments elertronicaNy through PunchOut & EDL On -site Services: Our customer will have the control and flexibility to use any of our NSI Inventory Solutions with the added expertise of an on -site specialist who will help save time, money and resources. Our Inventory Management Specialist will: Understand Your Product Needs: We will be on -site with the customer and will take the time to understand their specific requirements. We can cross reference the products that are currently being used and help find solutions for any other product needs. Replenish Your Inventory: Our dedicated Inventory Management Specialist will monitor inventory levels, inventory usage, place orders when inventory gets low and re -stock the supplies needed to replenish inventory levels. Fully Stocked Storage Containers: Get the products you need... when and where they are needed... FAST! Whether a customer chooses to manage their own inventory or have our team of experts help, NSI Inventory Solutions can provide a fully -stocked trailer right at a customers location or job site.... Saving valuable time and increasing productivity. It's a customers fixed or mobile warehouse solution. On -Site Trailer Solutions are Ideal for... ram,• .. i Jobsite $torag4 NO I-rore Waiting for Material to arrive. Your products will be ready' when you need them_ e - Short -Term Projects When time is of the essence, trailers are the solution. With the right products on bland. you'll decrease downtime and . - increase productivity. ' Project -Specific I Inventory Storage Trailer solutions Delp n-ointain Control over your site Or Prof-spec�ic >r�'er�tory'. Go Clean Services: NSI's Go Clean service provides reliable, efficient cleaning services that comply with all NFPA 1851 requirements and updates. Our inspection services will identify repairable damage that affects your gear's protective performance. We will also identify wear areas before they become a safety issue or lead to irreversible damage. Regular repair can keep PPE in serviceable condition and extend its safe, usable life, which will significantly offset PPE replacement costs. We also keep records on every cleaning, inspection and repair so the customer does not have to. We can provide all reporting data as needed as well. NSI is a verified Independent Service Provider, certified compliant with NFPA requirements dually trained by one of the leading manufacturers of Fire Fighting Protective Ensembles. O ��I a ri .. Northern Safety is verified by Intertek, a third -party testing facility. We are authorized to clean and perform repairs on other PPE, manufactured by: Honeywell First Responder Products, Globe, Lion, Fyrepel and Veriden. Fall Protection Repair: NSI is a factory -authorized service center for DBI/Sala. Our experienced technicians service equipment following the manufacturer's specifications and provide documentation upon completion of the service for easy and convenient record keeping. We will clean and inspect harnesses and lanyards plus inspect, repair and recertify self -retracting lifelines (SRL's). Extrication Equipment Repair: NSI is a factory -authorized service center for Amkus Rescue Systems. We stock the most commonly replaced Amkus parts on our mobile service trailer and can perform most repairs on -site in select areas. Respiratory Protection Repair: NSI is a factory -authorized service center for Scott Safety. Our experienced technicians service a customers equipment following the manufacturer's specifications and provide documentation upon completion of the service for easy, convenient record keeping. We can also perform quantitative fit testing for respirators and we flow test and repair SCBA's. We can also refill breathing cylinders. Level A Suits Testing: Our skilled technicians can inspect and test Level A suits in accordance with ATSM F 1052, Standard Practice for Pressure Testing Totally Encapsulating Chemical Protective Suits. We can provide pressure testing to confirm the gas -tight integrity of the Level A suit. Documentation upon completion of service is available for record keeping. Safety Check Team: We understand that the consequences of workplace accidents can put a strain on your workers and effect workplace moral and productivity, so we've designed our SafetyCheck", Program to proactively build on your strengths, reduce risk, increase safety and lower costs. Our Program provides a solid framework for risk reduction. SafetyChedfv Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC's OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Signature below certifies complete acceptance of Region 4 ESC's Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: X We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public information Act. ❑ We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note: Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) t [ 17- -Z- { Date Page 26 Neil i. SexPon President & COO Authorized Signature & Title Appendix C, Doc #2 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code § 2155.005) Attorney General Form I affirm under penalty of perjury of the laws of the State of Texas that: 1. I am duly authorized to execute this Contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; 2. In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; 3. In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law; and 4. Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company Northern Safety Co., Inc. 232 Industrial Park Drive Address FrankfortNY 13340 Contact Signature Dan Dornbos Printed Name National Government Contract Manager Position with Company Official Authorizing Proposals ig7na re Neil J. Sexton Printed Name Phone 405 482-6694 - Dan Dornbos Fax (315) 793-4940 - Attn: Sales Operations Page 27 President & COO Position with Company 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: httr)s://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Frequently Asked Questions: https:/Iwww.ethics.state.tx.us/resources/FAQs/FAQ Form1295. h Changes to Form 1295: https://www.ethics. state.tx. us/data/filininfo/1295Chan es. df Page 28 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Northern Safety Co., Inc Frankfort, NY United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Region 4 Education Servne 3 Provide the identification b d by th ve ntal en gency rack or identify t ontract, and provide a description of the service , or other le pro d and a cons t. 19-20 Maintenance, Repair and Operating (MRO) Supplies & Related Services 4 Name of Interested Parry City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Region 4 ESC Houston, TX United States X 5 Check only if there is NO Interested Parry. ❑ 6 UNSWORN DECLARATION My name is Neil J. Sexton and my date of birth is 08/07/1 958 My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Herkimer County, State of New York , on the 25th day of November, 20_Q. (month) (year) Neil J. Sexton - President & COO Signature of authorized agent of contractii business entity (Declarant) Forms orovided by Texas Ethics Commission vAuw.p-thlcs.StatB.tx.nB vercinn V1 1 lnAnnf7rl Appendix C, DOC # 4 Texas Government Code 2270 Verification Form House Bill 89 (85R Legislative Session), which adds Chapter 2270 to the Texas Government Code, provides that a governmental entity may not enter into a contract with a company without verification that the contracting vendor does not and will not boycott Israel during the term of the contract. Furthermore, Senate Bill 252 (85R Legislative Session), which amends Chapter 2252 of the Texas Government Code to add Subchapter F, prohibits contracting with a company engaged in business with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the Texas Comptroller. I, Neil J. Sexton as an authorized representative of Northern Safety Co., Inc. a contractor engaged by Insert Name of Company Region 4 Education Service Center, 7145 West Tidwell Road Houston TX 77092, verify by this writing that the above -named company affirms that it (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract, or any contract with the above -named Texas governmental entity in the future. Also, our company is not listed on and we do not do business with companies that are on the Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found at htt s://com troller.texas. ov/ urchasin /docs/forei n-terrorist. df, I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above -named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above -named Texas governmental entity. I swear and affirm that the above is true and correct. Neil J. Sexton - President & COO k (��'� 'C'1 Signature of Named Authorized Com ny Representative .-}--( o Form Revised 10/27/201 Page 29 aal��i Date Appendix C, DOC # 5 SPECIAL CONDITIONS The below clauses are applicable to the Offer; by Submitting a Sealed Proposal the Offeror is accepting these Special Conditions: 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, 13. 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 Region 4 ESC 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 Chapter III, ¶ 6.d 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 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; Federal Requirements Services issued under this contract may be in response to an emergency or disaster recovery situation and eligible for federal funding; Services issued in response to an emergency or disaster recovery situation are subject to and must comply with all federal requirements applicable to the funding. The remaining items below, located in this Special Conditions section, 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. Termination for Convenience: The right to terminate this Contract for the convenience of Region 4 ESC is retained by Region 4 ESC. In the event of a termination for convenience by Region 4 ESC, Region 4 ESC shall, at least ten (10) calendar days in advance, deliver written notice of the termination for convenience to Contractor. Upon Contractor's receipt of such written notice, Contractor immediately shall cease the performance of the Work and shall take reasonable and appropriate action to secure and protect the Work then in place. Contractor shall then be paid by Region 4 ESC, in accordance with the terms and provisions of the Contract Documents, an amount not to exceed the actual labor costs incurred, the actual cost of all materials installed and the actual cost of all materials stored at the project site or away from the project site, as approved in writing by Region 4 ESC but not yet paid for and which cannot be returned, and actual, reasonable and documented demobilization costs, if any, paid by Contractor and approved by Region 4 ESC in connection with the Scope of Work in place which is completed as of the date of termination by Region 4 ESC and that is in conformance with the Contract Documents, less all amounts previously paid for the Work. No amount ever shall be owed or paid to Contractor for lost or anticipated profits on any part of the Scope of Work not performed or for consequential damages of any kind. 2. Equal Employment Opportunity: Region 4 ESC highly encourages Contractors to implement Affirmative Action practices in their employment programs. This means Contractor should not discriminate against any employee or applicant for employment because of race, color, religion, sex, pregnancy, sexual orientation, political belief or affiliation, age, disability or genetic information. 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 by the contracting officer 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 national origin. (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 complaint or 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 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 section 202 of Executive Order 11246 of September 24, 1965, 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 by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting 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 non-compliance with the nondiscrimination clauses of this contract or with any of such 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 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 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 may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 3. "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, 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, 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 considerations for employment without regard to race, color, religion, sex, or national origin. (3) 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. (4) 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. (5) The contractor will furnish all information and reports required by Executive 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 his books, 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. (6) 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 as 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. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) 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." 4. Davis Bacon Act and Copeland Anti -Kickback Act. a. Applicability of Davis -Bacon Act. The Davis -Bacon Act only 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. It does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program. b. 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. c. 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. d. 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. e. In contracts subject to the Davis -Bacon Act, 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 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 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. f. The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies to compliance with both the Davis -Bacon and Copeland Acts. However, as discussed in the previous subsection, the Davis -Bacon Act does not apply to Public Assistance recipients and subrecipients. In situations where the Davis -Bacon Act does not apply, neither does the Copeland "Anti -Kickback Act." However, for purposes of grant programs where both clauses do apply, FEMA requires the following contract clause: "Compliance with the Copeland "Anti -Kickback" Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40U.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. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the 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 (3) 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." 5. Contract Work Hours and Safety Standards Act. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Where applicable (see 40 U.S.C. § 3701), 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 at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. c. 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. d. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning compliance with the Contract Work Hours and Safety Standards Act: "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 such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (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 (1) of this section, in the sum of $10 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 (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or 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 (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section 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 (1) through (4) of this section." 6. Rights to Inventions Made Under a Contract or Agreement. a. Stafford Act Disaster Grants. This requirement does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case 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." b. If the FEMA award meets the definition of "funding agreement" under 37 C.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. c. The regulation at 37 C.F.R. § 401.2(a) currently 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. 7. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000 must contain a provision that requires the contractor 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. §§ 12511387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II, ¶ G. a. The following provides a sample contract clause concerning compliance for contracts of amounts in excess of $150,000: "C'1Pnn Air Art § 7401 et seq. (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. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), 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 by FEMA. Federal Water Pollution Control Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), 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 by FEMA." 8. Debarment and Suspension. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Non-federal entities and contractors are 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). c. 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 Procurement Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field Manual Chapter IV, ¶ 6.d, and Appendix C, ¶ 2 [hereinafter PDAT Supplement]. 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 Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, ¶ 6.d and Appendix C, ¶ 2. d. In general, 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 subrecipient. e. 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, regardless of amount. (3) The contract is for federally required audit services. (4) A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. 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, its 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 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). 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 (name of state agency serving as recipient and name of subrecipient), 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 covered transactions." 9. Byrd Anti -Lobbying Amendment. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Contractors that apply or bid for an award of $100,000 or more must file the required certification. See 2 C.F.R. Part 200, Appendix II, ¶ I; 44 C.F.R. Part 18; PDAT Supplement, Chapter IV, 6.c; Appendix C, ¶ 4. c. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. See PDAT Supplement, Chapter IV, ¶ 6.c and Appendix C, ¶ 4. d. The following provides a Byrd Anti -Lobbying contract clause: "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." APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, 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 its instructions. 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 and disclose 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 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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, Northern Safety Co., Inc 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. