Loading...
HomeMy WebLinkAboutContract 62611CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement (“Agreement”) is entered into by and between Lakeshore Learning Materials, LLC (“Vendor”) and the City of Fort Worth (“City”), a Texas home-rule municipality, individually referred to as “party” and collectively as the “parties”. 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 Price List; 3. Exhibit B – Cooperative Agency Contract No. 11-74 Instructional and Educational Resources; 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. If any provisions of the attached exhibits conflict with the terms herein, are prohibited by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this Agreement shall control. City shall pay Vendor in accordance with the payment terms in Exhibit A and in accordance with the provisions of this Agreement. Total payment made under this Agreement by City shall not exceed One Hundred Thousand Dollars ($100,000.00) annually. 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 ("Effective Date") and expires on April 30, 2026, with up to two one-year renewal options. 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 or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Jesica McEachern, Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney’s Office at the same address To VENDOR: Lakeshore Learning Materials, LLC Eunice Peterson, Bid Manager 2695 E. Dominguez Street. Carson, CA 90895 Facsimile: (310) 537-7990 Email: biddept@lakeshorelearning.com City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of law provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City’s sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. (signature page follows) (remainder of this page intentionally left blank) The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective party. CITY OF FORT WORTH: By:� Name: Jesica McEachern Title: Assistant City Manager Date: Jan 10, 2025 APPROVAL RECOMMENDED: B . ,ll,Y · Midori Clark ( Jan 10 2025 J 3·37 CST) Name: Midori Clark Title: Director, Library Department � h � By: U Name: Jannette Goodall Title: City Secretary A VENDOR: arning Materials, LLC By:-----+---¥-------�����-A,t orized Signer: Lizbeth Borja Thie: Bid Analyst Date: 12/27/2024 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By�_· -�-..ax-_______ _ Name: Jessica Dean Title: Administrative Services Manager APPROVED AS TO FORM AND LEGALITY: �w� By: rf' Name: Jessika Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: NIA Date Approved: NI A 1295 Form: NIA OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Q R N Q � ry Q � m Q R a Q R � Q R � o� LL LL LL � - m � � � m � v E a � E v � ' ' ' - ' ' ' _ _ _ _ _ E = _ _ � ¢ ' � ' _ _ � c m a 9 E ______ �� x E E E s Y _ m � m v m S o o� r- -- � 3 3 3 3 3 3 3 o E o E o m------ � � u��� u'` m � v� � m m �- v v = v v_ v� m� m��� � u° � u° � _'_ _'_ _'_ - v� m� m m m� � ° - - - - - � � � o o > >' `o 0 0 � - - - - - - - - - - - � � � � � � � � � - - - - m i� i� m' i m m' u° � LL� m m' �� S m' ¢¢ i m������ LL¢¢� � u° 3 3 3 u° i i i i m i i i m i m `o � ' ' ' _ _ ' � � � � r � � � � ` n n - � � � � °�' � d a oD ' ' °�' o - i� u` m � u` � y - � � � � � y a` m° m° ¢ m° - - - - m ¢ ¢ m � � � � � � � � � ¢ ¢ � � F � � � � � � 5 ¢ ¢ Y a` a` � � a` m° o°2No N a� .`„i a m.ai .ai a.ai .ai .ai iO m m M m" m� � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 u � A e O H .9 u � a a # = a V d - l� l'J l'J l'J l� G _ o V V V V V - - _ ��aaaaa -_ � _ ° r� s � u � � u° a� d a j a� a°_---- v�� g o m� m Q � � - " d a � a "- N _� a_ °� - 6 o E o E o o F' Y a o� v�� N __ c "' d`� o' `w d a o" 3 d 3 � u° u u° � _ w_ w a a � � r u r _ r - '-` � o� m tl c �- - � 6 ���� F F�o i u _ o z° m n� c v���_ 0 3�= u� c Q 3 3' ��r .. 3 3 a 3 a 3 _ 3 3 3�3 6_____ E E" W u° >��., n- '^ a` � LL m F m - - � `m 3 � �n � � 3 n E 3 � 3 6 3 _ _ _ � _ = _ _ _ _ _ _ _ o o a � � -aa E � Y 3 � _ 3 o r x s_ 9��`o a` a ��� � n= �� 3�� m a m o O o 0 o O m ;,� F - _ 3�_ �- v a��� x �= a"�_ ° 00 3 0 `` =� 3 3 3-O c >� 3 3 3 3 3 m v v v m 3 m m- ` P: _-a ie a i� " o° u° z' as,�t°�����R3��� °�'3� d°aa��a,`i8d �u°�r.,93m `x� Ax� Ax"m m33l.