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Neil I Sexton - President & COO Name and Title of Contractor's Authorized Official t�a�5 Date" 10. Procurement of Recovered Materials. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. 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, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix II, ¶ J; 2 C.F.R. § 200.322; PDAT Supplement, Chapter V, ¶ 7. C. 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. The following Provides the clause that a state agency or agency of a Political subdivision of a state and its contractors can include in contracts meeting the above contract thresholds: "(1) 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 be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA- designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpq-program." 11. Additional FEMA Requirements. a. The Uniform Rules authorize FEMA to require additional provisions for non- Federal entity contracts. FEMA, pursuant to this authority, requires or recommends the following: b. Changes. 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. 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 on the nature of the contract and the end -item procured. c. Access to Records. All non -Federal entities must place into their contracts a provision that all contractors and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing Department and FEMA access to records, accounts, documents, information, facilities, and staff. See DHS Standard Terms and Conditions, v 3.0, ¶ XXVI (2013). d. The following provides a contract clause regarding access to records: "Access to Records. The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), 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, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) 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." 12. DHS Seal, Logo, and Flags. a. All non -Federal entities must 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. See DHS Standard Terms and Conditions, v 3.0, ¶ XXV (2013). b. The following provides a contract clause regarding DHS Seal, Logo, and Flags: "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." 13. Compliance with Federal Law, Regulations, and Executive Orders. a. All non -Federal entities must place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable federal law, regulations, executive orders, and FEMA policies, procedures, and directives. b. The following provides a contract clause regarding Compliance with Federal Law, Regulations, and Executive Orders: "This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives." 14. No Obligation by Federal Government. a. The non -Federal entity must include a provision 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 the contract. b. The following provides a contract clause regarding no obligation by the Federal Government: "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." 15. Proaram Fraud and False or Fraudulent Statements or Related Acts. a. 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. The following provides a contract clause regarding Fraud and False or Fraudulent or Related Acts: "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." Additional contract clauses per 2 C.F.R. 200.325 For applicable construction/reconstruction/renovation and related services: A payment and performance bond are both required for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. A "payment bond" is one executed in connection with a contract to assure payment as required bV law of all persons supplying labor and material in the execution of the work provided in the contract. Offeror agrees to comply with all terms and conditions outlined in the Special Conditions section of this solicitation. Offeror's Name: Northern Safety Co., Inc. Address, City, State, and Zip Code: 232 Industrial Park Drive, Frankfort, NY 13340 Phone Number: (405) 482-6694 - Dan Dornbos Fax Number. (315 ) 793-4940 - Sales Operations Printed Name and Title of Authorized Representative: Neil J. Sexton - President & COO Email Address: DDornbos@northernsafety.com Signature of Authorized Representative JIJ Date: 1 Appendix C, DOC # 6 QUESTIONNAIRE Please provide responses to the following questions that address your company's operations, organization, structure and processes for providing products and services. 1. Diversity Programs • Do you currently have a diversity program or any diversity partners that you do business with? ❑Yes Pio (if the answer is yes, attach a statement detailing the structure of your program, along with a list of your diversity alliances and a copy of their certifications.) 2. Diverse Vendor Certification Participation Region 4 ESC encourages the use of under-utilized businesses (HUB), minority and women business enterprises (MWBE), and small and/or disadvantages business enterprises (SBE) both as prime and subcontractors. Offerors shall indicate below whether or not they and/or any of their subcontractors (and if so which) hold certification in any of the classified areas and include proof of such certification with their response. a. Minority Women Business Enterprise Respondent certifies that this firm is an MWBE ❑Yes XNo List certifying agency: b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Respondent certifies that this firm is a SBE or DBE ❑Yes ($,lo List certifying agency: c. Historically Underutilized Businesses (HUB) Respondent certifies that this firm is a HUB ❑Yes Flo List certifying agency: d. Historically Underutilized Business Zone Enterprise (HUBZone) Respondent certifies that this firm is a HUBZone ❑Yes XVo List certifying agency: e. Other Respondent certifies that this firm is a recognized diversity ❑Yes KVo certificate holder List certifying agency: 3. Has Offeror made and is Offeror committed to continuing to take all affirmative steps set forth in 2 CFR 200.321 as it relates to the scope of work outlined in this solicitation? XYes dVo 6. ' Neil I Sexton Signed�r Title President & COO Date NOT APPLICABLE TO THIS CONTRACT **NORTHERN SAFETY IS ONLY SIGNING TO ACKNOWLEDGE RECEIPT** DOC #7 For applicable construction/reconstruction/renovation and related services, a bid guarantee is required not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in Texas and authorized to underwrite bonds in the amount of the bid bond. For the purposes of this solicitation, the total bid is to be $60,000,000. Neil.J. Sexton ` Signed r"1-ZL, A Title President &COO Date - -U:/—o Ct t)region41- 7145 West Tidwell Road - Houston, Texas 77092 (713)-462-7708 www.esc4.net NOTICE TO OFFEROR ADDENDUM NO. 1 Solicitation Number 19-20 Request for Proposal ("RFP") by Region 4 Education Service Center ("ESC") for Maintenance, Repair and Operations (MRO) Supplies & Related Services SUBMITTAL DEADLINE: Tuesday, December 3, 2019, 2:00 PM CENTRAL TIME This Addendum No. 1 amends the Request for Proposals (RFP) for Maintenance, Repair and Operations (MRO) Supplies & Related Services 19-20 ("Addendum"). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. This Addendum No. 1 is hereby issued to: 1. Correct Non -Mandatory Pre -Proposal Conference time: NON -MANDATORY PRE -PROPOSAL CONFERENCE Offerors are strongly encouraged, but not required to participate in a pre -proposal conference with the Business Operations Specialist, which will be held on November 12, 2019 at 2:00 pm in the Region 4 ESC offices located at 7145 West Tidwell Road, Houston Texas 77092. To attend the conference, potential Offeror must notify Crystal Wallace, Business Operations Specialist, at cwallace(a_esc4.net, by November 6, 2019. Offeror's who are unable to attend in person but would like to call in must also send an email to request call in instructions. The purpose of this conference is to clarify the contents of this RFP in order to prevent any misunderstanding of Region 4 ESC's position. Any doubt as to the requirements of this RFP or any apparent omission or discrepancy should be presented to Region 4 ESC at this conference. Region 4 ESC will then determine the appropriate action necessary, if any, and may issue a written addendum to the RFP. Oral statements or instructions will not constitute an addendum to this RFP. RECEIPT OF ADDENDUM ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name Northern Safety Co., Inc. Dan Dornbos - National Government Contract Manager Contact Person Phone: (405) 482-6694 / Email: DDornbos@northernsafety.com .J/ 0 Signature c,✓1z ��j Neil J. S xton - resident & COO Date ( ( 7-9-, /`) Crystal Wallace Region 4 Education Service Center Business Operations Specialist Ct t)region4l- 7145 West Tidwell Road - Houston, Texas 77092 (713)-462-7708 www.esc4.net NOTICE TO OFFEROR U1919121►1bill VA 1011:s] VA Solicitation Number 19-20 Request for Proposal ("RFP") by Region 4 Education Service Center ("ESC") for Maintenance, Repair and Operations (MRO) Supplies & Related Services SUBMITTAL DEADLINE: Monday, December 9, 2019, 2:00 PM CENTRAL TIME This Addendum No. 2 amends the Request for Proposals (RFP) for Maintenance, Repair and Operations (MRO) Supplies & Related Services 19-20 ("Addendum"). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. This Addendum No. 2 is hereby issued to change; 1. SUBMITTAL DEADLINE: Monday, December 9, 2019, 2:00 PM CENTRAL TIME 2. DEADLINE FOR RECEIPT OF QUESTIONS: November 21, 2019 3. Page 39 — Change first paragraph labeled "M" to "L". 4. Appendix E — Products & Services Pricing and market basket has been amended and is attached. 5. Additions to Appendix C — ADDITIONAL REQUIRED DOCUMENTS Appendix C, DOC # 5 SPECIAL CONDITIONS The below clauses are applicable to the Offer; by Submitting a Sealed Proposal the Offeror is accepting these Special Conditions: 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 Region 4 ESC 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 Chapter III, ¶ 6.d 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 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; Federal Requirements Services issued under this contract may be in response to an emergency or disaster recovery situation and eligible for federal funding; Services issued in response to an emergency or disaster recovery situation are subject to and must comply with all federal requirements applicable to the funding. The remaining items below, located in this Special Conditions section, 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. Termination for Convenience The right to terminate this Contract for the convenience of Region 4 ESC is retained by Region 4 ESC. In the event of a termination for convenience by Region 4 ESC, Region 4 ESC shall, at least ten (10) calendar days in advance, deliver written notice of the termination for convenience to Contractor. Upon Contractor's receipt of such written notice, Contractor immediately shall cease the performance of the Work and shall take reasonable and appropriate action to secure and protect the Work then in place. Contractor shall then be paid by Region 4 ESC, in accordance with the terms and provisions of the Contract Documents, an amount not to exceed the actual labor costs incurred, the actual cost of all materials installed and the actual cost of all materials stored at the project site or away from the project site, as approved in writing by Region 4 ESC but not yet paid for and which cannot be returned, and actual, reasonable and documented demobilization costs, if any, paid by Contractor and approved by Region 4 ESC in connection with the Scope of Work in place which is completed as of the date of termination by Region 4 ESC and that is in conformance with the Contract Documents, less all amounts previously paid for the Work. No amount ever shall be owed or paid to Contractor for lost or anticipated profits on any part of the Scope of Work not performed or for consequential damages of any kind. 2. Equal Employment Opportunity: Region 4 ESC highly encourages Contractors to implement Affirmative Action practices in their employment programs. This means Contractor should not discriminate against any employee or applicant for employment because of race, color, religion, sex, pregnancy, sexual orientation, political belief or affiliation, age, disability or genetic information. 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 by the contracting officer 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 national origin. (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 complaint or 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 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 section 202 of Executive Order 11246 of September 24, 1965, 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 by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting 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 non-compliance with the nondiscrimination clauses of this contract or with any of such 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 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 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 may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 3. "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, 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, 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 considerations for employment without regard to race, color, religion, sex, or national origin. (3) 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. (4) 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. (5) The contractor will furnish all information and reports required by Executive 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 his books, 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. (6) 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 as 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 bylaw. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) 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." 4. Davis Bacon Act and Copeland Anti-KickbackAct. a. Applicability of Davis -Bacon Act. The Davis -Bacon Act only 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. It does not aag_Iv to other FEMA grant and cooperative agreement rg_ograms, including the Public Assistance Program. b. 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. c. 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 aweek. d. 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. e. In contracts subject to the Davis -Bacon Act, 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 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 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. The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies to compliance with both the Davis -Bacon and Copeland Acts. However, as discussed in the previous subsection, the Davis -Bacon Act does not apply to Public Assistance recipients and subrecipients. In situations where the Davis -Bacon Act does not a12121y. neither does the Copeland "Anti -Kickback Act." However, for purposes of grant programs where both clauses do apply, FEMA requires the following contract clause: "Compliance with the Copeland "Anti -Kickback" Act. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40U.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. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the 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 (3) 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." 5. Contract Work Hours and SafetvStandards Act. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Where applicable (see 40 U.S.C. § 3701), 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 at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶ E. c. 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 workweek. d. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning compliance with the Contract Work Hours and Safety Standards Act: "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 such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (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 (1) of this section, in the sum of $10 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 (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or 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 (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section 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 (1) through (4) of this section." 6. Rights to Inventions Made Under a Contractor Agreement. a. Stafford Act Disaster Grants. This requirement does not a12121y to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case 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." b. If the FEMA award meets the definition of "funding agreement" under 37 C.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. c. The regulation at 37 C.F.R. § 401.2(a) currently 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. 7. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000 must contain a provision that requires the contractor 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 FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix ll, ¶ G. a. The following provides a sample contract clause concerning compliance for contracts of amounts in excess of $150,000: "Clean Air Act § 7401 et seq. (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. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indian tribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), 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 by FEMA. Federal Water Pollution Control Act (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The contractor agrees to report each violation to the (name of the state agency or local or Indian tribal government) and understands and agrees that the (name of the state agency or local or Indiantribal government) will, in turn, report each violation as required to assure notification to the (name of recipient), 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 by FEMA." 8. Debarment and Suspension. a. Applicability: -This requirement applies to all FEMA grant and cooperative agreement programs. b. Non-federal entities and contractors are 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). c. 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. Part200, Appendix II, ¶ H; and Procurement Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field Manual Chapter IV, ¶ 6.d, and Appendix C, ¶ 2 [hereinafter PDAT Supplement]. 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 Executive Order 12549. SAM exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, ¶ 6.d and Appendix C, ¶ 2. d. In general, 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 subrecipient. e. 