\��o��,��3�r��� z Q m `.' �� o m o m o o m m m m'LL' t� t� i� t� �� a a a E a e i° `o � � - N o � m � s � � _ _ _ _ x x m x x x x _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ i i m _ _ _ _ _ _ _ `o � _ � N a N N � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 u � A e o H « k E a a # V d p - _ S _ 2 � - - m 2 _ o`� E o Y _ °°3 0 � °o3=3Y vo° _ mx"Y °o�r - °'�r - - ` � -" � _ " o S�m ;�m "3 `° � � _ ° - E a$ a - �,°3mz � >3 0� ��; m�''� � «3� a-=o `oQ-� ��� m � 3°' - _ _ °' x L = m 3 L '� m _ 3 s E m - '" � Y -' m E _ _ _ ° z" m g x _ E ¢ � � � E x _ Y t� r m 3 � F � - A � m _ _ � '� _ ° g° m _ _ _ ' � m a� o m Q i� 3 0 = E-O 3 LL a LL - � - o« o� m °' �� r >- m 3 L N m � t� � E v� Y E L > _ -- E> - ��� N o� __ E 3 c>" �' Y�°� �� i� _ °' �a 3 3°' r� n - E F o� m - 3 w E Y - � � m = a �- ," � � m a � � � � o'' � - � u m � � 3 3 O ' � d - - - - - - s c'a � E z Y y Y m� m E a e �° E `o _ � - - - � E E E'" a a a a Y�� ��� r r °� r r `� _� a ' ' v � .� ' _ _ _ _ .` A _ _ ' ' ' _ ' .e q a 'a 'c a a E �n _ 'v 'v ____ m `�° � � � c c c c c V u oD oD °°� o� « _ s E E E.°, v� ,n a a a i- = m�` m_ m m m m m m v a--- a `o `0 6 o� oD � m � Nl Nl Nl N' 6 6_>� m Nl p N N' N' N' N' N' m m F F� 6�' � F c_ �� � N' ' _ _ _ _ E E � _ _ _ _ ' ' ' -� x1° � x�° � x�° x�° x�° x�° x�° � x�° x�° m� x�° � x�° � x�° i x�° m u u u LL u u�' a¢¢ m' x�° u° u° m¢ m ----- u° u° t� t� � �°n � t� m' m' �¢' t� t� i `o u '_' _' �����AA�=Aa- .�A�_ �=AAA---_.�q�� ��q ����aa�a�-- �a �aaaw �a�� ��a --m� s�������Y�,�r -----r���� ;��Y __ �� m������m-maa<Qoo�maa�a������aaaa� �aamm��""=a _ ono y°' m n o.ai °' � a� m a,°'„ m a.�. 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a Na $ m e,w u � A e O H .9 u p .ai a .ai .ai .ai � a a # _ ,y a a a a a, � a a a a a a� V d � _ _ _ O V � Q _ - Q � � � z Y - 3 Q = � � \ 3 m 3 " � i � ° m'>`- 3 Y x Y ' � Y \ _ 3 � _ _ � Y - m i vi I -"oL �°0 3 3 u _� x -- _ v A = y��� r � � m m i _ N '-^ _ m t� z O d _ _ _ _ _ .3 � ? � _ ' a � � m - � m - m E m �, � 3 3 - - � _ E m ' _ _ _ _ _ _ _ 3 3 L _ _ - - i � � a � g � _ -o v u � a o � � � c � „ _ ° a` ... u° � Y > > °° "° - _ _ 3� 3 ,�_ _ viy� LLir �o ='�d� -- v;; _ �9�= � _>a`a`33m - m _ v Y a�� Y� r��' - �= L 3 3� v a u - m 3 3� -_ 3 - _ > N O.E v�o`- « 5� z° � 3 3 V _ __ �---0-� 3 3�- m o.. i o m w Q Q N � u" c m' E� m v;,� o l _ u o a __ � o o� m' E E� L `n a°1i �.. o 0 0-`o >> 9-E a a Y�.E .E � �9a3oi�'�- ��� - �33m"i�m �xvixvsxv�9u°ii9u'� �u�., �u�u"� Ea,'�,� �c �, n o m a �, m t� s� 5 y �, m�" n z m i��� �� m 3 m x x z x� x� a i a a a a a a a a m �� E a e a°, Q n ¢ � R o Q n ¢ � R ti Q n ¢ � R ry Q n ¢ � R m Q n ¢ � R R E E E E E o _ 3 3 3 a a a � _ _ _ _ _ _ � _ _ _ _ _ _ � � � _ _ _ _ _ � m � E E E E E E E E � � � � m E E o o c c _ c _ _ _ - E � � � q .2 ' ' ' ' _ ' _ ' _ _ _ _ v E E v o o ' o r s � E � v v v a v m � m v m v m v - - - - - - ° � � v m v a m � a � � � � � w � Q � `o_ `o_ `o_ � 3° � � � � m m m m m � 3 � � � �- a a a a a a� a a a a a a Y "_ �� w a a a a a � m����� o -- o 0 0 0 0 0 0� W W W w�����---- V V� V��� � m m m m m r m m m m m m� _ m m m m m„ q.3 L 3 3 3 m - _------- " v a= a 3 �- 0 0 0 0 0 0 0 0 0 0 o d � a� o 0 0 0 o m u o�--- � u� a a u � u � u � u i� s 3 3 u' u' a a a a s � 3 d 0 u ------ ------ ------ ------ qq ---- -�AA�A aaadad�dddada _ adadd oom � -- �oo�om �������������Y ������o�,�> >�r -------_-_-_ _������ 0000Q000000 �a�- 00000maa� �a��aa��������� �aaaa� - ro m m o� a��� a a N `^ a a a� m a.ai "' m a � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a � a � a � � u � A e O H .9 u � n n n a .ai � a a # V d p — — � � � � m _ o m= _ Y V' ry o = N o° _ o a a E a E E Y� a Y z u c v � 3- 3 - o- m t� z = m`a a u-_ o�-_ E °> j� __ ' v� � u u � u 3° z � E m- > o m _____ a� � � �«« ��� 4 E E � a � 0 3 0 o a u° � __ > >>> m m v o a x v���� o£��� u" W W a _ _ �� Q 3 c z �� o Q� o 0 0 0 0 o a r r r r r m° r�� ` E>'> .. `� N_ -__ _ E_ - _' __ _ v 3 3 3 3 3� � U C �� N o `° q� L- ___- a p' a _ 2' _ _ _ _ - ,� m m m m m � o o LL _ _ _ E ' E E E E E � 3 - - - _ - - _ - `a a" � i - - m' `a a" u" i - _ 5 _ _ _ _ _ � F � Q w F � F r F � - - _ o � _ = = _ - s ----� °� " o �n �n �n � � � m.3a vvvv � EY � E o E� � l� � 33�� p'-` o� d �N�v E o � � - - - - E � � � � � � � � � E _ v 3 3 3 3 0 � > - _ � � � � � - - - LL °� °� V - - - a 3 '" ---- m'�LL----m������iwoi�o - - - - - - - - °°=i�,°a�i�i�i�i�� �' ��m'�3��0 - =F� °�� Ei E�o x.. .. N m �., � N z � ����'> '> '> 3 Q a a a a a a a m E o 0 0 a n ¢ � e �n Q n ¢ � R � Q n ¢ � R n Q n ¢ � R ro Q n ¢ � R m Q n ¢ � R o E `o _ _ _ � _ _ _ _ _ _ _ _ _ _ _ _ _ _ a E E E E _ E - - 'n > � � � � � � � � - - - - - - - � � � � � �-�° � �-�° � � .°. .°. .°. .°. `w .� � „ u' - - r � E E E E E E E E m ��- ------ � � ��.. .. .. « w w w w � w °' m a A E o � � � � � � � � v v v v v v v i�.` _ _ _ _ _ _ _ _ o � � � � E � � � � „ on � a o u° u° u° u° u° _ _ � � m � t� � � � � � � � � � 3 3 3 3 3 3 3 � " " - i� _ _ _ _ _ _ _ a a a ; ; ; ; o 0 0 0 � o � a °„ � m m m m m a a �i �������� Nl NJ NJ �' NJ Nl NJ � E� o y� �_ �_ �_ �_ �6 �_ �6 0����� H H H H c NJ H o W` o� o � � � � � °D N _ _ _ u °D H � � _ _ _ _ _ _ _ U' l� l� � v � � � � � � � n _ - � - � � � � � � - - - m � � - - � 3 3 3 3 3 3 3 3 a � � � � � � � � 3 a' a' a' � - - - - _ - � � � � � � � � 0 � - q q r _ _ � LL � � � � �-O E E E E E u` u` °'' i� oD „� o _ _ _ _ _ ' _ � � � E E L � E E E E � � « � � � � � - � � � � � � � � - � „ Ga`t�t���� �°t�t�t�i�a`�������i���`_ ���n _' _Y,¢`�,��9�m�9��u�__ n a ��., `� .ei `° .ei `. � a a � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 u � A e o H « k E a a # V d G � Q m � � o E� c � o .E °� � t� 3 3 r' � ^' `„ i� - _ - - w E -E o ° E o° °c -E t� vvi 3 �n `' F ti.m'. r' '" a r o o `o `o o � o° oo a c o � o.E Q _ t� � � t� � � :. o o m �E �E o m 3 3 N �E � � E E � oo � _ ` - _ - _ � Y ~ Q � F ~ � - - m � J � m _ _ _ - .� > j " -o�o V'� � � o � o _ _ E o > a - - - - - � � r Q a `^ _ - ' - - - _ _ - « a ' � � �. E � � .� - - � - 5 ` � n E A - v E � _ _ _ - .. _ _ �z° m m m m m � � - ' E a - E t� Y o o � � a ° 3 m ' �� � E -3 � a �, � � - - - `o �" " _ E E E E E L � ¢ Q a ¢ _ �n a - v o o _ _ _ _ _ _ _ _ _ v t� _ _ _ _ _ _ _ ¢° - - - - - ° a � o � c m � H '^ N N u _ _ _ _ _ _ m � _ _ _ _ ` _ Zi � a Q � �n � w Q LL _ _ _ _ - - - � � � � � � � � `_^ - - y � � � � � � � Li _ _ _ _ _ _ _ _ _ _ � � - _ � l� a 3 o m�.mi a� o� o a vxi � vxi o.'ii .�i .mi .�i .�i � ry ry rv^ m a n a a a a a .i m ry m w o m o� l� l� 3 3 ry z m U' V' � V' V' V' � V' � V' � V' �� V' V' NV' V' V' V' V' V' V' � V' � V' V' V' V' V' V' a p vgi F a� Q Q m�'i �ry ���� E LL ri H U' U' V' V' � w w w V' � � � � a n ¢ � e ,� Q n ¢ � R ry Q n ¢ � R m Q n ¢ � R R Q n ¢ � R � Q n ¢ � R � Q n ¢ � R n Q n ¢ � R ro E o m _ ,n ,n _ _ _ _ _ _ 3 r � � Y = - - - � � = Y Y :' - - - - - a a c v � � v v _ v v o E - - - � v - �' - - - - - - - � � � � � � v v v v v v v v v z z � � � v _ a � o � v � � � .r _ m '° m 'c Q - --- - v v v c Q o' a� a a a a a a a a a.- �� m' a - Q Q � - 'c � oD � _ _�� a a a oD � o� `a ---- = v r H o N N v= � oD � m°� 9 q r=__ = o oL „ o v � � a a v a � � m m m � � � o 0 o u° S "O ° � � 9 " � - - - - - - - - - � � 3 � 3 " � o � � � ;, ° 9 � � ° w a�~` m m i m m m� o m � ��� a m m m N m a� o N m m� 3 3 a-�a a�a a�a a�a a�a � m m N� N a o m��� m� N 3�°��� _ m�", ___ "" r m� N N N a�J N a�J N a�J N N N N _ - N � r m°n m� m _ - ' _ ' - _ _ _ _ � � ' > E E ' _ _ _ _ _ _ _ _ _ _ - _ - �: ao�t����t�u�>>?m Y,im moo¢oo��o°9�'naaa i�ooso°i -' �: o°oo°u°i�°o°¢o°m `o � ' _ ' _ __ > F > F z����� >� n ` n n Y V v n` n` n` n n n n� n n n Y��` n i°�s-i°� bmmmm ----- u` i�u`u`33� `ou`bu`bu`bu`u`u`s i� �u` n vu` ,"��u`u`3b°�i�- - ,-�� � a - rmY °m " -r�NN°n°n °p pN�NN�JNNNN � �m �Nr � a �N �NN°''� �� a � a� a= a a a� r a` m--- �� a a a a a u a` a�� a` a` a` '�° � a a a` a` a` a` a` a` a` a` a` a� � a` � a` � o � a` � a` a` '�° a` = a` a� o a m ` "� � o a ^y `"+, a m � � a � N a N ��.; � � � � �mri e � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a N a� m a� a� u � A e O H .9 u � a a # _ a � m V d o = » _ u° 3 o � v 3 � - - � E E o � � m t� t� s o�> y� LL u � n � o a, ~ - _ _ _ _ _ _ _ _ _ 3 _ O 3 °1 v� � �n v v � - � _ � v � ~ °' W a a _ _ _ _ _ _ _ _ _ c F .`Vi � � 3 � E � - ° 3 � r _ _ _ ~ � n � '-�° g � v � E E o � ~ � °� 6 _ o � � N Q 3 L � F o o u �c N j� Y Y Y F =-- _ � _ a E�O E E E E E E E E E m� n Q F��'n � � � `w _ � _ Y F o m m_ oo m� � 3 �'n � r������� - - m a a v " E E � � w - _ " � - � .. _ y i� i� °' ' E j � A 3 m _ _ _ � � � Y - � m s E �o o '^ � 3 a a` �n z' -- ` m 3" E': a 2? a E-� •• a'"�' �'"�' a'"�' �'"�' _ ` _ w V 3 __ a�� c - ; F o, - m A F� a a m a a�o m a `n `o t� � t� � t� � t� � t� a+ - � � - m'� "- v N� Y o a r 3 w _ - _ »°�r r yr-- ° � � � o' N `m V �.