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, regardless of amount. (3) The contract is for federally required audit services. (4) A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of $25,000. d. 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, its 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 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). 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 (name of state agency serving as recipient and name of subrecipient), 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 covered transactions." 9. Byrd Anti -Lobbying Amendment. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. Contractors that apply or bid for an award of $100,000 or more must file the required certification. See 2 C.F.R. Part 200, Appendix II, ¶ I; 44 C.F.R. Part 18; PDAT Supplement, Chapter IV, 6.c; Appendix C, ¶ 4. c. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. See PDAT Supplement, Chapter IV, ¶ 6.c and Appendix C, ¶ 4. d. The following provides a Byrd Anti -Lobbying contract clause: "Bvrd Anti-Lobbvina Amendment. 31 U.S.C. F4 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." APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, 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 its instructions. 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 certifyand disclose 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 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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 accuracyof each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date" 10. Procurement of Recovered Materials. a. Applicability: This requirement applies to all FEMA grant and cooperative agreement programs. b. 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, Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix II, ¶ J; 2 C.F.R. § 200.322; PDAT Supplement, Chapter V, ¶ 7. c. 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. The following provides the clause that a state agency or agency of a political subdivision of a state and its contractors can include in contracts meeting the above contract thresholds: "(1) 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 be acquired— (i) Competitively within a timeframe providing forcompliance with the contract performance schedule; (ii) Meetingcontract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA- designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program." 11. Additional FEMA Reauirements. a. The Uniform Rules authorize FEMA to require additional provisions for non - Federal entity contracts. FEMA, pursuant to this authority, requires or recommends the following: b. Changes. 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. 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 on the nature of the contract and the end -item procured. c. Access to Records. All non -Federal entities must place into their contracts a provision that all contractors and their successors, transferees, assignees, and subcontractors acknowledge and agree to comply with applicable provisions governing Department and FEMA access to records, accounts, documents, information, facilities, and staff. See DHS Standard Terms and Conditions, v 3.0, ¶ XXVI (2013). d. The following provides a contract clause regarding access to records: "Access to Records. The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), 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, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) 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." 12. DHS Seal, Logo, and Flags. a. All non -Federal entities must 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. See DHS Standard Terms and Conditions, v 3.0, ¶ XXV (2013). b. The following provides a contract clause regarding DHS Seal, Logo, and Flags: "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." 13. Compliance with Federal Law, Regulations, and Executive Orders. a. All non -Federal entities must place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable federal law, regulations, executive orders, and FEMA policies, procedures, and directives. b. The following provides a contract clause regarding Compliance with Federal Law, Regulations, and Executive Orders: "This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives." 14. No Obligation by Federal Government. a. The non -Federal entity must include a provision 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. b. The following provides a contract clause regarding no obligation by the Federal Government: "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." 15. Program Fraud and False or Fraudulent Statements or Related Acts. a. 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. The following provides a contract clause regarding Fraud and False or Fraudulent or Related Acts: "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." Additional contract clauses per 2 C.F.R. § 200.325 For applicable construction/reconstruction/renovation and related services: A payment and performance bond are both required for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. A "payment bond" is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided in the contract. Offeror agrees to comply with all terms and conditions outlined in the Special Conditions section of this solicitation. Offeror's Name: Address, City, State, and Zip Code: Phone Number: Printed Name and Title of Authorized Representative: Email Address: Signature of Authorized Representative: Fax Number: Appendix C, DOC # 6 QUESTIONNAIRE Please provide responses to the following questions that address your company's operations, organization, structure and processes for providing products and services. 1. Diversity Programs • Do you currently have a diversity program or any diversity partners that you do business with? ❑Yes ❑No (If the answer is yes, attach a statement detailing the structure of your program, along with a list of your diversity alliances and a copy of their certifications.) 2. Diverse Vendor Certification Participation Region 4 ESC encourages the use of under-utilized businesses (HUB), minority and women business enterprises (MWBE), and small and/or disadvantages business enterprises (SBE) both as prime and subcontractors. Offerors shall indicate below whether or not they and/or any of their subcontractors (and if so which) hold certification in any of the classified areas and include proof of such certification with their response. a. Minority Women Business Enterprise Respondent certifies that this firm is an MWBE ❑Yes ❑No List certifying agency: b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Respondent certifies that this firm is a SBE or DBE ❑Yes ❑No List certifying agency: c. Historically Underutilized Businesses (HUB) Respondent certifies that this firm is a HUB ❑Yes ❑No List certifying agency: d. Historically Underutilized Business Zone Enterprise (HUBZone) Respondent certifies that this firm is a HUBZone ❑Yes ❑No List certifying agency: e. Other Respondent certifies that this firm is a recognized diversity ❑Yes ❑No certificate holder List certifying agency: 3. Has Offeror made and is Offeror committed to continuing to take all affirmative steps set forth in 2 CFR 200.321 as it relates to the scope of work outlined in this solicitation? ❑Yes ❑No 6. DOC #7 For applicable construction/reconstruction/renovation and related services, a bid guarantee is required not less than five percent (5%) of the total bid. Surety shall provide a copy of the Power of Attorney authorizing the Executing Agent the authority to execute the bid bond documents and bind the Surety to the bid bond conditions. The bid bond shall have a corporate Surety that is licensed to conduct business in Texas and authorized to underwrite bonds in the amount of the bid bond. For the purposes of this solicitation, the total bid is to be $60,000,000. RECEIPT OF ADDENDUM ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name Northern Safety Co., Inc. Dan Dornbos - National Government Contract Manager Contact Person Phone; 405 482-6694 Z Email: DDornbos@northernsafety.com Signature !� ,.� �,, -i1 aa,�t,ry Sexto Date Crystal Wallace Region 4 Education Service Center Business Operations Specialist •• atoregion4 7145 West Tidwell Road - Houston, Texas 77092 (713)-462-7708 www,esc4. net NOTICE TO OFFEROR 9 9 �1011TIV,"S 3 Solicitation Number 19-20 Request for Proposal ("RFP") by Region 4 Education Service Center ("ESC') for Maintenance, Repair and Operations (MRO) Supplies & Related Services SUBMITTAL DEADLINE: Monday, December 9, 2019, 2:00 PM CENTRAL TIME This Addendum No. 3 Amends Appendix E — Pricing File for Maintenance, Repair and Operations (MRO) Supplies & Related Services 19-20 ("Addendum"). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. This Addendum No. 3 is hereby issued to change; 1. Please utilize the revised Appendix E — Pricing File (labeled Version 3 on tab 1) attached. Please do not modify the formatting on this document. 2. An updated Pre -Proposal meeting notes file has been posted. RECEIPT OF ADDENDUM ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name Northern Safety Co., Inc. Dan Dornbos- National Government Contract Manager Contact P=orft Phone: (405) 482-6694 / Email: DDorn bos@northernsafe .com Signature Neil J. Sexton resident & COO ,� Date " ;� `J , Q_C Crystal Wallace Region 4 Education Service Center Business Operations Specialist 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. Northern Safety Response: Read and Understood Section 2.3 Sales Commitment 3.0 SUPPLIER RESPONSE Supplier must supply the following information in order for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners, Public Sector. 3.1 Company A. Brief history and description of Supplier. When Northern Safety joined the Wurth Group in 2015, we joined the worlds market leaders in the MRO industry. Operating in more than 80 countries, employing more than 77,000 employees with over $15 Billion dollars in sales in 2018, makes us one of the premier companies in the world. Northern Safety and the Wurth Group had very similar beginnings, with the founder of Northern Safety starting the business delivering supplies out of the back of a pick up truck in 1983, and Reinhold Wurth taking over the business his father created in the 1950's with two employees. Our similar drives to provide a strong future -oriented product strategy, serving our customers with a high level of service and a strong company culture of valuing our employees made the transition into the Wurth Group seamless. Today, as one of the prominent MRO companies in the world, we want to bring our world class service to the Region 4 ESC and OMNIA family of Public Participating Agencies to help them do more with less. B. Total number and location of sales persons employed by Supplier. As mentioned previously, the Wurth Group employs over 77,000 employees. 33,000 of these make up our global sales force. NSI has over 90 Inside and Outside Account Managers located across the United States. In addition to our Account Managers we have an additional team of over 40 Sales NSI Response to Region 4 ESG OMNIA Solicitation 19-20 Support Team members that work in tandem with our Account Managers to support our customers needs. Combined, NSI has over 120 team members across the country committed to making sure the customers' needs are met. Employees WtffthGM-UP Gs -Of 31 Dsceanbar 60.C'JV b2, 43n 66, 1 1 -2 65.1 64 d3.571 d#6.Gd.d 3 1.0 80 3l.�gl� 3 1 .�14$ 74.154 77,-08Q 3 2. 245 3 3, 2 1 9 57',98 32.4a4 30,790 2?.423 a 24,15F . 13 i■ 0 i i i■ ,ODD 2004 2010 2d11 2or2 201:3 2131A 2015 201.6 2017 2098 u In --house sluff ■ 5u1e-s represenlurives State # NSI F State # Statej ft Alabama 2 Minnesota 1 Tennessee 6 Arkansas 1 Missouri 2 Texas. 16 California 3 Mississippi I Virginia t Colorado 2 North Carolina 4 Washington I Connecticut 1 Nebraska I Wisconsin 1 Florida 3 New Hampshire 1 Inside Account Mngr 10 Georgia 3 Never York 6 Sales Support - Multi. 45 Illinois 2 Ohio 2 Indiana 2 Oklahoma 7 Kansas 2 Oregon Kentucky 1 Pennsylvania 2 Louisiana 3 South Carolina 2 C. Number and location of support centers (if applicable) and location of corporate office. Wurth Industry North America (WINA) — our North America operating division, consists of more than 110 locations across the United States to support our distribution needs. Of these, NSI has over 30 branch locations and 4 distribution centers strategically located to support our customers across the nation. In addition, we have a customer service center and customization center. Our corporate office is located in Utica, New York. The map below highlights all of our WINA locations and distribution centers used to support our distribution needs across the country. We are continuing our location expansion plans through new locations being opened and acquisitions. We are currently adding new distribution centers in Colorado, Oregon and Indiana to better serve our customers. NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 Northem Safety & Industrial MEMBER OF THE WURTH w GROUP C) vrasnmcmn MOrvinwn NORIHOAN�,i- uNEonx w rnlnneso.A I00.nH A WURT 'MSCONSIN sooTH OA— w A NE- C ALIEORMM1 wrOUING u1CN:=an -Yom, n I n£hNSYlVAYIA NEBRASKA w A WURTH w_ N W JERSEY A Ow i)IIIf1 araH WORTH w lum1% I 0 0 © w W catonano p w RT w WuRTH xor,r ` 0 C0.Ab APrl ONn rt [N. �E55- J O 0 w SOUTH w NEW ME%ICO - CAROLINA �nOMn ;;WJRT C h0.5slbslr�=i EOHOW N it%AS ~pUISIANA w w0 00 wO RT Ow 4 a�,.sxa 0 as H —I D. Annual sales for the three previous fiscal years. LmNSF` oistrihutinn center 0 NSi" Branch Location NSV Custom Printing Shop �WURTH Wiirth Corporate/Regional Headquarters Wiirth Branch Location $13.03 Billion in Sales $14.02 Billion in Sales $15.60 Billion in Sales NSI Response to Region 4 ESG OMN A Solicitation 19-20 E. Submit FEIN and Dunn & Bradstreet report. FEIN: 16-1214814 NSI D-U-N-SO: 107-74-1878 Wurth Group North America D-U-N-SO: 622-12-2406 F. Describe any green or environmental initiatives or policies. Northern Safety & Industrial Company, Inc. Environmental Initiatives and Sustainability Guidelines & Initiatives We follow with close adherence, all local, state, and federal guidelines for disposing of any equipment, trash, or oils. As a commitment to doing our part to preserve and protect our planet, we have adopted the following Environmental Mission Statement and philosophy: We are dedicated to contributing to a sustainable future for our planet through our commitment to the 3 "R"s: • Reduce consumption, waste and pollution • Reuse what we have • Recycle everything we can We are very conscientious at conserving energy, water and other natural resources. We also maintain compliance with all environmental regulations. Northern Safety always strives to buy, sell and use environmentally friendly products. Over the past year, we've increased recycling, switched all packaging to be more environmental friendly and dramatically reduced water bottle usage (70% reduction) by placing water coolers throughout our facilities. We have updated our facility lighting as well as our heating and cooling systems to be more efficient and green. In addition, we have and continue to implement programs to reduce waste where ever we can. We recycle all paper, cardboard, shrink-wrap, lunch room plastic, computer equipment, batteries, etc. to improve the environment. Our Product Development Management team works closely with our manufactures and suppliers to encourage "Green" manufacturing practices as well as the development of new "Green" products. Our President, Neil Sexton, 2reenneil(a)northernsafety.com (or "Green Neil" as he's referred to) actively solicits feedback and suggestions from both our customers and associates regarding ways we can contribute to keeping our planet green. Northern Safety & Industrial is committed to business practices that become ever more sustainable. We believe "Together we can make a difference..." On top of our focus of operating in a Green environment, NSI also provides customers with the products they need to keep their businesses running over the long term. We work to understand how the products affect the environment. Our customers increasingly request environmentally preferable products (EPP). In order for products to be classified as environmentally preferable, it must maintain one or more environmentally preferred attributes or third -party certification. We work with all of our suppliers to know what certifications and attributes their products carry. We take the information from the manufacturers and include that environmentally friendly information in our product descriptions so OMNIA members and our other customers will have the ability to easily identify environmentally preferable products. We also have several programs available through our manufacture partners to help customers achieve their green initiatives. NSI Response to Region 4 ESG OMNIA Solicitation 19-20 1. Lighting audits — Our lighting partners can come onsite and perform a lighting audit to reduce energy consumption by switching to LED fixtures. From their findings, they are able to provide a ROI of typically two years or less, providing for several years of savings. In addition, we provide support to help identify any utility rebates applicable to LED Lighting and similar projects. 2. Recycling Services: NSI has partnered with RecyclePak for recycling kits and available services to help solve a companies need to dispose of environmentally hazardous bulbs and dry batteries. Our combined service includes the waste container, outbound shipping, return shipping, recycling as well as online recycling documentation. Each kit includes: o Special UN/DOT approved container o Inner corrugate tube o 5.5 mil vapor barrier liner o Liner tie o Hook and Loop closures o Proof of purchase o Prepaid Return Shipping Label o Certificate of Recycling NSI's manufacture partners also offer these available programs: o Georgia-Pacific Dispenser Refurbish, Recycle, Reuse (RRR) Program: Provides a no - charge end of life solution for old paper towel and toilet paper dispensers. GP removes old dispensers and reuses components in manufacturing new products. Dispensers are picked up at the end user's location. o Georgia-Pacific also provides a no charge service to reduce the number of batteries put in landfills. This is in partnership with CALL2RECYCLE. This service provides boxes for collection of used batteries. The boxes are picked up at the facility and new boxes provided for continued collection. o Gojo, when completing a managed dispenser installation project, will coordinate removal, transport and sustainable disposal of old hand soap and sanitizer dispenser materials. o Stanley Black & Decker offers a no -charge, end of life solution for DeWalt, Black&Decker, Stanley Tools and Bostitch brand products. o Kimberly-Clark RightCycle Program: Provides a service for garments and gloves that are worn in a customer's facility. After use, the products are collected and shipped to their recycling centers where they are sorted and processed into plastic pellets or nitrile powder. These materials are then molded into new eco-responsible plastic products and durable goods. G. Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. hidicate how, if at all, pricing changes when using the diversity program. NSI currently has two programs promoting diversity. In addition, we are starting a third initiative starting in 2020 and beyond. The programs are: 1. NSI Operations Support Program 2. NSI Distributor Program 3. NSI DBE Products Program (Initiative for 2020) NSI's Operations Support Program NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 NSI's Operations Support Program responds to the need of Diverse Business Enterprises (DBEs) to be able to operate at a more fiscally responsible level by offering our products and services at discounted rates they would not otherwise qualify for including free shipping programs. The more money they can save in their operating costs, the better they can support their missions and pursue new opportunities for growth. Currently our program is limited to DBEs that support the Public Sector. NSI's Distributor Program NSI's Distributor Program responds to the corporate and government regulatory and policy requirements as to buying MRO goods and services from Diverse Business Enterprises (DBEs). Our Distributor program has helped organizations support DBE's while consolidating their MRO purchases. We provide access to our entire product offering for resales purposes to support the mission of meeting an organizations DBE procurement goals. Our Distributor Partners are the main point of contact and liaison for acquiring the needed products. NSI's Initiative for DBE Products Program NSI's initiative starting in 2020 will entail building a supplier diversity program that includes Diverse Business Enterprises (DBEs) and Small Business Enterprises (SBEs). Our initiative includes complementing our core product lines with products from DBEs and SBEs, making them available to our customer base on a national scale. Customers would be able to access these products through all of our ordering methods and distribution channels. Supplier recruitment for diverse manufacturers will begin in 2020 and will be ongoing. H. Describe any historically underutilized business certifications supplier holds and the certifying agency. This may include business enterprises such as minority and women owned, small or disadvantaged, disable veterans, etc. NSI is a large business. I. Describe how supplier differentiates itself from its competitors. Most of the large national MRO companies like NSI, Grainger, Fastenal and MSC all have similar product breadth and supply chain capabilities. We are going to have access to the same core manufacturer partners and purchase our product offering at the same tier levels, making us all fairly competitive in the market place. With that, NSI separates ourselves from our competition in four key areas which are: Company Culture, Customer's Come First, Manufacturing our own products and our Value Add Services. 1. Company Culture: NSI values all of its employees and this shows in our overall tenure across the company. Every person is an integral part of our operations and no role is more important than the other. As an employee of NSI, a person can feel confident as they come to work each day that they matter and what they do on a daily basis, regardless of the task, is an important part to keeping NSI operating to take care of our customers. At NSI, we truly are a very large family that wants to provide an environment of personal growth and quality of life outside of work. 2. Customer's First: NSI's commitment to taking care of our customers is unparalleled in the industry. We give our customers a 100% satisfaction guarantee. If things aren't exactly the way you want them, we will quickly replace an item, issue a full credit, or give you a complete refund. A customers total satisfaction is our top priority.... period. 3. Manufacturing: NSI has been manufacturing our own brand of safety products for years. These are not products that are private labeled by another company, we actually manufacture them. This gives us a distinct advantage on controlling quality, adding additional features and providing a cost benefit to our customers without sacrificing on quality. Products are manufactured in ISO 9002 Registered facilities. In addition to manufacturing our own products, we do offer products private labeled for NSI that meets our specifications and are able to provide highly discounted prices for them. 4. Value Add Services: NSI takes great pride that we are truly that one stop shop that customers need to work toward vendor consolidation and driving down their costs to purchase. Our value-added NSI Response to Region 4 ESG OMNIA Solicitation 19-20 services helps sets us apart and aids customers in achieving that goal. For full details of our value-added services, please review Tab 5 — Value Adds for more in-depth details. Another key differentiator for NSI that benefits Region 4 ESC/ OMNIA Public Partners and sets us apart from our competition is how we will market this co-operative contract. Most of our national competitors do not actively pursue to move their current public sector customer base utilizing other contract methods to OMNIA. They instead take a stance that this contract for them holds equal importance as their other contracts. They also do not actively look to add many accounts to their Account Managers base of accounts and have them market to an existing account base — leaving little room for organic expansion for OMNIA through their sales models. They instead rely on identifying additional contacts in their existing accounts or deepening their product penetration within the account. Our approach is much different. As requested and needed for this co-operative contract to organically grow and allow OMNIA to continue their Participating Agency growth rates that they have in recent years, NSI will aggressively market this contract as our main source for public sector customers. We will heavily pursue to move our existing portfolio of public sector customers to participate with this co-operative contract as well as aggressively pursue public sector customers new to NSI. If the contract estimate based on historical sales has truly been $100 million, there is a lot of room for us to grow together considering the MRO spend in the public sector just in the agencies eligible to participate is over $68 Billion. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. While NSI is a privately owned company and this remains Proprietary information, we have remained financially sound. NSI can also state, to the best of its knowledge and belief, without conducting an exhaustive investigation or inquiries, there have not been or are there any current lawsuits that would have a material adverse impact on its financial condition or ability to do business. K. Felony Conviction Notice: Indicate if the supplier a. is a publicly held corporation and this reporting requirement is not applicable; b. is not owned or operated by anyone who has been convicted of a felony; or c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. NSI is not owned or operated by anyone who has been convicted of a felony. (b) L. Describe any debarment or suspension actions taken against supplier Not applicable as no debarment or suspension actions have been taken against supplier. 3.2 Distribution, Logistics A. Describe the full line of products and services offered by supplier. NSI's proposal encompasses its entire product offering through catalog and sourcing items of more than 1,000,000 products in over 90 categories. Our breadth of product includes the routine needs to more specialized MRO products or services. We are committed to continually adding to our product depth with accessibility through our website. In addition to the requirements listed in this RFP, NSI is offering its complete catalog that includes the following product categories: NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 Eye Protection Lighting Indentification & Marking Floor Cleaning Machines Gloves Lubricants and Equipment Floor Sign age Restroom Suppliesand Equip Clothing Marine ElectronicSign s Vacuum Cleaners Head & Face Protection Meters Posters/Banners Waste & Recycling Hearing Protection Security Message Boards Janitorial Supplies Respiratory Protection Plumbing Breakroom Supplies Can/Drums/Accessories Gas Instruments Pneumatics Fire Safety Equipment Casters Fall Protection Power Tools First Responder Equipment Cranes Confined Space Shipping Supplies First Responder Supplies Chains/Fittings/Accessories Rescue Tapes Generators Fork Trucks/Lift Trucks Communication Systems Tarps, Tie Downs & Cargo Ladders &Scaffolding Dock Equipment Foot Protection Tool Organizers Lockout/Tagout Drum/Cylinder Handling Ergonomics Tool Tethers/ Drop Protection Guards/Rails/Protectors Shop & Office Equipment Traffic Safety Welding&Soldering Mirrors Storage systems Abrasives Power Transmission Pressure Washers Ropes/Chains Adhesives,Glue &Sealants First Aid Kits&Supplies Pumps Wipers Fleet Maintenance Heat Stress Relief Safety Cabinets Emergency Preparedness Electrical Supplies Emergency Eye Wash/Shower Safety Cans Test Instuments Fans & Heaters Burn Relief Secondary Containment Fans & Heaters Fasteners Biohazards Sorb ents &Spill Control Floor Matting Flashlights & Batteries HVAC Training Programs Medical Supplies Food Processing Drug &Alcohol Testing Outdoor Equipment CPR First Aid Hand Tools Outdoor Exposure Cleaning Caddies/Tool org's Paints and Coatings Holemaking Safety Signs Cleaning Tools/Supplies Metalworking I Accident Prevention Cleaning Chemicals Services include: NSI's proposed services will be made available to Region 4 ESC and OMNIA Participating Agencies include: ➢ Product customization ➢ Marketing, Administrative and Sales Support ➢ Inventory Solutions ➢ Vending Solutions ➢ Customized Websites ➢ Total Crib Management ➢ Green/ Sustainability Programs ➢ eProcurement Streamlining options ➢ On -site Services ➢ Go Clean Services ➢ Fall Protection Repair ➢ Extrication Equipment Repair ➢ Customer Managed and Vendor Managed Inventory Management Solutions ➢ Respiratory Protection Repair ➢ Level A Suits Testing ➢ Training and Education ➢ Customer Support Services ➢ Safety Assessments As new services becomes available, NSI will automatically make available to all Participating Agencies and OMNIA members. 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. NSI's company owned supply chain makes inventory available to our customer's on a just -in -time basis. NSI tailors our inventory to the highest demand products to ensure product is available for immediate same day shipment. We are able to ship around 98% of orders received before 4:00pm local time to our distribution locations. Using commercial carriers such as UPS and FedEx, most stock orders are received NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 within 2-3 business days, well within the required time of 7 days that this RFP calls for. NSI also has other sources for emergency deliveries which requires additional fees. NSI's products and services are offered throughout the United States, the District of Columbia and US Territories. C. Describe how Participating Agencies are ensure they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. All Public Participating Agencies are tied to a hierarchy number assigned to the Region 4 ESC/ OMNIA contract. The hierarchy houses all pertinent contract settings including the earned contract pricing offered. The end user must identify which Public Participating Agency they are with. Once that step is completed, the pricing will automatically convert to the contract pricing. Contract pricing is also available online at our website (www.northernsafety.com) when the end user logs in. The agency must have confirmed participation and provided NSI their OMNIA membership number for contract pricing activation. To ensure they are receiving their contract pricing, they can view a product online without logging in and then log in and view the same product and see the pricing discounts activated. Should an agency ever have a question or concern regarding if they are receiving their contract pricing they can call our Sales Support Team or Account Manager to get a contract pricing quote for that item. If a discrepancy is ever found by a Public Participating Agency, or through internal pricing audits conducted on a quarterly basis, the following will occur: If the Participating Agency received a price lower than the contract pricing offered by NSI, no further action will be take. If a Participating Agency received a price higher than the contract pricing, an immediate notification will be provided to that Participating Agency as well as a credit or refund for the overpayment on that item. At the time of discovery an internal audit would occur to determine the root cause of the pricing discrepancy to prevent any further occurrences. Pricing discrepancies typically do not happen since the hierarchy settings is also tied to our quoting system, but the necessary action steps are in place should this occur. Pricing Hierarchy Flow Chart City of Your City All reporting, including requi red monthly reporting captured mro hiesrdz and aid to OM NIA State of Your State County of All sales recorded to Your County Region 4 ESC bierambynurnbff 111 Hierarchy Public/ Primate ■ School District Your College/University All other eligible Participants Dept participants of xxxx NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. NSI Team Members, through all ordering methods available, will process and complete all orders for all Participating Agencies end users. NSI will engage and utilize NSI vehicles or third party carrier companies to deliver orders to customers. Some third party suppliers or manufacturers may ship product direct to NSI customers. At the request of a Participating Agency, all orders, including non -stock orders, can be shipped from the closest NSI distribution location in lieu of drop shipments from manufacturers. E. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail network as applicable. NSI's distribution network within our Wurth Industry North America (WINA) family consists of more than 110 locations across the nation providing more than 1,000,000 maintenance, repair and operating supplies. Our distribution centers and branches can fulfill a variety of product requirements with stock duplicated at multiple locations for expedited lead times. Our distribution centers can fulfill stock needed at the branch level by shipping direct to them. Our technology systems and equipment enable most customer orders to be met by our DC's. Here is a sampling of our distribution centers and branches: WT IOW* HEMA W TH€ 41gifSH GpOu? Wurth Group NorthR 'Distribution Location Size (Square feet) *estimated Frankfort, NY yf„t� 144,000 Frankfort, ICY 164,000 Church Hill, TN 150,000 Haustan, TX -AW � 110,000 Elkhart, IN ; 240,000 Ramsey, Rl 4S0,000 Orlando, FL : 300,000 Des Molnes, iA 2500000 Sparks, NV w 225,000 Greenwood, aA .. 475,000 Louisville, ICY 350,000 Commerce City, CO 300,000 GroupWurth North America Branch omy Charleston, SC Nashville, TN Memphis TN Oklahoma City, OK Tulsa, OK Corpus Christi, TX Nederland, TX Sulphur, LA Baton Rouge, LA Longview, TX Flowery Branch, GA Bridegille, 0E Independence, MO Ocala, FL Winter PArk, FL Pampa, TX Vancouver WA Denver, CO Elkhart, IN Springfield, MO Gain-svilie, CA Phoenix, AZ Houston, TX Phoenixville, PA Sanford, FL Grand Prigire, TX Parnpa,TX Wichita, K5 Mobile, At iigcksan, MS Forman, ND Beatrice, NE Tomah, WI Windom, MN Richfield, WI Sioux Falls, SD Brooklyn Park, MN Hampton, IA Ida Grove, IA Lincoln, NE Greenville, 5C Charlotte, NC Greensbom, NC GainsvillLs, GA Berlin, CT Frederiick, MO Richmond, VA Chattanooga, TN Solon, OH Corinth, MS NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 NSI utilizes branch locations and not retail shops. We have over 100 branch locations spread across the country to support customers on a local level. The average square foot range for our branch locations range from 10,000 to 20,000 square feet. NSI can utilize all Wurth Industry North America (WINA) locations but most fulfillment needs can be met by our NSI Distribution Centers and Branch locations. 3.3 Marketing and Sales A. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go -to -market strategy within first 10 days Our entire Executive Leadership is in full support of this cooperative opportunity as well as being our main go -to -market strategy for the public sector. This cooperative contract will be the main focus of our public sector growth and main method of introduction to NSI public sector customers from our sales force. Executive Leadership endorsement will be completed in the first week upon award. ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners, Public Sector team within first 90 days Training and education of our national sales force is in conjunction with and part of the 90 day implementation in part B. All training and implementation plans will have full endorsement from our Executive Leadership team. Our training phase will have three phases: Phase 1: (Days 0-30) At time of award, NSI will meet with all regional sales leaders and national sales team to announce award. Training will be prepared for presentation through an online based web -ex format. The training sessions will be held on a regional basis for the entirety of our national sales force. The training materials will provide a synopsis of the Master Agreement and our go -to -market strategies. Additional training materials to be provided are: Marketing brochure (internal) Internal Contract synopsis documents Go -to -market strategies for contract expansion OMNIA joint call/resource training OMNIA contract landing page on intranet OMNIA contract landing page on website (www.northernsafety.com) Public Sector account transitions to OMNIA contract o Step 1: Current NSI and current OMNIA member contract affiliation o Step 2: Current NSI and not current OMNIA member contract affiliation o Step 3: Current OMNIA member and not current NSI contract affiliation Phase 2: (Days 30-60) Training will be rolled out on a regional basis to Regional Leadership, National Sales Force and Sales Support functions. Training will consist of leveraging our core sales model tailored to our NSI Value Proposition. o Step 1: Position Selling — moving the dial to a Preferred position leveraging OMNIA Master Agreement. NSI Response to Region 4 ESG OMNIA Solicitation 19-20 o Step 2: Contact Expansion — How to identify all current buyers within our customers that have affiliated with the contract and maximize our speed to Phase 3: (Days 60-90) The final phase will consist of how to expand Master Agreement affiliation to Public Purchasing Agencies that are not currently a NSI customer or OMNIA member. Specifically addressing organic growth for both NSI and OMNIA. o Step 1: Not current NSI customer or OMNIA member contract affiliation o Step 2: Leveraging our Value -Adds through OMNIA Master Agreement. Departments Training Agenda Fi rat .. Wreic Y Topics Wreic 2 Topics Weeic 3 Topics Week 4 Topics Regi on a: Saies Leaders Contra ct Awa rdfSyn opsis Age n cy AfF. i iatlonf Current C}mniaf NSi Agency Aff o-.atIon} Current NSI Customers Agency Art:;: at: an/ Current OMNIA oniy Outsi de Ac c ou nt Managers Contra ct Awa rdfSyn opsis ,C,gen c-y Affi l iatl on/ Current Cmniaf NSI Agency Affiliation/ Current NSI Customers Agen cy Affi l iati-n/ Current CFMN IA only nside Ac c ou nt Managers Contra ct Awa rdfSyn opsis Agen cy AM l i ati on/ Current 6mniaf NSI Agen cy AM l i ati on/ Current NSI Customers Agen cy AM l i ati on/ Current OMNIA only Sales Operations Contra ct Awa rdfSyn opsis M a rketi ngfAdvertisi ng e6lasts Website Activati on S. Ies Su pport Contra ct Award/SVno•psis. H iera rc by setti ngsf T&C's Agency participation Requests quoting Process Executive Leadership Contract Awa rdf Endorsement CYMNIA Leadership I Lea dersh9p Introductions Region Meetings Region Meetings Region Meetings Departments week 1 Topics Week Topers Week 3 Topics Week Topics Regional Saies Leaders Position Se' ng C3utside Account Managers Position Se: :ng Conta ct Ex pa n s i on nside Account Managers Post -.an Se ­ng Contact Expansion Sales Operati Qns Sa les Support Conta ct Expa n si on Executive Leadership C3MNIA Leadership Departrnents . �=VMTIZNI week 1 T Region Meetings Week 2 Topics Week 3 Topics Region Meetings Week 4 Topics Reg?ona i Saies Leaders Agen cy Affi l i at-i on- Non OMN1A & NSI C3utsi de Ac c ou nt Managers Agency Affiliation- Non OMNIA & NSI Leveraging Value Adds nside Ac c ou nt Managers Agency Affiliation- Non I CYMNIA & NSI Leveraging Value Adds Sales dperations Sa Ies. Su pport Executive Leadership CYMNIA Leadership Region Meetings Region Meetings Region Meetings Region Meetings B. Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co -branded press release to trade publications ii. Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days iii. Design, publication and distribution of co -branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners, Public Sector at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier -specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners, Public Sector for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners, Public Sector. NSI Response to Region 4 ESG OMNIA Solicitation 19-20 vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) viii.Dedicated OMNIA Partners, Public Sector internet web -based homepage on Supplier's website with: • OMNIA Partners, Public Sector standard logo; • Copy of original Request for Proposal; • Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; • Summary of Products and Pricing; • Marketing Materials • Electronic link to OMNIA Partners, Public Sector's website including the online registration page; • A dedicated toll -free number and email address for OMNIA Partners, Public Sector NSI's 90 Day Roll Out Plan consists of three phases: Phase One: Execute Contract Affiliation, Documentation & Marketing (First 30 Days) Goal: Promote and leverage the value of Region 4 ESC/ OMNIA Partners contract, obtain and sign Affiliation documents and activate contract terms. Through NSI's Government Sales force, digital marketing and trade publications, NSI will target current OMNIA Partners entities to explain the benefits of the new master agreement so each entity can realize the new contract's value and opportunities to drive down costs. NSI's National Government Contract Manager will prioritize NSI's current government customers that are eligible to utilize this contract method and transition them through the affiliation process and contract participation. NSI will also pursue other entities currently not participating under the Region 4 ESC/ OMNIA Partners contract or have any OMNIA Partners affiliation. Region 4 ESC and OMNIA Partners Implementation Kick-off: NSI Resources: NSI Leadership Team, OMNIA Sales Team, Regional Sales Managers, Account Managers; Inside Sales Account Managers, Sales Support, Corporate Operations Team, Marketing Team NSI Action Items ➢ Conduct national and regional conference calls internally with NSI Leadership providing the details of the Region 4 ESC/ OMNIA Partners Public Sector agreement and implementation plan. The agenda includes an overview of the products and services NSI will provide Members. ➢ Conduct national and regional conference calls with NSI's Sales Force. Training will be rolled out regionally, with endorsement from NSI and OMNIA NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 Partners executive leadership, to all NSI and OMNIA Partner team members. NSI's participants include all sales and operations personnel. ➢ Execute Co -branded Marketing Plan to educate customers on the benefits of the new Master Agreement through digital marketing. ➢ Develop and distribute the initial co -branded press release to targeted demographics, profiling the Agreement's values. NSI, Region 4 ESC and OMNIA Partners will identify a targeted list of publications for the press release and other communications. ➢ Activate Region 4 ESC and OMNIA Partners dedicated online portal as a tool to educate customers on the benefits of the contract and tools and resources to assist in the Affiliation process. Execution for Region 4 ESC and OMNIA Partners Existing and New Participating and Prospective Members ➢ NSI will leverage its national sales force to promote and launch the contract through email, phone and face to face meetings in conjunction with eBlast marketing with Region 4 ESC/ OMNIA members and all NSI public sector customers. ➢ Continue to engage and market to prospective customers to highlight and. explain the benefits of the new Region 4 ESC and OMNIA Partners agreement. ➢ Co -brand marketing material created and delivered through NSI website (www.northernsafety.com), and other media channels. ➢ Lead regional calls between NSI and OMNIA Partners to review affiliation progress, new targets and customer satisfaction. Work in coordination with Region 4 ESC and OMNIA Partners to identify trade shows, conferences or publications to market the new agreement. Activate pricing for affiliated customers within 24 hours of affiliation to new contract. PHASE TWO: Identifying and Executing Cost Savings Solutions (Days 30-60) Goal: Understand individual customer's goals and initiatives to allow NSI to leverage the full value of the Region 4 ESC/ OMNIA agreement. ➢ NSI will continue to leverage its Government Sales force to understand customer goals and initiatives to align resources and implement cost saving and valued add solutions flowing from the contract. ➢ Leverage sales tools and resources such omni-channel marketing and internal CRM to ensure NSI is touching all potential contacts within each customer to explain the benefits of the Master Agreement. ➢ Begin conducting Business Reviews to review cost savings and refine targets to meet objectives. Phase THREE: Ongoing Implementation with Region 4 ESC and OMNIA Partners (Days 60-90 and onpoin_g) NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 Goal: Evaluate initial benchmarks and refine based on newly identified opportunities. Maintain program marketing, including participating in OMNIA events, trade shows, conferences and other venues to promote the contract. ➢ Facilitate monthly regional calls between NSI and OMNIA Partners field sales to review affiliations, new targets and opportunities for improvement. Refine the marketing plan between NSI and OMNIA Partners targeting customers for relevant solutions driving the value outlined in the Master Agreement. Marketing and Promotion Plan I. Creation and distribution of a co -branded press release to trade publications NSI will work with Region 4 ESC and OMNIA Partners in developing and marketing co -branded material through flyers, email promotions, trade publications, social media and other forms. NSI, Region 4 ESC and OMNIA Partners will further identify a targeted list of marketing avenues for other related communications. II. Announcement, contract details and contact information published on the Supplier's website within first 90 days accessible at www.northernsafety.com. NSI will publish an announcement to our employees on our dedicated internal corporate website highlighting the features and benefits of the new Master Agreement. (Phase 1) NSI will create a dedicated OMNIA Partners page on our internal corporate website to assist in the training of our Sales team on the new features and benefits of the Master Agreement. III. Design publication and distribution of co -branded marketing materials within first 90 days NSI will work with Region 4 ESC and OMNIA Partners marketing team to update and profile the new agreement on the dedicated OMNIA Partners landing page within the first 30 days of award. This dedicated landing page will provide customers with the features, benefits, products and services offered through the new Master Agreement. This portal will allow customers an easy access through the affiliation process. NSI will collaborate with the OMNIA Partners to continue and enhance a Go -To -Market plan, including multiple marketing channels encompassing collateral materials, communications and web content promoting awareness of the new program and usage of the new agreement. (Phase 1) 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 NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 trade shows, conferences and meetings throughout the term of the Master Agreement NSI will exhibit and staff a booth at the NIGP Annual Forum and other national and regional trade shows. NSI will assist and develop a strategy with Region 4 ESC/ OMNIA Partners marketing efforts at national and regional trade shows. 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. NSI will attend, exhibit, and participate. NSI will exhibit and staff a booth at the NIGP Annual Forum. Additionally, NSI will continue to work with OMNIA Partners to participate in additional trade shows and assist the overall promotion and marketing efforts for then NIGP Annual Forum. V1. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement A new joint advertising plan will be developed in collaboration with Region 4 ESC and OMNIA Partners and implemented, including the design and publication of national and regional advertising in trade publications as mutually agreed -upon by the parties. VI I. Ongoing marketing and promotion of the Master Agreement throughout its term (collateral pieces, presentations, promotions, etc.) NSI will work in conjunction with OMNIA Partners on marketing and promotional efforts of the Master Agreement. NSI is committed to working on developing new co -branded material, collateral pieces and presentations. (Phase III) V111. Dedicated OMNIA Partners internet web -based homepage on Supplier's website with: ➢ OMNIA Partners standard logo; ➢ Copy of original Request for Proposal; ➢ Copy of contract and amendments between Principal Procurement Agency and Supplier; ➢ Summary of Products and pricing; ➢ Marketing Materials ➢ Electronic link to OMNIA Partners' webs ite including the online registration page; NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 ➢ A dedicated toll -free number and email address for OMNIA Partners NSI will develop and house on a created OMNIA Public Sector landing page on both our NSI intranet (internal access only) and website which can be accessed via www.northernsafety.com once created. The internal website landing page will include all RFP documentation including: • Copy of original RFP • Copy of RFP responses • Contract synopsis • Market basket price lists • New market basket request forms (for individual Participating Agency specific market baskets) • Sales force training materials • Copies of Co -Branded marketing materials • OMNIA contact information for Regional coverage (for purpose of scheduling joint sales calls) The NSI website landing page will include: • OMNIA Partners logo • Copy of original RFP • Copy of Master Agreement and amendments • Contract synopsis including products and pricing • Marketing material • Electronic link to OMNIA landing page and registration instructions as well as a toll -free number and designated OMNIA email address (OMNIAmembers@northernsafety.com or similar). • Direct contact information for the National Government Contract Manager for NSI to assist with questions/affiliation process. The NSI website landing page will also provide new products, a contract overview and live links to solutions to assist OMNIA and Participating Public Agencies to reduce facilities costs (i.e. Inventory Solutions, Site Audits). (Phase 1) The Region 4 ESC/ OMNIA Partners contract will be highlighted and marketed. Affiliation information will be provided in the HOW TO PARTICIPATE section of the landing page. C. Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners, Public Sector. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. NSI currently holds a National Cooperative with NASPO ValuePoint (Contract #OK- MA-818-040) with PA's executed in multiple states and a Regional Cooperative contract led by State of Arizona (Contract #ADEQ17-161584). NSI also holds several local agency specific contracts. NSI will look to leverage the OMNIA contract with all current NSI Cooperative participating customers as well as transition all local based contract customers to OMNIA Master Agreement. NSI also receives a high amount of NSI Response to Region 4 ESG OMNIA Solicitation 19-20 open market purchases from public agencies across the nation. These customers who purchase through open market will be immediately contacted to affiliate and utilize the OMNIA Master Agreement. These open market customers will inherently grow quickly from having a contract vehicle available. 'Phase 1: Starting at Contract inward Phase 2: Starting at Align NSI Customers with OMNIA non-OMNIA Members 7 Phase 3; 5#artin$ at Day 1 of Contract Start Align OMNIA Members that are not NSI Customers 'Phase 4: Starting at Day W of Start Expand to non-NSI and AMNIA customers Sales Strategy: (Speed to Sales) These phases can be worked concurrently with Implementation Plan Phase 1 (Starting from Contract Award Announcement/ Ongoing) Align current NSI customers with current OMNIA members for contract alignment Align • Align high value targets to inside/outside sellers • Accounts without Account Manager coverage to receive general contract marketing for contract participation and coverage by Sales Support. Phase 2 (Starting from Contract Award Announcement/ Ongoing) Align current NSI customers who are not current OMNIA members to OMNIA contract • Rep sales decks (Inside/Outside) • Customers without sales coverage Phase 3 (Starting from Day 1 from contract start date — April 1 st/ Ongoing) Align current OMNIA members who are not current NSI customers to utilizing NSI • High Value Targets based on Sales coverage (Inside/Outside) • All other OMNIA members that would not have sales coverage Phase 4 (Starting from Day 60 from contract start date — April 1 st/ Ongoing) Expand contract participation to customers who are not currently OMNIA members or NSI customers. • High Value Targets based on internal sales spend data sources and Sales coverage (Inside/Outside) • High Value Targets in markets not currently covered but could be by Inside sellers NSI Response to Region 4 ESG OMNIA Solicitation 19-20 Align NSI Customers to Members Phase 3; 5#artin$ at Day 1 of Contract Start Align OMNIA Members that are not NSI Customers 'Phase 4: Starting at Day W of Start Expand to non-NSI and AMNIA customers Sales Strategy: (Speed to Sales) These phases can be worked concurrently with Implementation Plan Phase 1 (Starting from Contract Award Announcement/ Ongoing) Align current NSI customers with current OMNIA members for contract alignment Align • Align high value targets to inside/outside sellers • Accounts without Account Manager coverage to receive general contract marketing for contract participation and coverage by Sales Support. Phase 2 (Starting from Contract Award Announcement/ Ongoing) Align current NSI customers who are not current OMNIA members to OMNIA contract • Rep sales decks (Inside/Outside) • Customers without sales coverage Phase 3 (Starting from Day 1 from contract start date — April 1 st/ Ongoing) Align current OMNIA members who are not current NSI customers to utilizing NSI • High Value Targets based on Sales coverage (Inside/Outside) • All other OMNIA members that would not have sales coverage Phase 4 (Starting from Day 60 from contract start date — April 1 st/ Ongoing) Expand contract participation to customers who are not currently OMNIA members or NSI customers. • High Value Targets based on internal sales spend data sources and Sales coverage (Inside/Outside) • High Value Targets in markets not currently covered but could be by Inside sellers NSI Response to Region 4 ESG OMNIA Solicitation 19-20 Align NSI Customers to Members D. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners, Public Sector and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners, Public Sector logo will require permission for reproduction, as well. NSI agrees to a reciprocal agreement for use of OMNIA Partners & NSI's logo's for all marketing purposes. E. Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners, Public Sector. All sales materials are to use the OMNIA Partners, Public Sector logo. At a minimum, the Supplier's sales initiatives should communicate: NSI will be highly proactive in direct sales strategies to all Public Agencies on a national basis. All leads issued by OMNIA partners should be directed to NSI's National Government Contract Manager for distribution. NSI will make contact with all leads issued within a 24 hour time period by methods of email, phone call or in -person sales call to initiate the affiliation process with NSI. All material utilized for this Master Agreement will be co -branded with both OMNIA Partners and NSI logo's. i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency All of NSI's marketing material will include information showing our Master Agreement was competitively solicited and publicly awarded by lead agency Region 4 ESC. ii. Best government pricing NSI's pricing strategy for the OMNIA Master Agreement will be our most aggressive pricing structure for Public Sector agencies. At times we do run separate clearance sales or product specials advertised on our website that could fall below our contract pricing structure for OMNIA. In instances that our clearance price or product specials do offer a lower price than our OMNIA pricing discount structure, all members will have the ability to find, access and utilize such pricing. When NSI runs these additional specials as a company, we send general emails to all NSI customers which would include OMNIA Participating Agencies, informing them of the clearance or sale items so it can be taken advantage of. iii. No cost to participate There are no additional costs charged by NSI for Public Participating Agencies to utilize the Region 4 ESC/ OMNIA Master Agreement. iv. Non-exclusive Northern Safety Response: Read and understood F. Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement All NSI training for our national sales force will include a contract synopsis and value prop position selling. ii.Working knowledge of the solicitation process All NSI training will include the solicitation processes including awards. NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners, Public Sector All NSI training will include training highlighting the versatility of eligible participating agencies able to take advantage of the contract. In will also include strategy training on identifying high value targets and strategies of securing their participation with the Master Agreement. iv. Knowledge of benefits of the use of cooperative contracts NSI will continue to train its national sales force on the benefits of cooperative contracts. The training will include how it helps all participating agencies, small and large, to leverage the cumulative spend as a contract vehicle to drive down true costs to purchase for participating members. Through the guidance and training from the Government Management Team, our national sales force will embrace a working knowledge of the solicitation process as a whole, understand the range of Public Agencies who can take advantage of the Master Agreement as well as the pricing discounts and value adds available to all participants. G. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support ii. Marketing iii. Sales iv. Sales Support v. Financial Reporting vi. Accounts Payable vii. Contracts NSI's National Government Contract Manager will manage all NSI resources in support of the Region 4 ESC/ OMNIA Partners Public Sector Master Agreement including marketing, sales, sales support, financial reporting, accounts payable and contracts. NSI's Director of Government Sales will be OMNIA's secondary point of contact. NSI's Leadership Team and resources below will help support all aspects and requirements for the Region 4 ESC/ OMNIA Master Agreement. NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 NSI Key Personnel Name T�l e Email Mike Stewart Executive Support Executive VP of Business Development MStewart@narthernsafety.com 315-793-49M Cindy Messina Director of Sales Operations CMessina@northernsafety.cam 315-793-4900 X 2091 Mark Mitchell West Coast VP of Sales & Operations MMitchell@northernsafety.corn 310-617-5599 Stan Johnson Sr. Executive VP SJahnsan@northernsafety.corn 423-256-69COk6945 Ernie Bridges Mid -South VP of Sales & Operations EBri dges @ n ortherns afety.c am 901-775-3600 X 2597 Mike Sul!ivan Regianai Vice President- Mid West Region MSullivan@narthernsafety.corn 405-942-7101 X 2513 Jeff Hill Southland VP of Sales & Operations J H i I I @ n artherns afety.c am 770-965-1227 X 2753 hy Pegula i Marketing VP of Marketing KPezzulo@northernsafety.com 315-793-4900 X 2022 Steven Lanahan Di rector of G overn ment Sa les SLanahan@northernsafety.com 3 15-7 93 -4900 X 2 2 8 3 Dan Dornhos National Government Contract Manager DDornhas@narthernsafety.cam 405-492-6694 Mike Entwistle Northeast Region Regional Sales Manager MEntwistie@northernsafety.cam 315-793-4900k 2044 Jeff Patridge Central Region - Regional Sales Manager JPatridge@)northernsafety.com 603-56J-�-8744 Jason Huffines Mid -Atlantic Regional Sales Manager JHAines@northernsafety.com 943-554-9775 Gerald Thomas Mid -West Regional Sales Manager G7homas@northernsafety.com 405-942-7101 X 2559 Nathan Terrier Gulf Coast Regianai Sales Manager N7errier@northernsafety-cam 409-722-7177 X 2659 Account Managers National Sales Team DDornhas@northernsafety.cam 405-492-6694 Contact Center SupportSales Customer Sa les Su pport I salessupport@northgrnsafety.com 800-569-2764 Chris Haggerty ReportingFinancial Sales Intelligency Project Manager CHaggertyPnarthernsafety.com 315-793-49W X 2001 Accounts AP Team , accauntspayable@northernsafety.cam 315-793-490C NEW_— Dbos OnD National Government Contract Manager I DDornbos@northernsafety.cam 405-482-659-' H. Describe in detail how Supplier's national sales force is structured, including contact information for the highest - level executive in charge of the sales team. Our most Executive in charge of the sales team is notated above, Mike Stewart, Executive VP of Business Develop, and Executive sponsor of executing a Master Agreement with Region 4 ESC & OMNIA Partners, Public Sector. Each Region has a Regional Vice President over Sales and Operations that reports directly to our Vice President of Business Development. Our Regional Sales Managers report to the Regional Vice President and has a staff of Field Account Managers that report directly to them. Our Inside Account Managers and Key Account Managers report directly to the Director of Government Sales. The Director of Government Sales reports to the Director of Sales Operations. Sales Operations, Sales Support and Customer Service also report to the Director of Sales Operations. Please see the sample org chart below highlighting how the national sales force is structured. NSI Response to Region 4 ESG OMNIA Solicitation 19-20 Each Regional Executive leads a team of Regional Sales Managers. The Regional Sales Managers in turn lead a highly trained team of experienced Field Account Managers. Beyond the Account Managers, any customer can contact our team of Sales Support Representatives who support our Account Managers. Customers can also contact our Customer Service Representatives for placing orders, getting quotes or other general needs. I. Explain in detail how the sales teams will work with the OMNIA Partners, Public Sector team to implement, grow and service the national program. NSI's primary contact, the National Government Contract Manager, as well as NSI's secondary contact, the Director of Government Sales will coordinate and manage the following efforts: • Transition current OMNIA members that are also NSI customers to alignment of Master agreement • Transition current NSI customers who are not current OMNIA members to OMNIA memberships and Master Agreement participation. • Transition current OMNIA members who are not current NSI customers to contract affiliation and aligned to the Master Agreement hierarchy. • Marketing to prospects who are neither OMNIA members or current NSI customers to OMNIA membership and with NSI for contract affiliation and participation. • Conduct regularly scheduled meetings with Region 4 ESC and OMNIA Partners team, as well as our account teams to ensure open communication and effective deployment of our implementation strategy. NSI Response to Region 4 ESG OMNIA Solicitation 19-20 • Facilitate monthly regional calls between NSI and OMNIA Partners field sales to review affiliations, new targets and opportunities for improvement and growth. NSI will work with OMNIA to share new developments that will benefit public sector customers. • Participate with Business Reviews with both Region 4 ESC and OMNIA Partners, Public Sector to review reporting and align future objectives. • Participate with Business Reviews with OMNIA Partners Field Sellers on a quarterly basis, discussing Key Performance Indicators and action items for increased performance levels needed on either side. • Review joint marketing efforts between OMNIA Partners and NSI, reviewing success matrix's, enhancing if needed for high success rates, and continue to target prospective customers. • Participate in trade shows, conferences and other events to promote NSI Master Agreement. • Review OMNIA members utilization of Value -Added services and collaborate on marketing strategies targeting our Value Adds. • Facilitate and joint calls with OMNIA Partners Field Sales with NSI Field Account Managers for targeted high value customers. • Facilitate Regional conference calls with OMNIA Partners Field Sales and Regional Sales teams to discuss successes, challenges and strategies going forward. • Conduct quarterly random customer surveys to grade on multiple factors including but not limited to: sales experience, pricing structure, quoting experience, ordering experience, delivery experience, customer service experience and what would they like to see made available through NSI that they have had to seek other sources for. Include performance matrix and copies of surveys to OMNIA Partners Field Sellers during QBR's as well as Region 4 ESC and OMNIA Partners, Public Sector during business reviews. 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. NSI's National Government Contract Manager will be serving as the main point of contact and will manage the overall national program. It was be managed in partnership with the Director of Government sales jointly directing our marketing strategies and sales efforts with OMNIA Partners. NSI will affiliate requests from public agencies for participation within 24 hours. Typical activation time is 6 hours and can be completed at time of request if needed. This accessibility in response time will allow agencies to achieve their purchasing needs with ease of mind they are receiving their contract pricing. 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. With NSI being a privately owned company, sales information is proprietary in character. With that, NSI can affirm and attest that it has several thousand public agencies that actively purchase from us. These agencies have purchased through national cooperative contracts, regional cooperative contracts, local contracts and open market. It is NSI's full intent to market to and transition all of our current purchasing public agencies to utilizing the OMNIA Master Agreement. NSI is providing references as requested in Tab 4, Qualifications and Experience. NSI can provide additional reference if requested upon Master Agreement award. NSI Response to Region 4 ESC/ OMNIA Solicitation 19-20 Customer Address Contactperson f Information Years Serviced �' �� Oklahoma City 820 NW 5th Street Tess Hague tess.hague@okv.gov 1 Fire Dept CKC, OK 73106 Administration 405-297-3314Ak 24 years Washi40n9tate 310 Maple Park Ave SE Jerry Clardy Clardy)@wsdot.wa.gov 2T7A#DeyarbmdDfi}artsp bOw Olympia, WA48544 Purchasing 3W357-2645 2+Years Charleston 143St. Phillip Street Ronnie Freitas FreitasRA@CharlestonCPS.com 3 Wa ter System Charleston, SC29402 Water Quality 843-247-1168 10+years lot 1110 W. Washington St Patricia Lorenzen lDrenzen.patricia@azdeq.gov y Phoenix, Ad2ona 85W7 Purchasing 602-771-4776 tM 6W East Street Eric Nachamie enachamie@ci.charlotte.nc.us 5 Charlotte, NC 28202 Administration 704-336-7814 20+years 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. NSI customers can choose to order through multiple methods. They can choose to order through our website northernsafety.com, place an EDI order or purchase through a procurement solution such as SAP, Oracle or Ariba. Northernsafety.com allows customers to find the products they need, compare items and efficiently make purchasing decisions. This solution is available on mobile apps as well as desk top. Benefits from our web based ordering platform: Order Confirmation Emails Shipment Notifications 24 Hour Ordering Capability Secure Ordering Auto Reoder Option Product Reviews Multiple Payment Options Invoice Access NSI Mobile Capabilities: Contract Specific Pricing In stock identifier Bulk Ordering Pad Item comparisons Live Chat Features Technical Support Customer Reviews Customized Website Options Product search Customized Product Center Multiple Users Per Account Electronic Catalogs Order History SDS Sheets Recommended Products OMNIA Contract Details NSI End -Users have access to NSI's mobile friendly website no matter the location or job site. Using our mobile friendly allows end users to log into their account, view pricing, place orders — all of the functionality that they would at a desktop. eProcurement: NSI Response to Region 4 ESG OMNIA Solicitation 19-20 Our eProcurement capabilities offers the ability to integrate our general catalog and buying processes with an end users purchasing systems. As noted in an independent third party E- Commerce case study, NSI was ranked 2nd overall for functionality and user experience when compared to 300 of its peers. See Exhibit in Tab 9, Additional Exhibits. M. Provide the Contract Sales (as defined in Section 10 of the OMNIA Partners, Public Sector Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). $ 0 .00 in year one $ 0 .00 in year two $ 0 .00 in year three To the extent Supplier guarantees minimum Contract Sales, the administration fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. NSI's offer to OMNIA: NSI will aggressively work to transition all current NSI Customers that are Public Purchasing Agencies to utilizing the OMNIA Master agreement. As mentioned, NSI currently has several thousand public agencies actively purchasing from us utilizing different contract vehicles or through open market. With that, once a current NSI customer has been converted to OMNIA Partners Master Agreement, NSI will pay the administration fee based on all sales from date of conversion forward, regardless if organic growth from contract affiliation or current run rate. Our current NASPO ValuePoint contract participants customer spend for those contracted commodities (tools & diagnostic equipment) will be exempt from this offer of included sales for reporting and administration fees to OMNIA. 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, Public Sector). NSI Response: Read and understood. ii. If competitive conditions require pricing lower than the standard Master Agreement not -to -exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners, Public Sector under the Master Agreement. NSI Response: Read and Understood. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners, Public Sector). NSI Response: Read and Understood. 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. NSI Response: Read and Understood. Detail Supplier's strategies under these options when responding to a solicitation. If the additional solicitation does not call for administration fees being paid to the awarding agencies, NSI will look to respond with OMNIA Partners, Public Sector Master Agreement when feasible. It is NSI's intention to leverage the OMNIA Master Agreement as our main go -to - market strategy and not respond to local or regional RFP requests unless the products fall into a specialized category that falls outside of this category (i.e. first responder equipment & supplies). NSI Response to Region 4 ESG OMNIA Solicitation 19-20 Northern Safety &Industrial Take Advantage of Your OMNIA Partners, Public Sector Contract: Contract # SAMPLE ONLY Register Today! Simply email OMNIA@northernsafety.com and mention promo code OMNIA10! Each new registered user will receive 10% off their first order! You'll receive discounted pricing on our entire web site offering Register today and start saving! Contract Services and Solutions Explore these and other NSI solutions to help you lower costs, minimize purchases, maximize efficiencies, and increase compliance. 1 NSI Inventory Solutions - Advanced features on north ernsafety.com help you manage and streamline your department's spend and ordering processes. 1 NSI Logo -It Custom Express Printing In-house, full service customization solutions range from screen printing to embroidery and custom sign special orders 1 NSI Go CleanTMServices In-house NFPA 1851 cleaning, inspection, repair, and testing May be limited to regional availability. 1 NSI Services Center In-house factory -authorized test center for Level -A Suits, repair and rental center for respiratory, fall protection, gas detection, and more. 1 Same Day Shipping Guarantee 98% of in -stock orders placed before 5:00 pm ET, will ship the same business day. 124/7 online ordering at northernsafety.com Northern Safety Co., Inc. Contract# SAMPLE ONLY — MRO Supplies & Services To Participate, Please Contact: Some of the Available Categories Include — • Safety • HVAC • Plumbing • Pneumatics • Security • Hand Tools • Power Tools • Janitorial Equipment & Supplies • Fasteners • Lighting • Abrasives • Fleet Maintenance • Office Supplies • Medical Supplies • Material Handling • Electrical • Hardware • Lubricants • Paints, Equipment, & Supplies Some of Our Top Manufacturers — Safety The The® 3M Company Honeywell Register Today and Receive 0% GN APEX OFF 0UPONT► Your First Order! Ansell A@CS'T/TE Plus many more! OMNIA Sales Support Phone:1.800.568.2764 Email:OMNIA@northernsafety.com Mention Promo Code OMNIA10 to get your 10% discount! DOC #1 OWNERSHIP DISCLOSURE FORM (N.J.S. 52:25-24.2) Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law), the offeror shall complete the form attached to these specifications listing the persons owning 10 percent (10%) or more of the firm presenting the proposal. Company Name: Northern Safety Co., Inc. Street: 232 Industrial Park Drive City, State, Zip Code: Frankfort, NY 13340 Complete as appropriate: I certify that I am the sole owner of that there are no partners and the business is not incorporated, and the provisions of N.J.S. 52:25-24.2 do not apply. OR: I a partner in do hereby certify that the following is a list of all individual partners who own a 10% or greater interest therein. i further certify that if one (1) or more of the partners is itself a corporation or partnership, there is also set forth the names and addresses of the stockholders holding 10% or more of that corporation's stock or the individual partners owning 10% or greater interest in that partnership. OR: an authorized representative of a corporation, do hereby certify that the following is a list of the names and addresses of all stockholders in the corporation who own 10% or more of its stock of any class. i further certify that if one (1) or more of such stockholders is itself a corporation or partnership, that there is also set forth the names and addresses of the stockholders holding 10% or more of the corporation's stock or the individual partners owning a 10% or greater interest in that partnership. Note: If there are no partners or stockholders owning 10% or more interest, indicate none. Name Address Interest 1 further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. Authorized Signature and Title Requirements for National Cooperative Contract Page 57 DOC #2 NON -COLLUSION AFFIDAVIT Company Name: Northern Safe Co. Inc. Street: 232 Industrial Park Drive City, State, Zip Code: Frankfort, NY 13340 State of New York County of Herkimer I, Neil J. Sexton of Name City in the County of Herkimer , State of New York of full age, being duly swom according to law on my oath depose and say that: I am the President & COO of the firm of Northern Safety Co., Inc. Title Company Name the Offeror making the Proposal for the goods, services or public work specified under the attached proposal, and that I executed the said proposal with full authority to do so; that said Offeror has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above proposal, and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that relies upon the truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the contract for the said goods, services or public work. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide emplo ees or bona fide established commercial or selling agencies maintained by / • , /6 Northern Safety Co., Inc. NeA J. Sexton - President & COO Company Name Authorized Signature & Title Subscribed and sworn before me this day of ?_K , 204- Notary Public of - `J �Zw Vary My commission expires 10 —6 f , 20a1 pAT17 LyTWYNEC SEAL Notary Pubt,c, state of NY Na. D3k.Y61172E8 ,� Qua4ified in 01,0nd0ga Con L Commission Expires DOC #3 Requirements for National Cooperative Contract Page 58 of 45 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Northern Safety Co., Inc. Street: 232 Industrial Park Drive City, State, Zip Code: Frankfort, NY 13340 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 photocopy of their Federal Letter of Affirmative Action Plan Approval •E 2. A photo copy of their Certificate of Employee information Report OR 3. A complete Affirmative Action Employee Information Report (AA302) - SEE ATTACHED REPORT Public Work — Over $60,000 Total Pro'ect Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201-A upon receipt from the NOT APPLICABLE **DOES NOT APPLY TO THIS CONTRACT* B. Approved Federal or New Jersey Plan — certificate enclosed 1 further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. k t I ZZ I I qNeil . Se ton -President &COO Date Authorized Signature and Title Requirements for National Cooperative Contract Page 59 Form AA302 STATE OF NEW JERSEY Rev.11/11 Division of Purchase & Property Contract Compliance Audit Unit EEO Monitoring Program LOY E NF RM TI R P IMPORTANT -READ INSTRUCTIOMS CAREFULLY BEFORE COMPLETING FORM, FAILURE TO PROPERLY COMPLETE THE ENTIRE FORM AND TO SUBMIT THE REQUIRED SI S0.00 FEE MAY DELAY ISSUANCE OF YOUR CERTIFICATE. DO NOT SUBMIT EED-1 REPORT FOR SECTION B, ITEM 11. For Instructions on completing the farm, go tw hRp7/www,state. nj.us/treasury/contract_compliance/pdf/aa302i n s.pdf 1. FIV. NO. OR SOCIAL SECURITY 16-1214814 2, TYPE OF BUSYNESS 3. TOTAL NO. EMPLOYEES IN THE EN M ❑ 1. MFG ❑ 2. SERVICE to 3. WHOLESALE COMPANY ❑ 4. RETAIL ❑ 5. OTHER 574 4. COMPANY NAME Northern Safety Company Inc. 5.STREET CITY COUNTY STATE ZIPCODE 232Industrial Park Dr Frankfort Herkimer IVY 13340 6. NAME OF PARENT OR AFFILIATED COMPANY (IF NONE, SO INDICATE) CITY STATE ZIP CODE Wurth of N. America Ramsey NJ 07446 7, CHECK ONE: IS TIME COMPANY: ❑ SINGLE -ESTABLISHMENT EMPLOYER ® MULTI -ESTABLISHMENT EMPLOYER I IF -E TA ISH L TATE TKE NI ER • ETA TSH TS NJ 0 9. TOTAL NUMBER OF EMPLOYEES AT ESTABLISHMENT WHICH HAS BEEN AWARDED THE CONTRACT _ PUBLICAGEFISICYAWARDY O CT CITY STATE ZIP CODE 11. Report all Permanent, temporary and pert-tnnc 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, notjust those in minarity/non-minority categories, in columns 1, 2, & 3. DO NOTSURMIT ANEEO- I REPORT, ALL EMPLOYEES JOB CATEGORIES +•«».++++MALE+««+++xxrr+««rtrt««+«««s x+«+««+rt «+++FEMp *«rt«rrt+..»»rt++«•+rt«rt++ COL.1 TOTAL COL. MALE COL.3 FEMALE 13LACK HISPANIC 1 ASIAN NONAMER. MIN, BLACK HISPANIC INDIAN ASIAN NON MIN. (Cols.2&3) officialstmanagers 102 66 36 1 6 0 1 58 1 2 0 33 Professionals 66 31 35 0 1 1 0 29 0 D 0 0 35 Technicians 0 0 p D 0 D 0 0 0 0 0 0 Sales Workers 89 fi8 2; 1 5 1 1 60 p 1 D 0 20 Office&clerical T43 3 100 2 3 0 0 38 4 7 1 1 87 Craftworkers (skilled) 7 6 1 0 1 0 0 5 0 1 0 0 0 Operatives (5eml-skilled) 103 92 11 15 12 0 1 64 1 1 0 0 9 Laborers (Unskilled} 56 41 15 8 10 0 0 23 D 3 D p 12 Service Workers 8 7 1 0 0 0 0 7 0 p 0 0 1 TOTAL 574 354 22() 27 38 2 3 284 6 15 1 1 197 Total employment From Previous Report (if a ) Temporary Part. Time Employees The data below shall NOT be included in the figures for the appropriate categories above. 12. HOW WAS INFORMATION AS TO RACE OR ETHNIC GROUP IN SECTION B OBTAINED 14, IS TIES THE FIRST IS- IF NO, DATE LAST ❑ 1. Visual Survey ®2. Employment Record ❑3.Other (Specify) Employee Information REPORT SUBMITTED Report5ubmitted7 MO. DAY YEAR 13. DATES OF PAYROLL PERIOD USED From: 11 /19/2019 Tw 11 /23/2019 1. YES r 2. NOr I I 16. NAME OP PERSON COMPLETING FORM (Print or Type) Ellen Soron 17. ADDRESS NO,&STREET CITY 232 Industrial Park Dr Frankfort f �� �SIGNATURE COUNTY Herkimer TITLE DATE MO I DAY IYEAR Senior Recruiter 11 27 20T9 STATE NY 21P CODE PHONE (AREA CODF, NO_,EXTENSION) 13340 315 - 793 - 4900 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 Requirements for National Cooperative Contract Page 60 regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). Signature of Procurement Agent Requirements for National Cooperative Contract Page 61 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.ni.gov/dca/divisions/dlas/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/dl sg /pro rg ams/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. 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.2ov/dca/divisions/dl2s/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. Requirements for National Cooperative Contract Page 62 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (N.J.S.A. 19:44A- 20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: • any State, county, or municipal committee of a political party • any legislative leadership committee* • any continuing political committee (a.k.a., political action committee) • any candidate committee of a candidate for, or holder of, an elective office: 0 of the public entity awarding the contract 0 of that county in which that public entity is located 0 of another public entity within that county 0 or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an "interest" ownership or control of more than 10% of the profits or assets of a business entity or 10% of the stock in the case of a business entity that is a corporation for profit • all principals, partners, officers, or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions 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. Requirements for National Cooperative Contract Page 63 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." Requirements for National Cooperative Contract Page 64 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: Northern Safe Co. Inc. Address: 232 Industrial Park Drive Cit : Frankfort State: NY Zip: 13 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. i Neil J. Sexton President &COO Signat re �. �, Printed Name Title Part II - Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount Requirements for National Cooperative Contract Page 65 ❑ Check here if the information is continued on subsequent page(s) Requirements for National Cooperative Contract Page 66 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District #s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY - BASED, CUSTOMIZABLE FORM. Requirements for National Cooperative Contract Page 67 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business. 13 1 certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR ® 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: OPartnership ®Corporation OSole Proprietorship Mimited Partnership O Limited Liability Corporation O Limited Liability Partnership OSubchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. Name: Home Address: Name: Home Address: Name: Home Address: Subscri ed and2wo� before me this � day of (Notary Publi�l My Commission expires: PATTI LYTWYNFC Nota p �'uL, c. State of NY NO. OILY6I177_F,8 lted rn Orcndaga ryu i / Name: Home Address: Name: Home Address: Name. Home Address: Y L .1tt '� 'dA ... Affiant) (Print name & title of affiant) Requirements for National Cooperative Contract Page 68 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: htti)://www.state.n0.us/humanservices/dfd/info/standard/fdc/disclosure investmentact.odf. Offerors should submit the above form completed with their proposal. Requirements for National Cooperative Contract Page 69 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. htti)://www.state.no.us/treasury/revenue/forms/noreg.i)df Requirements for National Cooperative Contract Page 70 Quote Number: STATE OF NEW JERSEY -- DIVISION OF PURCHASE AND PROPERTY DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN Bidder/offeror: Northern Safety Co., Inc. PART 1: CERTIFICATION BIDDERS MUST COMPLETE PART 1 BY CHECKING EITHER BOX. FAILURE TO CHECK ONE OF THE BOXES WILL RENDER THE PROPOSAL NON-RESPONSIVIF Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor any of its parents, subsidiaries, or affiliates, is identified on the Department of Treasury's Chapter 25 list as a person or entity engaging in investment activities in Iran. The Chapter 25 list is found on the Division's website at httpar'www.state ni.usltreasurr urcl aselprai'Chapler25List,pd€. Bidders must review this list prior to completing the below certification. Failure to complete the certification will render a bidder's proposal non -responsive. If the Director finds a person or entity to be in violation of law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party PLEASE CHECK..THE APPROPRIATE BOX: I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed above nor any of the bidder's parents, subsidiaries, or affiliates is listed on the N.J- Department of the Treasury"s list of entities determined to be engaged in prohibited activities in Iran pursuant to P.L. 2012, c. 25 ("Chapter 25 List"). ! further certify that I am the person listed above, or I am an officer or representative of the entity listed above and am authorized to make this certification on its behalf_ I will skip Fart 2 and sign and complete the Certification below. OR ❑1 am unable to certify as above because the bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the Department's Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below and sign and complete the Certification below. Failure to provide such will result in fLe._raposa!__._,._beino rendered as non- ressMr sive and appropriate penalties, fines and/or sanctions will be assessed as provided by law. PART x: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN You must provide a detailed, accurate and precise description of the activities of the bidding personlentity, or one of its parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing the boxes below. EACH BOX WILL PROMPT YOU TO PROVIDE INFORMATION RELATIVE TO THE ABOVE QUESTIONS. PLEASE PROVIDE THOROUGH ANSWERS TO EACH QUESTION. IF YOU NEED TO MAKE ADDITIONAL ENTRIES, CLICK THE "ADD AN ADDITIONAL ACTIVITIES ENTRY" BUTTON. Name Description of Activities Duration of Engagement Relationship to Bidder/Offeror Anticipated Cessation Date Bidder/Offeror Contact Name Contact Phone Number ADD AN ADDITIONAL ACTIVITIES ENTRY Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments thereto to the best oft my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above -referenced person or entity. I acknowledge that the State of New Jersey is relying on the information contained herein and thereby acknowledge that 1 am under a continuing obligation from the date of this certification through the completion of any contracts with the State to notify the State in writing of any changes to the answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law and that it will also constitute a material breach of my agreement(s) with the State of New Jersey and that the State at its option may declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): Neil J. Sexton Signature' Title: President & COO Date: c� i Forms IJ :DA- N1b , 'K i I 7_7 STATE.OF ? NEW JERSEY BUSINESS REGISTRATION CERTIFICATE 71 I EN t7 E SA Ido 1. ENC wo tk 6 E, p 1 rK I Ma 1._." _71- I mej; gr Neim-je'rslay Di, s'i In: X4 `Z­ J. U-1— _11i .1.1-1. EXHIBIT H ADVERTISING COMPLIANCE REQUIREMENT Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 279A.220, the following public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners, Public Sector and access the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing request for proposals for purposes of complying with the procedural requirements of said statutes: Nationwide: State of Alabama State of Hawaii State of State of New Mexico State of South Massachusetts 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 State of Texas Carolina State of State of Indiana State of Mississippi State of North State of Utah Arkansas Dakota State of State of Iowa State of Missouri State of Ohio State of California Vermont State of Colorado State of Kansas State of Montana State of Oklahoma State of Virginia State of State of State of Nebraska State of Oregon State of Connecticut Kentucky Washington State of State of State of Nevada State of State of West Delaware Louisiana Pennsylvania Virginia State of Florida State of Maine State of New State of Rhode State of Hampshire Island Wisconsin State of Georgia State of State of New State of South State of Maryland Jersey Carolina 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 Requirements for National Cooperative Contract Page 71 of 45 CITY OF FOREST GROVE, OR CITY OF GOLD HILL, OR CITY OF GRANTS PASS, OR CITY OF GRESHAM, OR CITY OF HILLSBORO, OR CITY OF INDEPENDENCE, OR CITY AND COUNTY OF HONOLULU, HI CITY OF KENNER, LA CITY OF LA GRANDE, OR CITY OF LAFAYETTE, LA CITY OF LAKE CHARLES, OR CITY OF LEBANON, OR CITY OF MCMINNVILLE, OR CITY OF MEDFORD, OR CITY OF METAIRIE, LA CITY OF MILL CITY, OR CITY OF MILWAUKIE, OR CITY OF MONROE, LA CITY OF MOSIER, OR CITY OF NEW ORLEANS, LA CITY OF NORTH PLAINS, OR CITY OF OREGON CITY, OR CITY OF PILOT ROCK, OR CITY OF PORTLAND, OR CITY OF POWERS, OR CITY OF PRINEVILLE, OR CITY OF REDMOND, OR CITY OF REEDSPORT, OR CITY OF RIDDLE, OR CITY OF ROGUE RIVER, OR CITY OF ROSEBURG, OR CITY OF SALEM, OR CITY OF SANDY, OR CITY OF SCAPPOOSE, OR CITY OF SHADY COVE, OR CITY OF SHERWOOD, OR CITY OF SHREVEPORT, LA CITY OF SILVERTON, OR CITY OF SPRINGFIELD, OR CITY OF ST. HELENS, OR CITY OF ST. PAUL, OR CITY OF SULPHUR, LA CITY OF TIGARD, OR CITY OF TROUTDALE, OR CITY OF TUALATIN, OR CITY OF WALKER, LA CITY OF WARRENTON, OR CITY OF WEST LINN, OR CITY OF WILSONVILLE, OR CITY OF WINSTON, OR CITY OF WOODBURN, OR ON LEAGUE OF OREG 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 Requirements for National Cooperative Contract Page 72 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, LIT 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, LIT 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, LIT GLENDALE, LIT GLENWOOD, UT GOSHEN, LIT GRANTSVILLE, UT Requirements for National Cooperative Contract Page 73 GREEN RIVER, UT GUNNISON, UT HANKSVILLE, UT HARRISVILLE, UT HATCH,UT HEBER CITY CORPORATION, UT HELPER,UT HENEFER,UT HENRIEVILLE, UT HERRIMAN, UT HIDEOUT, UT HIGHLAND, UT HILDALE, UT HINCKLEY, UT HOLDEN,UT HOLLADAY, UT HONEYVILLE, UT HOOPER,UT HOWELL, UT HUNTINGTON, UT HUNTSVILLE, UT CITY OF HURRICANE, UT HYDE PARK, UT HYRUM, UT INDEPENDENCE,UT IVINS, UT JOSEPH,UT JUNCTION, UT KAMAS, UT KANAB, UT KANARRAVILLE, UT KANOSH,UT KAYSVILLE, UT KINGSTON, UT KOOSHAREM,UT LAKETOWN, UT LA VERKIN, UT LAYTON,UT LEAMINGTON, UT LEEDS, UT LEHI CITY CORPORATION, UT LEVAN, UT LEWISTON, UT LINDON, UT LOA, UT LOGAN CITY, UT LYMAN, UT LYNNDYL,UT MANILA, UT MANTI, UT MANTUA,UT MAPLETON,UT MARRIOTT-SLATE RVILLE, 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 Requirements for National Cooperative Contract Page 74 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 Requirements for National Cooperative Contract Page 75 SPANISH FORK, UT SPRING CITY, UT SPRINGDALE, UT SPRINGVILLE, UT STERLING, UT STOCKTON, UT SUNNYSIDE, UT SUNSET CITY CORP, UT SYRACUSE,UT TABIONA, UT CITY OF TAYLORSVILLE, UT TOOELE CITY CORPORATION, UT TOQUERVILLE, UT TORREY, UT TREMONTON CITY, UT TRENTON,UT TROPIC, UT UINTAH, UT VERNAL CITY, UT VERNON, UT VINEYARD, UT VIRGIN, UT WALES, UT WALLSBURG, UT WASHINGTON CITY, UT WASHINGTON TERRACE, UT WELLINGTON, UT WELLSVILLE, UT WENDOVER, UT WEST BOUNTIFUL, UT WEST HAVEN, UT WEST JORDAN, UT WEST POINT, UT WEST VALLEY CITY, UT WILLARD, UT WOODLAND HILLS, UT WOODRUFF, UT WOODS CROSS, UT COUNTIES AND PARISHES INCLUDING BUT NOT LIMITED TO: ASCENSION PARISH, LA ASCENSION PARISH, LA, CLEAR OF COURT CADDO PARISH, LA CALCASIEU PARISH, LA CALCASIEU PARISH SHERIFF'S OFFICE, LA CITY AND COUNTY OF HONOLULU, HI CLACKAMAS COUNTY, OR CLACKAMAS COUNTY DEPT OF TRANSPORTATION, OR CLATSOP COUNTY, OR COLUMBIA COUNTY, OR COOS COUNTY, OR COOS COUNTY HIGHWAY DEPARTMENT, OR COUNTY OF HAWAII, OR CROOK COUNTY, OR CROOK COUNTY ROAD DEPARTMENT, OR CURRY COUNTY, OR DESCHUTES COUNTY, OR DOUGLAS COUNTY, OR EAST BATON ROUGE PARISH, LA GILLIAM COUNTY, OR GRANT COUNTY, OR HARNEY COUNTY, OR HARNEY COUNTY SHERIFFS OFFICE, OR HAWAII COUNTY, HI HOOD RIVER COUNTY, OR Requirements for National Cooperative Contract Page 76 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 Requirements for National Cooperative Contract Page 77 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 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 Requirements for National