� --- � i� w--------- n3 �m � � m � � m3 m �- ^"^ � � a ,° v a E m $ � � � - `m � � c r 'r° :.' ,� 'r° r 'r° s 'r° r 'r° r 'r° o z' � `y, ° -a = E � � o r o � -o � a a m� 3� ° �,� --- � i� � d���� 3 3� i� w�� 3 3 3 3 3 3 3 3 3� r� d- m� u m �� � u d 3�- i E o������������000.e..`°..^.m ���������moo.a..�.������5������� � g mo�o�m mm E Y Q a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a Q a a a a a a a a a a a g a a a a a a a a'a 'a a a a'a a��� a���� a n ¢ � e m Q n ¢ � R o Q n ¢ � R ti `o g � �' Nl �' v Nl �' Nl u � v � � '^ _ N �' o _ _ � -_ -_ -_ -_ -_ -_ - � -_ _ _ _ _ _ _ _ _ _ - v,� V U V� q o� oD oD u oD oD t10i V t`0i u U`. y n n a n.n n.c V n v � v � v � v � v v o� oD o� _ c � - E E E � � « « « E « « E E E E - m j � � � p � � � � N '_ � � ¢ ¢ ¢ ¢ a ¢ ¢ ¢ ¢ � � « � - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ w g g g ° g g ° Y � on on on on on �a on on „ � g g °p - - _' q s - - - - - - - - - �� � u a u u u F d z u z � u � u a 3 d��� m���� u° u` a a� o° o° o° o° o° o° o° o° o° u z z a `o � v E v E E E E m E E E°�' E E E E E°�' - q.e ________ a E E E E v u` i� _ _ _ _ _ _ _ _ _ - s�� E E E E E E E E E _ _ _ _ _ � LL _ - _ - _ - _ - - - _ _ ¢ u a u � u � � � u u LL u u � u � LL ¢ '�° � � � � � � � � � a` a` � ° � 0 6 6 6 6 6 0` 6 o u � - � ¢ a a a � 'n a y a v°'i. a yN e m a.ei "' '�., a a,an 0 � � � � � � � � � � � � � � � � � � � 'o 0 0 0 0 0 � o� o� o � o� o� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0� o� o� o� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 6 a e e e a e a e� N m m N°�' m ti�01+, c a � � � � � � � � � � � � � � � � � � � u � A e O H .9 u � a a # = n a a a m `" m a a a V d O m ° - m U'� n_ O m> �' O � mc`9 c� O¢� v� E°° U�' � i m- nv m' ` a'�� ,`,_ E E E ��m o_ � a' � n o m� __ z z' z m � � o` E � � - _ _ _ _ 3 '_ _ _ ¢ � vi ' ' ' ' ' ' cJ Ul `^ s-- a H H H cd « �« � _ __ � F� a-o a s U'� l� U'� d� d � d� _ � o __ w w w N N N l� tJ l� N V tJ l� tJ " L '___ 3 3 3� n a� E E E y E E E m �o n o -- _ i� m ,. r r r `v m� r�� - v� � a a r � � � r 3 � ? 3 Y � � � � > � �, � m o° � � _ _ � _ ���� ____ �°, u° � � u u u� -_ � u � � o _ _ � r � i� m° a a� o� LL E E E U m E E E E E E E _ _ _ _ _ _ _ - _ _ _ _ _ - _ _ ' _ � m - -� u m� m `o a m� o�� V- c� � s`¢ `¢ ¢¢ 3 m x LL _ � � � � � � n � � � n > v > � ' � -a a` u - v � � � r 3 ,^ � E 0 0 0 0 0 o N � o- - _____ _____ ______ ___9¢u uuLL - �u�-- �a - - -�>"ddi�i�i�Y axx E c� � a� N m� i� z¢�� ��� m a� n m z .�i ti .�i �o E u u u,`: � � ��� u� " u � u � u u" u � u u u � � u u� a n ¢ � e N `o � _ _ _ _ ? Z' � Z' � Z' Z' Z' ? Z' ` Z' � N Q � � � � � � � � °�° a a a a E - a�J N a�J N a�J N N N a�J N a�J N _______ � � oD � oD _ ' _ ' _ ' _ ' _ ' ' _ ' ' ' ' ' ' _ ' _ ' _ �� c 0 0 0 0— � 7� 'a^ j j_ — v�ai 0 0� 0 � � � � � � �� p��--- �� N' W N' NJ � � N oD � oD ��� oD � oD oD W �� oD oD oD N oD N' N' o N' c q oD oD � oD ��� oD oD oD � oD � oD o - >?>? a a� F F F F d n u Li u u u u u u u u n n� u u u u 5, u F F u F o 0 o O o 0 0 0 o O o O u u Li u u u u o 0 0 0 0 0 o u `o � _ ' _ ' ' m E���� w E E E E A�� E E E E v E E E E E E E E E E E E E E v E E E v E a, w E E E E E E E d_____ a E 0 0� oD � oD o u` °�' � _ _ _ _ _ _ _ _ ° �' _ �E �� �E �E �E �E �E ----- �° � u u u � a` ---------- � u � u u u u� � u u u� u � u� u� �° u u �--- � o 0 0 0 0 0 o u � � m m m N a `^. a a a a a a a a a`^. a m � �' a �n 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a°�.,' �°�' °N' N a a��� p °�.,' a a � a u � A e O H .9 u a a a � a a # V d y a � E E o= a n a _ � _ - .o�^- .o�^- m � � � � a a A v a � � � � � � o >> ��� i v _� w n v n' n' V'� V'� i ___ �� m V'L V'L O � U'� °� V'� � v�� > j� � F F F a m V'� V'� O d E o �� F F�_ m� z � � o� 3� - m� o E E E E � u � a a__ �"� v `o a�°, u° u° u° � �' o 0 o v o 0 0 0 0 = Q � � � m � G o` m � � = _ a 3 L a o a � — _ — — — — — v � � � `^ � � = _ � v � v = o � � � f o� m — w a a a� � � N N' N' N' � 0 3��n r � Z' `o _ — u u AJ' c��J AJ' c��J 'L^ _ _ � a_ a----d 3 �-- v,r>,r> -- ; _ _ _ _ _ "� .. � �� m3 0 „ � - 'E a a a a o 0 0 0� a a a a a n - v" �� '^ o 0 0 - L�' � 3� a _- E u° w u � � � � � � _ � A � `L^ 6 0 � c° � � � � ' � � - ` "_ " a � u ` � 3 ` 3 � a �z' -'��° �"�"�"���`V �o = _ - �xoo�o_ E3 "- - � m - - - - - - - - E o > > > > > > � - - � - v o L o ' � -EY - �� -a-a-E-a-a-a� v v vi._ - ;,i � __ _ �3� i� � - - - m � � � � - - - z � , - - - - - - - - - - - - - - - - - - � � � � " i� � o � LL - - - - - - - °' o' o - a i u° u ¢ E'� m a � � � o > > a � � � � � a � x � ti m t� z m t� � m t� t� m t� a a a z a N a E u u u u u u a n ¢ � e m Q n ¢ � R R Q n ¢ � R � Q n ¢ � R � Q n ¢ � R n Q n ¢ � R ro Q n ¢ � R m Q n ¢ � R o O � Q n ¢ � R ti O � Q n ¢ � R ry O � ° E E E a a a a 3 _ _ _ _ _ E E _ _ _ _ ' _ _ ' ' ' ' ' ' � ___ o o E�'o m m r r r r m m a o o a a a'o 'o 'o 'o m����� a� `o `o `o � o c c c o�� c � d� d� c �� u � �� u u u u ���� ���� ww w � � ` v O O O � � � y � ' = E a v o � � � � E v a � m � = — _ — _ — � � � � � � � � � � � a � c _ _ _ � � � � � � m ° � E E E E > > F v _ v � F `w `w v `w _ ' _ ' ' � F � ' ' _ ' ' ' _____ w - w v w� n� w n n _ E E E E E= m' a � _ _ _ _ _ � a` a a >° � � a � s � � � m' z' � ' ' � z' z' z' z' m ' ' ' ' ' ' ' `o u_ _ ' ' _ _' ���> v�m �� Av v�v � � a�a-a�� - ���d— �� oa- o�m � � >�> >�� -- --- �r� Y� =aaa����m��aaa���am ���m�m��— —m����� ------ ~ a a � a N '�,y^ a m a a a a a� a� m� o a o a a a a a a a a� a � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a m m 1O .ai a,"'.. °�' a,`°.. u � A e O H .9 u � a a # _ � a a "' n ^' V d � � ti ."^i ti .�i '^y ,�'y N N - x x l'J U' U'� l'J l.� U'� l'J l'J ^ 3 3 a m u o_ LL l'J x---- 3 = � K a N — — �^ a "' _ _ _ _ _ _ _ _ _ _ _ _ Q __ J u o Y _ Y z « v v v v � Z' � Z' � Z' � Z' � Z' � Z' Z' __ z a z � u o v o o u � u � u Z. � a`_ a a`_ � a`_ � a`_ � a`_ � a`_ a`_ __ E E E u m _ o�n >«'.. ' E E E E E E E E E E E E E � ' - a a a a a J � s a _ _ E r � � n _ �`w - � '� - c � c c c E a � � � � � � � � � ___ _—_� t� � _ � Y � J _ > E E E E E t� > � � u u u � u u u � u � u u _ w r 3 ,., _ - _ °' 3 i � � � � °° E _ — — _ o Q _ _ _ _ a r 3 3 ._ � j m 333 _— __Ym� °°� '°m'� o`� `omN6 v v v v00000 o��>;� 3 _ _ _ 3 L '" v � r � � '„ � _ _ m E E E � � � _ _ _ _ _ _ _ _ _ _ _ _ _ E� 3 L 3`o t� � a,., o� �� o m � z' z' c Q on 3 _ - r `w r ° tor °'�r., � _ m � —a _ _ _ a �> �n,: � N r a z' " z o E o � " °'°� " " 3 � � m - ` o - ` F "' _ _ _ � ~ " r F r = - r", _ ' ' ' _ ' ' ' ' ' ' ' ' c c r 'c — �°1 3 3 r s 3 3�" m- m� L 3 9 0�� c c c � -_____ = E� '�" u'� c c c c c c c c c c �° i� i� o�„ �° ��¢ t� � o o� x� s—�� m � t� � u° �� F F F L� z' �n ' �: ¢` �., -' z° z° z° z° z° z° z° z° z° z° z° z° z° E z' E a n ¢ � e m o a Q n ¢ � ry � ° � m m � � � � _ _ - _ _ � _ _ _ _ _ ` m m m E E i � v E v ' _ _ _ _ _ _ _ _ ` ` ` � � � r o � n � _ _ _ _ _ v � m o 0 3 � � _ _ _ _ � � _ ' � E > � E _ _ _ _ � � � � � $ _ ' _ ' _ ' _ ' _ ' _ _ _ _ _ ' _ o 0 0 _ _ - __ � � m m � `m `m `m `m m =_ `m w m = J u° - � � � � ' _ � _ � - - _ � _ � � m p ____ a o 0 0 0 o Y o o v>' __ - _ _ �� � �� �__ �� � �� ����� a a a a a a a a a a a a a a a a a a a- a a a a� 3 3>° -----�-- -��� >° 3>° >° i - -�� - 0 � _ `o � � � � � � a ¢ a ¢ a ¢ a ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ a ¢ ¢ a ¢ ¢ ¢` m � � � � � � � � � � � � _ _ _ _ ' _ _ _ _ _ ' _ _ _ y ti a � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a m ti� m ti� u � A e o H « k E a a # V d O o 0 ��' � U N U U C N N � E vvm t� " n,i C�� � "�, o�� �^' " o'"" ma �i �.. a-- � � � - `" o " � ' - - ° " Y , a�.: a. m ° � m a �_ - `� E E�� t� u�.�5 .�'y a E E a�:, � �' ^' w- o� t� Y r�� - � t� t� �" A E `". � ti � � ^+ � t� "'. i� � �? �l Y ._ � _ � � v v l� > � � � � E v '". i� ' ,�'� � t� > n i? E E � a � °�l y � � _ _ ��- � > t� - t� ' E t� E' t? � d� E t� � o Y E�� r« o o Y m_ E� N E� a> o E� N E t� E t� � E E oD n E t� __ - E °n � F �` _ _ " � i� � � _ � � u � � � � � � a � a E � � � i� _ a � � i � � �P 3 x a 3 " _ _ _ _ > ` � _ t� n � � � � a � a E _ _ - v � �«'� m � � � � � - �' o � m � � � n � � m °'' A � � -a _ 3 3 v F 3 3 m 3 3 m w F� 3 �, - � i�'_ - -- i� �����- ��� - - �o'a ° ��¢��oa °i�= �i�a- � _ _ � � > > r m > > � > > � - - - � > _ - - - o m � ._ _ _ - - - - r m ._ � >" i� v m � - � � ,� u � � u � - - - - - - v � � z" o' o' o' _ � ` r � a - - - - � i� a � - � � i� i �°�-0 � >° � �°, � � i � i � � � � � � � � � E� a u, �, a u, �, a u, �, a u, z m � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � E a n ¢ � e � o a Q n ¢ � R � O � E `o °n E � -'----- E E a a a � E E o o E E E°� - `o a a — E E N' �l �l _ _ - E E - - - - � � � _ ' _ _ _ _ _ l'J t� v � � °D °D m° � � — — — — ^' l'1 — — — _ z — °' l'1 — _ — — "' � � m t� t� � � o 0 0 ° � v`w a n a a a a a- _ �� r ___ � � � � � oD � NJ �°D � O E— Y � oD �°�1 °�1 E E E w � 0 0 � � � � � � � � � _ _ � � � r _ = � � a v _ _ _ _ — a N _ _ - - � m � � � � � � � � � a a d a a a 3 3 d m a � � � � � � o � - - - - - - - - - - - - - - - - - - � � � ° 3 3 � d u � u � a z 0 � _ ' _ _ .� q ,e q ,e q v A ` � � � v LL � LL � � LL _ _ _ _ _ � w�` �` i� u` � i� i� °�° � or� — E E E E� E E � 0 o N N r � N N N a1' � N N _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ — — _ _ _ — m Q Q������� Q Q Q Q Q Q Q Q� — m Q�� V � V � -- F F�� w __ _�� _ m��� m m a m a N y� a m °' .ei `. 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a m ti� a a a u � A e o H « k E a a # _ � m m V d G 3 0 � �� m t� � = p m w _ r - _ ---_ _ _ � g o _ -- _ -_ _ E � t� i� n _ ° � : � 3 a = _ _ _ _ - - _ - - _ > t� j E E 3 « _ - a 3 ? 3 � ° ° E � _ - - Y F 3 0 j� L _ � � m m m° " Q n v _ \ _ E _ - 3 '^ ? _ - _ _ _ _ � n „ j - - - - E E 3 3 E � � - � � � .` ~ � E u° a E - - - - �`v _ _ r 3 3 3 � `�` - - _ E LL E � _ a E - _ _ � N w a z � � �n r Q w � ¢ E u _ _ _ _ 6 3 � _ _ � " _ _ _ � ~ - F Q m a _ `�' � `� - � - m � a c c _ ? � N c¢� m i� o o�� F _ y� - E E u E f o 3 w m 3 w= 3�� m �° r� ����� � a z' o o' �� s o��°, a 3 0` � m u" � i��= 3 3�°, �°, i� m u° � Y z � � � � � � � � � � � x m � � x � � '� z z z z � � � � � E � z a n ¢ � e n o a E E E `o '� � g = - � � � � � '^ E E E E E �' E r� on N ,'"„ on � .`.' o � E � ________________________ ___ � t� t� t� t� t� � �� m__ _ - o�o� c E _ c E � - � o 0 0 0 0 „� q � � � � .� .� " ' _ ' ' ' _ _ - ' � � � � ` t� E Y _ � _ _ _ q o � � A � � � � � � ' - W o` o` o` o` o` o` '> - _ v � a v > ? v - - - - A � � m � � � `o � o v � o `o_ >' °o >' ' 6 0 `o_ � 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 a 3 3 3 d d i s 3>� ------ � a 3 u u� i m� i m d u s 0 � E - - _ E E-O _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ v _ _ _ E E E E E - L 'L' 'L' L 'L' °1 - � � - « � « « « � « L « « « - i a i �: t� t� t� t� t� �: �°n ti F� F F F�� a i u u�°n ������� F� �, ��� y ti a H �"., e,^„ 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a � ti a � a N m u � A e O H .9 u � a a # = a a a a a a�o e a a� V d l'J �n � s V' a � o a uG�aaaG �?.. ��" � r '".,Y�;- �?���,Y_� o a 3 0 �"�Yo �3 = �a���aa _ �t� _ �� -�GGGGG��Naa�Y mi�oa ���°a..E� o> vao� _ , � � � � � � a � � ��o m � o � � a LL - � " � -v a _ - � - � E E E E E � - _ °° � _ ` _ - m � t� t� t� t� t� '� - A A� 9_____ � � oD � z° o u _ _ - _ - _ - � � v 3 � � � � � � r �° > w = _ - - - - - - u a a _ �"3 3 N � - = = v � - � v � V o �':" > ? N > ? � _ _ £ 5 £ £ £ 5 £ Q _ _ a E E H - _ - a, i,� o' - - � � u _ . . . . . V �°n �°n �°n �°n �°n a 'a E E E E E E m = _ a Q Q� ` - � m m; ; 3 3 3 3 3������ -- m m o m m m m m m m 3�� - _ w v E n��-°- o n - m> E� w � ' a E««««« v��� ��� s s --E �E a a a a a a a a N r n �� 3 LL m a� o � ��� LL>" m m�� � � ������ o s u u � u u u 3 3� � u" a i� i� i� i Y d 3 3� LL E � � � � 5 � m z' E a n ¢ � e m o a Q n ¢ � R m O � Q n ¢ � R o Q n ¢ � R ti E E E `o - - � _ - - N � � _ _ _ - ,n � � � oD °1 > � > =' � N a m °' � - > > j � - - � � _ o Q _ m � � q Y v N � `o a - � - - - - _ - - - - _ _ _ _ - - f0 ¢ � � � � � � t�i o � w _ ... - _ _ w o m L - � 3 o Nl -�a -�a _ _ _ _ _ _ _ _ _ t�i V t�i d _ _ _ _ - - � � � � � �n w �n � NJ Y _ _ - � � `E °y� � � L Y w °' - - - =� NJ NJ m a � Li � � F � � � �" m � � � � a � � � � � � d � m Y o � � � � � _ _ _ _ _ _ _ ' _ _ _ _ E E E E m _ _ E � � � � �° � � � �n � � � �n �° x1° �°, a ¢` a ¢` m � u° a ¢` m °�-° � o° o° �° � � � � � a � � � � � m m � � � � �n `o � _ _ ' ' _ _ E E E E � v � � � � _ _ _ _ _ _ „ n n � ` A 0 0� ,' o� oD a oD � _ n n� n i� u` a � u` � i� i� ___ _ ___ - - - E E E E s N N y� r-� N' s r�' �' s- _ _ � � � - - - - - - - ¢ - - � m � ¢ � � ¢ ¢ F in a` - � ¢ ¢ � � � � � � � � � � ¢ a ¢ � � � � � a a N y m a m � a,^„ m a� 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 n � g a u � A e o H « k E a a # = iO n V d G - � - _ - a U' vi - in � _� r� U - u O u- _ E _ � _ _ _ _ _ m � u � N � Y _ ° a a a �° u m y - _ _ _ - - - - � � - = � 0 3 �" o o n E Q � - _ � � m e � - - _ _ � _ E E E E V= E E m '= c¢�~ m- 3 m t� t� � � 2� ___'_ z� w~ ��� o�¢ o a _ _ ` v a � m' � �n � � - ? a r 'v 'o 'v 'o - 'o � � „ c a u � - « E x .3,x - ' Fo � � 5, E � m E _ _ � a` m � � oD � m' c oD � - - a i° � � � � - - �` � Z ° E - � E u - E _ m � m � _ _ �x.ex.