Cooperative Contract Page 78 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 MO NTAIN WATER DISTRICT, OR BLODGETT-SUMMIT R.F.P.D., OR BLUE MO NTAIN HOSPITAL DISTRICT, OR BLUE MO NTAIN 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 MEMO IAL 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 CO NITY SERVICE DISTRICT, OR BRO SVILLE 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 CALAPOOW 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 ECONO C OPPORTUNITY CORP, LA CENTRAL LINCOLN P.U.D., OR CENTRAL OREGON COAST FIRE & RESCUE DISTRICT, OR CENTRAL OREGON INTERGO ERNMENTAL 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 CHENO TH WATER P.U.D., OR CHERRIOTS, OR CHETCO CO NITY PUBLIC LIBRARY DISTRICT, OR Requirements for National Cooperative Contract Page 79 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 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 Requirements for National Cooperative Contract Page 80 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 Requirements for National Cooperative Contract Page 81 FAIRVIEW R.F.P.D., OR FAIRVIEW WATER DISTRICT, OR FALCON HEIGHTS WATER AND SEWER, OR FALCON -COVE BEACH WATER DISTRICT, OR FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR FARGO INTERCHANGE SERVICE DISTRICT, OR FARMERS IRRIGATION DISTRICT, OR FAT ELK DRAINAGE DISTRICT, OR FERN RIDGE PUBLIC LIBRARY DISTRICT, OR FERN VALLEY ESTATES IMPROVEMENT DISTRICT, OR FOR FAR ROAD DISTRICT, OR FOREST GROVE R.F.P.D., OR FOREST VIEW SPECIAL ROAD DISTRICT, OR FORT ROCK -SILVER LAKE S.W.C.D., OR FOUR RIVERS VECTOR CONTROL DISTRICT, OR FOX CEMETERY MAINTENANCE DISTRICT, OR GARDINER R.F.P.D., OR GARDINER SANITARY DISTRICT, OR GARIBALDI R.F.P.D., OR GASTON R.F.P.D., OR GATES R.F.P.D., OR GEARHART R.F.P.D., OR GILLIAM S.W.C.D., OR GLENDALE AMBULANCE DISTRICT, OR GLENDALE R.F.P.D., OR GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR GLENEDEN SANITARY DISTRICT, OR GLENWOOD WATER DISTRICT, OR GLIDE - IDLEYLD SANITARY DISTRICT, OR GLIDE R.F.P.D., OR GOLD BEACH - WEDDERBURN R.F.P.D., OR GOLD HILL IRRIGATION DISTRICT, OR GOLDFINCH ROAD DISTRICT, OR GOSHEN R.F.P.D., OR GOVERNMENT CAMP ROAD DISTRICT, OR GOVERNMENT CAMP SANITARY DISTRICT, OR GRAND PRAIRIE WATER CONTROL DISTRICT, OR GRAND RONDE SANITARY DISTRICT, OR GRANT COUNTY TRANSPORTATION DISTRICT, OR GRANT S.W.C.D., OR GRANTS PASS IRRIGATION DISTRICT, OR GREATER BOWEN VALLEY R.F.P.D., OR GREATER ST. HELENS PARK & RECREATION DISTRICT, OR GREATER TOLEDO POOL RECREATION DISTRICT, OR GREEN KNOLLS SPECIAL ROAD DISTRICT, OR GREEN SANITARY DISTRICT, OR GREENACRES R.F.P.D., OR GREENBERRY IRRIGATION DISTRICT, OR GREENSPRINGS RURAL FIRE DISTRICT, OR HAHLEN ROAD SPECIAL DISTRICT, OR HAINES CEMETERY MAINTENANCE DISTRICT, OR HAINES FIRE PROTECTION DISTRICT, OR HALSEY-SHEDD R.F.P.D., OR HAMLET R.F.P.D., OR HARBOR R.F.P.D., OR HARBOR SANITARY DISTRICT, OR HARBOR WATER P.U.D., OR HARNEY COUNTY HEALTH DISTRICT, OR HARNEY S.W.C.D., OR HARPER SOUTH SIDE IRRIGATION DISTRICT, OR HARRISBURG FIRE AND RESCUE, OR HAUSER R.F.P.D., OR HAZELDELL RURAL FIRE DISTRICT, OR HEBO JOINT WATER -SANITARY AUTHORITY, OR HECETA WATER P.U.D., OR Requirements for National Cooperative Contract Page 82 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 Requirements for National Cooperative Contract Page 83 JUNCTION CITY WATER CONTROL DISTRICT, OR JUNIPER BUTTE ROAD DISTRICT, OR JUNIPER CANYON WATER CONTROL DISTRICT, OR JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY, OR JUNIPER FLAT R.F.P.D., OR JUNO NONPROFIT WATER IMPROVEMENT DISTRICT, OR KEATING R.F.P.D., OR KEATING S.W.C.D., OR KEIZER R.F.P.D., OR KELLOGG RURAL FIRE DISTRICT, OR KENO IRRIGATION DISTRICT, OR KENO PINES ROAD DISTRICT, OR KENO R.F.P.D., OR KENT WATER DISTRICT, OR KERBY WATER DISTRICT, OR K-GB-LB WATER DISTRICT, OR KILCHIS WATER DISTRICT, OR KLAMATH 9-1-1 COMMUNICATIONS DISTRICT, OR KLAMATH BASIN IMPROVEMENT DISTRICT, OR KLAMATH COUNTY DRAINAGE SERVICE DISTRICT, OR KLAMATH COUNTY EXTENSION SERVICE DISTRICT, OR KLAMATH COUNTY FIRE DISTRICT #1, OR KLAMATH COUNTY FIRE DISTRICT #3, OR KLAMATH COUNTY FIRE DISTRICT #4, OR KLAMATH COUNTY FIRE DISTRICT #5, OR KLAMATH COUNTY LIBRARY SERVICE DISTRICT, OR KLAMATH COUNTY PREDATORY ANIMAL CONTROL DISTRICT, OR KLAMATH DRAINAGE DISTRICT, OR KLAMATH FALLS FOREST ESTATES SPECIAL ROAD DISTRICT UNIT #2, OR KLAMATH INTEROPERABILITY RADIO GROUP, OR KLAMATH IRRIGATION DISTRICT, OR KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT, OR KLAMATH S.W.C.D., OR KLAMATH VECTOR CONTROL DISTRICT, OR KNAPPA-SVENSEN-BURNSIDE R.F.P.D., OR LA GRANDE CEMETERY MAINTENANCE DISTRICT, OR LA GRANDE R.F.P.D., OR LA PINE PARK & RECREATION DISTRICT, OR LA PINE R.F.P.D., OR LABISH VILLAGE SEWAGE & DRAINAGE, OR LACOMB IRRIGATION DISTRICT, OR LAFAYETTE AIRPORT COMMISSION, LA LAFOURCHE PARISH HEALTH UNIT - DHH-OPH REGION 3 LAIDLAW WATER DISTRICT, OR LAKE CHINOOK FIRE & RESCUE, OR LAKE COUNTY 4-H & EXTENSION SERVICE DISTRICT, OR LAKE COUNTY LIBRARY DISTRICT, OR LAKE CREEK R.F.P.D. - JACKSON, OR LAKE CREEK R.F.P.D. - LANE COUNTY, OR LAKE DISTRICT HOSPITAL, OR LAKE GROVE R.F.P.D. NO. 57, OR LAKE GROVE WATER DISTRICT, OR LAKE LABISH WATER CONTROL DISTRICT, OR LAKE POINT SPECIAL ROAD DISTRICT, OR LAKESIDE R.F.P.D. #4, OR LAKESIDE WATER DISTRICT, OR LAKEVIEW R.F.P.D., OR LAKEVIEW S.W.C.D., OR LAMONTAI IMPROVEMENT DISTRICT, OR LANE FIRE AUTHORITY, OR LANE LIBRARY DISTRICT, OR LANE TRANSIT DISTRICT, OR LANGELL VALLEY IRRIGATION DISTRICT, OR LANGLOIS PUBLIC LIBRARY, OR LANGLOIS R.F.P.D., OR Requirements for National Cooperative Contract Page 84 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 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 Requirements for National Cooperative Contract Page 85 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 Requirements for National Cooperative Contract Page 86 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 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 Requirements for National Cooperative Contract Page 87 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 Requirements for National Cooperative Contract Page 88 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 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 Requirements for National Cooperative Contract Page 89 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 Requirements for National Cooperative Contract Page 90 SURFLAND ROAD DISTRICT, OR SUTHERLIN VALLEY RECREATION DISTRICT, OR SUTHERLIN WATER CONTROL DISTRICT, OR SWALLEY IRRIGATION DISTRICT, OR SWEET HOME CEMETERY MAINTENANCE DISTRICT, OR SWEET HOME FIRE & AMBULANCE DISTRICT, OR SWISSHOME-DEADWOOD R.F.P.D., OR TABLE ROCK DISTRICT IMPROVEMENT COMPANY, OR TALENT IRRIGATION DISTRICT, OR TANGENT R.F.P.D., OR TENMILE R.F.P.D., OR TERREBONNE DOMESTIC WATER DISTRICT, OR THE DALLES IRRIGATION DISTRICT, OR THOMAS CREEK-WESTSIDE R.F.P.D., OR THREE RIVERS RANCH ROAD DISTRICT, OR THREE SISTERS IRRIGATION DISTRICT, OR TIGARD TUALATIN AQUATIC DISTRICT, OR TIGARD WATER DISTRICT, OR TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT, OR TILLAMOOK COUNTY EMERGENCY COMMUNICATIONS DISTRICT, OR TILLAMOOK COUNTY S.W.C.D., OR TILLAMOOK COUNTY TRANSPORTATION DISTRICT, OR TILLAMOOK FIRE DISTRICT, OR TILLAMOOK P.U.D., OR TILLER R.F.P.D., OR TOBIN DITCH DISTRICT IMPROVEMENT COMPANY, OR TOLEDO R.F.P.D., OR TONE WATER DISTRICT, OR TOOLEY WATER DISTRICT, OR TRASK DRAINAGE DISTRICT, OR TRI CITY R.F.P.D. #4, OR TRI-CITY WATER & SANITARY AUTHORITY, OR TRI-COUNTY METROPOLITAN TRANSPORTATION DISTRICT OF OREGON TRIMET, OR TUALATIN HILLS PARK & RECREATION DISTRICT TUALATIN HILLS PARK & RECREATION DISTRICT, OR TUALATIN S.W.C.D., OR TUALATIN VALLEY FIRE & RESCUE TUALATIN VALLEY FIRE & RESCUE, OR TUALATIN VALLEY IRRIGATION DISTRICT, OR TUALATIN VALLEY WATER DISTRICT TUALATIN VALLEY WATER DISTRICT, OR TUMALO IRRIGATION DISTRICT, OR TURNER FIRE DISTRICT, OR TWIN ROCKS SANITARY DISTRICT, OR TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR TWO RIVERS S.W.C.D., OR TWO RIVERS SPECIAL ROAD DISTRICT, OR TYGH VALLEY R.F.P.D., OR TYGH VALLEY WATER DISTRICT, OR UMATILLA COUNTY FIRE DISTRICT #1, OR UMATILLA COUNTY S.W.C.D., OR UMATILLA COUNTY SPECIAL LIBRARY DISTRICT, OR UMATILLA HOSPITAL DISTRICT, OR UMATILLA R.F.P.D. #7-405, OR UMATILLA-MORROW RADIO AND DATA DISTRICT, OR UMPQUA S.W.C.D., OR UNION CEMETERY MAINTENANCE DISTRICT, OR UNION COUNTY SOLID WASTE DISPOSAL DISTRICT, OR UNION COUNTY VECTOR CONTROL DISTRICT, OR UNION GAP SANITARY DISTRICT, OR UNION GAP WATER DISTRICT, OR UNION HEALTH DISTRICT, OR UNION R.F.P.D., OR UNION S.W.C.D., OR Requirements for National Cooperative Contract Page 91 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 Requirements for National Cooperative Contract Page 92 WOLF CREEK R.F.P.D., OR WOOD RIVER DISTRICT IMPROVEMENT COMPANY, OR WOODBURN R.F.P.D. NO. 6, OR WOODLAND PARK SPECIAL ROAD DISTRICT, OR WOODS ROAD DISTRICT, OR WRIGHT CREEK ROAD WATER IMPROVEMENT DISTRICT, OR WY'EAST FIRE DISTRICT, OR YACHATS R.F.P.D., OR YAMHILL COUNTY TRANSIT AREA, OR YAMHILL FIRE PROTECTION DISTRICT, OR YAMHILL SWCD, OR YONCALLA PARK & RECREATION DISTRICT, OR YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT, OR ZUMWALT R.F.P.D., OR K-12 INCLUDING BUT NOT LIMITED TO: ACADIA PARISH SCHOOL BOARD BEAVERTON SCHOOL DISTRICT BEND -LA PINE SCHOOL DISTRICT BOGALUSA HIGH SCHOOL, LA BOSSIER PARISH SCHOOL BOARD BROOKING HARBOR SCHOOL DISTRICT CADDO PARISH SCHOOL DISTRICT CALCASIEU PARISH SCHOOL DISTRICT CANBY SCHOOL DISTRICT CANYONVILLE CHRISTIAN ACADEMY CASCADE SCHOOL DISTRICT CASCADES ACADEMY OF CENTRAL OREGON CENTENNIAL SCHOOL DISTRICT CENTRAL CATHOLIC HIGH SCHOOL CENTRAL POINT SCHOOL DISTRICT NO.6 CENTRAL SCHOOL DISTRICT 13J COOS BAY SCHOOL DISTRICT NO.9 CORVALLIS SCHOOL DISTRICT 509J COUNTY OF YAMHILL SCHOOL DISTRICT 29 CULVER SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO.2 DAVID DOUGLAS SCHOOL DISTRICT DAYTON SCHOOL DISTRICT NO.8 DE LA SALLE N CATHOLIC HS DESCHUTES COUNTY SCHOOL DISTRICT NO.6 DOUGLAS EDUCATIONAL DISTRICT SERVICE DUFUR SCHOOL DISTRICT NO.29 EAST BATON ROUGE PARISH SCHOOL DISTRICT ESTACADA SCHOOL DISTRICT NO.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 Requirements for National Cooperative Contract Page 93 LANE COUNTY SCHOOL DISTRICT 4J LINCOLN COUNTY SCHOOL DISTRICT LINN CO. SCHOOL DIST. 95C LIVINGSTON PARISH SCHOOL DISTRICT LOST RIVER JR/SR HIGH SCHOOL LOWELL SCHOOL DISTRICT NO.71 MARION COUNTY SCHOOL DISTRICT MARION COUNTY SCHOOL DISTRICT 103 MARIST HIGH SCHOOL, OR MCMINNVILLE SCHOOL DISTRICT NOAO MEDFORD SCHOOL DISTRICT 549C MITCH CHARTER SCHOOL MONROE SCHOOL DISTRICT NOAJ 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 Requirements for National Cooperative Contract Page 94 BOX ELDER SCHOOL DISTRICT, UT CBA CENTER, UT CACHE SCHOOL DISTRICT, UT CANYON RIM ACADEMY, UT CANYONS DISTRICT, UT CARBON SCHOOL DISTRICT, UT CHANNING HALL, UT CHARTER SCHOOL LEWIS ACADEMY, UT CITY ACADEMY, UT DAGGETT SCHOOL DISTRICT, UT DAVINCI ACADEMY, UT DAVIS DISTRICT, UT DUAL IMMERSION ACADEMY, UT DUCHESNE SCHOOL DISTRICT, UT EARLY LIGHT ACADEMY AT DAYBREAK, UT EAST HOLLYWOOD HIGH, UT EDITH BOWEN LABORATORY SCHOOL, UT EMERSON ALCOTT ACADEMY, UT EMERY SCHOOL DISTRICT, UT ENTHEOS ACADEMY, UT EXCELSIOR ACADEMY, UT FAST FORWARD HIGH, UT FREEDOM ACADEMY, UT GARFIELD SCHOOL DISTRICT, UT GATEWAY PREPARATORY ACADEMY, UT GEORGE WASHINGTON ACADEMY, UT GOOD FOUNDATION ACADEMY, UT GRAND SCHOOL DISTRICT, UT GRANITE DISTRICT, UT GUADALUPE SCHOOL, UT HAWTHORN ACADEMY, UT INTECH COLLEGIATE HIGH SCHOOL, UT IRON SCHOOL DISTRICT, UT ITINERIS EARLY COLLEGE HIGH, UT JOHN HANCOCK CHARTER SCHOOL, UT JORDAN DISTRICT, UT JUAB SCHOOL DISTRICT, UT KANE SCHOOL DISTRICT, UT KARL G MAESER PREPARATORY ACADEMY, UT LAKEVIEW ACADEMY, UT LEGACY PREPARATORY ACADEMY, UT LIBERTY ACADEMY, UT LINCOLN ACADEMY, UT LOGAN SCHOOL DISTRICT, UT MARIA MONTESSORI ACADEMY, UT MERIT COLLEGE PREPARATORY ACADEMY, UT MILLARD SCHOOL DISTRICT, UT MOAB CHARTER SCHOOL, UT MONTICELLO ACADEMY, UT MORGAN SCHOOL DISTRICT, UT MOUNTAINVILLE ACADEMY, UT MURRAY SCHOOL DISTRICT, UT NAVIGATOR POINTE ACADEMY, UT NEBO SCHOOL DISTRICT, UT NO UT ACAD FOR MATH ENGINEERING & SCIENCE (NUAMES), UT NOAH WEBSTER ACADEMY, UT NORTH DAVIS PREPARATORY ACADEMY, UT NORTH SANPETE SCHOOL DISTRICT, UT NORTH STAR ACADEMY, UT NORTH SUMMIT SCHOOL DISTRICT, UT ODYSSEY CHARTER SCHOOL, UT OGDEN PREPARATORY ACADEMY, UT OGDEN SCHOOL DISTRICT, UT OPEN CLASSROOM, UT OPEN HIGH SCHOOL OF UTAH, UT Requirements for National Cooperative Contract Page 95 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 Requirements for National Cooperative Contract Page 96 GEORGE FOX UNIVERSITY KLAMATH COMMUNITY COLLEGE DISTRICT LANE COMMUNITY COLLEGE LEWIS AND CLARK COLLEGE LINFIELD COLLEGE LINN-BENTON COMMUNITY COLLEGE LOUISIANA COLLEGE, LA LOUISIANA STATE UNIVERSITY LOUISIANA STATE UNIVERSITY HEALTH SERVICES MARYLHURST UNIVERSITY MT. HOOD COMMUNITY COLLEGE MULTNOMAH BIBLE COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE NORTHWEST CHRISTIAN COLLEGE OREGON HEALTH AND SCIENCE UNIVERSITY OREGON INSTITUTE OF TECHNOLOGY OREGON STATE UNIVERSITY OREGON UNIVERSITY SYSTEM PACIFIC UNIVERSITY PIONEER PACIFIC COLLEGE PORTLAND COMMUNITY COLLEGE PORTLAND STATE UNIVERSITY REED COLLEGE RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII ROGUE COMMUNITY COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY SOUTHERN OREGON UNIVERSITY (OREGON UNIVERSITY SYSTEM) SOUTHWESTERN OREGON COMMUNITY COLLEGE TULANE UNIVERSITY TILLAMOOK BAY COMMUNITY COLLEGE UMPQUA COMMUNITY COLLEGE UNIVERSITY OF HAWAII BOARD OF REGENTS UNIVERSITY OF HAWAII-HONOLULU COMMUNITY COLLEGE UNIVERSITY OF OREGON-GRADUATE SCHOOL UNIVERSITY OF PORTLAND UNIVERSITY OF NEW ORLEANS WESTERN OREGON UNIVERSITY WESTERN STATES CHIROPRACTIC COLLEGE WILLAMETTE UNIVERSITY XAVIER UNIVERSITY UTAH SYSTEM OF HIGHER EDUCATION, UT UNIVERSITY OF UTAH, UT UTAH STATE UNIVERSITY, UT WEBER STATE UNIVERSITY, UT SOUTHERN UTAH UNIVERSITY, UT SNOW COLLEGE, UT DIXIE STATE COLLEGE, UT COLLEGE OF EASTERN UTAH, UT UTAH VALLEY UNIVERSITY, UT SALT LAKE COMMUNITY COLLEGE, UT UTAH COLLEGE OF APPLIED TECHNOLOGY, UT STATE AGENCIES ADMIN. SERVICES OFFICE BOARD OF MEDICAL EXAMINERS HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII DEPARTMENT OF TRANSPORTATION HAWAII HEALTH SYSTEMS CORPORATION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OFFICE OF THE STATE TREASURER OREGON BOARD OF ARCHITECTS OREGON CHILD DEVELOPMENT COALITION OREGON DEPARTMENT OF EDUCATION OREGON DEPARTMENT OF FORESTRY OREGON DEPT OF TRANSPORTATION Requirements for National Cooperative Contract Page 97 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, 26T" JUDICIAL DISTRICT ATTORNEY STATE OF UTAH Requirements for National Cooperative Contract Page 98 Ctt)regionitj) To: Deborah Bushnell Contract Manager From: Robert Zingelmann Chief Financial Officer, Finance and Operations Services Date: February 25, 2020 Subject: Approval of Contract Award Per official action taken by the Board of Directors of Region 4 Education Service Center (ESC) on February 25, 2020 the following contract was approved as presented: ➢ Maintenance, Repair and Operations (MRO) Supplies & Related Services • Fastenal Company • W.W. Grainger, Inc • Hi -Line Electric Co., Inc. • Kimball MidWest • Lawson Products, Inc. • Lowe's Home Centers, LLC • Northern Safety & Industrial • WESCO Distribution, Inc. Contract is effective April 1, 2020. If you have any questions, please let me know. To: Board of Directors From: Robert Zingelmann Date: February 25, 2020 Subject: Recommendation of Contract Award Region 4 ESC held a RFP opening on October 25, 2019 for RFP #19-20 for Maintenance, Repair and Operations (MRO) Supplies & Related Services. There were nine (9) proposals submitted: • Facility Solutions Group, Inc • Fastenal Company • W.W. Grainger, Inc • Hi -Line Electric Co., Inc. • Kimball Midwest • Lawson Products, Inc. • Lowe's Home Centers, LLC • Northern Safety & Industrial • WESCO Distribution, Inc. After careful review of all proposals, the Evaluation Team has determined that eight (8) companies demonstrated the ability to provide the products and services outlined in the solicitation while offering competitive pricing to the members. CONSIDERATION Award of annual contract in compliance with the bid laws of the State of Texas is recommended. RECOMMENDATION The Evaluation Team recommends the following companies for award based on their response: Contract F- Vendor Term of Contract Fastenal Company Maintenance, Repair and W.W. Grainger, Inc Three (3) years with option of Operations (MRO) Hi -Line Electric Co., Inc. two (2) one year renewals Supplies & Related Kimball MidWest Services Lawson Products, Inc. Lowe's Home Centers, LLC Northern Safety & Industrial WESCO Distribution, Inc. Support documentation has been attached for your reference. Enclosure: Bid Tab Summary region4' To: Dr. Pam Wells Executive Director From: Robert Zingelmann Chief Financial Officer, Finance and Operations Services Date: February 25, 2020 Re: Maintenance, Repairs, and Operations (MRO) Suppliers; RFP # 19-20 The Evaluation Committee has reviewed the responses and recommend that the following companies be awarded: • Fastenal Company • W.W. Grainger, Inc • Hi -Line Electric Co., Inc. • Kimball Midwest • Lawson Products, Inc. • Lowe's Home Centers, LLC • Northern Safety & Industrial • WESCO Distribution, Inc The recommended vendors submitted offers that were determined to be most advantageous to OMNIA Partners, Public Sector members, based upon the bid tabulation. All the recommended respondents were determined to be competitively priced and strong for the specified services outlined in the RFP. We believe all recommended vendors demonstrate the ability to provide and perform the services requested in the proposal. We will monitor their performance and determine at the end of each year if they are eligible for renewal with each new term. This multiple award is recommended as most advantageous as it limits contract awards to the least number of suppliers necessary to meet the requirements of OMNIA Partners, Public Sector members. In order to serve the entire nation, a multiple award is recommended to provide any governmental agency with complete coverage of commodities, services and any other offering within the scope of proposal. Please let me know if you have any questions. Exhibit C - Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. N/A Name of Officer 4J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F1 Yes F1 No 11 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. 6 ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 71 &JL330 Dec 2022 Signature of vendor d ing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.0010-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021