` 3 N �xa Er � E - - E � �-� «- 'E o _ _ _ _ � � � m � r � o w - � z' z z � s - ' ; � E � � i o m o � s - _ � � � � m � � °' m � � m `..° `�° m m m � � � � m o � � � a � � � � $ � m m a^, o a �, � .. m � � � m � o .. N °' m ^' � ^ � N � � $ � o .a. � o 0 0 � a z °' °°' ���� a a a a a a a a a a a a a a a a a a a a a a a a a a a a a Q a'a a'a a'a a� a'a Q� a� a� Q� a a a a a a a a Q a a a a a E a�y a a a�, a� a n ¢ � e N E `o � � � ' ' ' N a a a a-- o� E E E E E E� n _ °n °'' ��� � �� s o a � � � � � ` ` � � ` _ _ _ _ _ _ � � `o `o � `o � v � s � �'l E °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 °� °� m m � `o °� ��°o � a a r a,v, m a a� a a a a a a a a a a a a a a a a a a a a a a a� -m° a� � � � � � � � � � � � � �n �n � �n - `o � - r a - � ____ �.- � _ _ _ _ _ _ _ � y ' � � ¢¢¢¢����°n�������5 Y,��, �¢`�9 - `N�' .Nai `^�' m a a m a o a� ,r'„ a`�,° `�' m a a a a a a a a a a a a a a a a a a� a a a a a a a a a � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 u � A e o H « k E a a # _ � V d Q _ Q G a Q m Q - � E E « u° _ o - � -Q° - a - ��� o v - ' o z. ° a � a o _ = 3 Q � � o - - - _ - a a a a " � � A -a° . a _ _ _ _ > � � � Q v a - °o a � a `o o m F m > a - a m - - - � '�°_ r �9- a --a a a `o- °° c `o m � °�° `o - aQ = o'' `° � v� �a `o 0 oa� o¢` �-Q°�- o cam $ c- o � � � F � m _ E m = ° a Q a -� � � -� ° °�° � m ¢ o _ _ - �' - - - E o - ° m m ° E � ° m � � °�' 3 � ° � ` ° A a 9 E m E � � r ---- � ' 3 0 - E� _ w� E E L E�� s - - - v a s --- a 3 r L a � a a o� - � >' L E � � � m `� - v � x 3 � � � r °. °� o � " > � a` � L v" 3 3 � _ _ _ _ _ a p � E � � 3 z -° E � � x - q � - - - v = � � « � v o ` � � � E c a`, v - � _ o � � N _- =���a"ai�, - - mu°,� m�o`z'�°,o��J a',3r��, �� ,"33 ��� �a`� - - "3�� E a a a�� m n .. m �n �., m.. z a a a a a a u o� o o.ei '� °'., a a a a a a a a� a a n� E a n ¢ � e m Q n ¢ � R R `o � °'' � � � _ _ o c _ _ _ _ _ _ _ _ _ _ _ ' ' _ ' ' ' _ N = E E � ' ' _ - � a - E E E E E � ' _ ' ' ' ' � Y o a 'a a 'a a 'a a . - o c� t� �+ �+ - ������°„ w 3 `o t� t� t� t� t� �� z' z' z' z' z' � on on ��a on �a on �a on mon "w on a a� a a a� r � � � m m m � m m m m m m v� _ a a a a a � 3" a v � � � � � � m o` o` o` o` o` o` o m � � ° - - - - � � m � � � � � m � � � � � � � � � � � o - - - a m a - - -°�° °�° � _°o° °o° � r�-`- m N N W N W m C-� "� � � � � m w w m w m w m w J w p ,.,.,,. C � ««_ N N r«�'' _.q � w.. �-��� E E E s E E E E E E A E � E w w w w w w a,�q r � 3 3 0` d d u u a i� m ------� u L� LL--- LL a u' x s x x x z' z' z' x z' z' z' z' z' z' o` z' a z' ������� u� � a 0 ti _ ' _ -d�� ���� ��� � _- - _ AA�=AAA�=�r----- --- n �� ��� �� m� � oo�000� g�'" _ m���-- ------ ������v- r�� r�������„ - � � � o o = � � � i `_ - - � � � � r � m u � - i� � � � � a � - - - - � � i i o � i � i � i � i a i a a a a a a a u 9 � a � `�^ .ai a N a� a.�. a a a m 1O � °' .ei `° .`°i a � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 a � ti � u � A e O H .9 u � a a # V d E '� _ U' m � V' G _ _ _ Q ^' j - � — V' z 0 �E � E V'� � o — — � w 3 w ��� _ — a�1 .. 3° Y r a u u 3 �3d' v -��� EY > ao''i��s � E�� >zv a v� m° i� � m m � a��� v>" m a� LL m� m m G v v v v =_ 3 - - - - � � � � - � ? s " - - � o` - - - - _ o � � � � Y �a� - = v b ° - �" � - - - - - - _ '° - - - - - - "m <a 9 � � � � � � � -� '� � � - _ ° m ,, � 3 m � � - �- 3` � ° _ _ - § 3 ' - � � � - � o v ' � " _ - - - E E E E E E w � m � N' � � „' � u° « � s � r r : - - � � a _ � _ y ' � � � � �r., � �r., f., �r., ° ? 3 " � � A m > � ¢ m 3 � 3 3 = � � � - - � a a m - L m ` m �o E �o =" � � N � N � " � � = � , _ s � � m m A A u _ - �O � � _ :� :� r c c Y� m m « � ; 9_ n n N u` u` N°° _ �r � � � a � 3 3 a i� x° m - � � � � � � >° a � � � a � LL - � a' � a � _ _ � 3 � = - - � � E m a a � m � ',� � m � a � N � 'n " `° `" n z`" W W '^ E a n ¢ � e �n Q n ¢ � R � Q n ¢ � R n Q n ¢ � R ro `o � v �a`, � m �a`, a : - - - - � � � E a a E � Q v� E i�� �� E E E u � .. _ _ _ _ ° o el Nl Nl Nl t� � t� _ _ _ - - - - _ _ _ —�n � �� `v v`v v N' yJ NJ E NJ >?>> � NJ a1' a v NJ NJ Nl NJ o--- a'y m O m Q Q Q Q E E E E�n °J' O O O _ > O O O O � ^+ � v F H F F��� Y�� o - 6°'� �' a�i _� yJ � NJ Nl NJ Nl l� l� l� l� °�° j NJ NJ NJ - a � �` � � m t�i V t�i V ii - � V x l� �n � Q in _ _ _ _ _ m V 'm _ _ O � _ _ _ _ _ � � q q � q — — — — q � q — � F � F _ — — .� q n — — — — n � � � � � � � iJ iJ iJ V iJ V iJ V n d n a V � iJ U V� iJ iJ iJ iJ � W iJ V � n n d n V��°C° � � N N1 NJ N1 NJ N1 41' NJ N1 vi vi vi �n � � NJ N1 � N N1 NJ N1 N1 � NJ NJ — _ _ _ � � � � � � � � � � � � � q � � � � � � � � - Q Q Q Q Q�������� Q Q Q l� � l� V' l� Q V' Q Q Q Q Q Q Q Q Q Q O 0-- — N N l� V' l� V' m� m a a a a a a ? � m a o 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 u � A e o H « k E a a # V d G _ E E 3 0 o m a o t� u° _ - - �'J om � E � `� E E ", _ _ _ _=__ � � `� ___ _ — _ _ -O _ v � � � �Y., — _ _ r x � a a i� � � n a � r u u m 3 .` E o s � ~ — _ _ _ 3 � _ _ _ _ _ _ _ _ _ _ — — LL � " E � � m - - �° � E E x > A c ,° _ _ _ _ " " LL _ � a _ _ - - � � � � z z' i� u m `m � v v � � o � a � a �'- a _ ` � `� _ _ � 3 u _ 3 t� � 'Q � 3 - - _ _ _ _ _ F �m m _ _ _ �n ? ? ? ? v F s s« :: r- c �� a-� m m v���� c = c m°'' Y Y j °o ���� r w 5, � 3 �'n 3 �'n � �` F � a �'n � o ; � � i� _ _ _ � � m z 3 i� �„ — r r z' t� z o � _ _ _ N 3 � E�., a .. � o E �������� ������������� ��������� ��� ��� �KKKKKKKkKkKkKkKkKKKKKKK a n ¢ � e m Q n ¢ � R o Q n ¢ � R ti Q n ¢ � R ry `o � _ _ _ - - F � _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ E E ° _ _ _ _ _ _ m > > > > > �> ' _ ' _= a a � � a z P - c _ _ _ o � _ ' ' .�-� � � � f a a a a „ a a ` v v v � _ _ ` A � � m d _ `o _ `o `o `o _ `o `o `o _ `o _ `o _ `o _ `o E d m m ' `o `o `o,� q q o o _ ����"__" � 3 3 3 y =_ � u` m o r � u � u u u � u u u � u � u � u � u r -- r o o � u u u � u` u` �� � � m m m � m m 3 J _ � � � � � m � v ; - a a � m � o � � 3' m � m � � � m � � � m � m � m � m � � - - B 3 � � m � � � � � � m m a - o 0 � r o � �mY �333� - - - "_�'��' _ mm ° v� - - � �"`� mz� a� - '�° �>° >° �-�>° s �° u� - z �'�° u` u` u` u` u` u` u` u` u` u` u` u` u` u` u` u` u` u` � LL o o�'�° � u° u° s s a a a m `o u ���=�� `AA�=AAA�=AAA�=A�=A�=A�=A ��� " �=AA�- ---- - a 3 n � b m � b 3 u` u` b u` u` u` b u` u` u` b u` b u` b u` b u` °� 3 ---- � u` u` ,r„ - v� � m � �mmYmmr - °;m�������������w����w� � .,� °; v��� A- - a a a a� a a'��° � a a m a a���'��° a a a a a a a a a a a a a a a a a a�= u u�'��° � a a a a a a a�� a a a� � �� a a a a a a a a a m a e a m,a,� ,a,� a .CO+, f'ni y.`„i a m ,^',�, a,`^„ m a.°Ji 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 o e o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 u � A e O H .9 u � a a # = a a a ."i a V d - s 3 c" - 3 3 r 3 _ _ N � '� r _ i� u` � � � u° ,",i `�' t°� .�i � � \ `o F v N LL Q ° o� '^ r o 0 0 _`o c -- � __ _� u� -O E a� � - E� m m E E E E~ r� �'= �`0 3 3� o F V �u ��-� _ m__�^z __ __ __ �u`� '_� � �¢ �'�-`�a.,'^ 'v^' m� m '� - 3 m s"' � 3 3 s - - - _ _ _ m E E -O � u` m � � � - i z 3 � _ _ _ - __ � 3 3� 0 3 m�� 3 v m m --_ m Q a S a 3 3 m = 3 3 3 3 3 a - c - a 3 " - " m m m m m� a - v x m m>>>� q "" ' _ ° 3 � - E E _ _ � N s '� ` ` � s Y � ;; v � � - - m 6 3 m -- d�� a> � 3� �� a d� Y - m 3 3�°� m�� z � 3 3 3 3 3 u � u� � �aa,��a���aNaoaNN��o��°;��mo������m�a���°e�ma�a�8��wa��w���wmoo�o..�.... E � � � > > � � > > > > > > > > > � > > > ; > > > > > > > > ; > ; > ; > ; > ; > ; > > > > > > 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 � 3 � 3 � � a n ¢ � e m `o °� g _ _ ' m ,n � � E '�-° ' ' c E � - V � � m E _ _ `o n '' ' ' ' ' _ ' _ a A - � t� 0 0 �J � E E E E N' E O O O o O o " _ ' ' ' _ E � � � � � � � � o � °1 � � _ _ _ - _ ' - � �l �l � _ ° � � � �l � �l p _ _ _ _ _ _ _ _ _ _ _ _ _ w r " � E E E � - °„ E r _ _ _ _ N � r Y � _ _ m u° u � u u m' u 'm _ _ _ _ m ¢ ¢ ¢ ¢ ¢ ¢ u � � � � � � � � � � � � � a �n o � o 0 0 �n � � �n �° � � o � � � � z �° � � � �° � � o � � m `o � r r � r r _ _ ' _ ' ' ' _ oD oD oD oD oD a _ _ v N L _ _ _ _ _ _ _ _ _ _ _ _ _ _ � Q Q F � F F Q F F F F � F � Q Q Q Q Q Q F � � � � � � � � � � � � � � Q F LL _ - _ - _ _ _ _ _ _ � H � - _ - _ - _ _ m n o � N a N N� o ��� � m � 0 'o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 0 6 m� N,a'v ti a m u � A e O H .9 u n a n n � a a # = a a a a a a a a a a a a ti a ti V d G � \ _ \ � 3 3 u \ _ m 3 u - - a m 3 m l� d s o> o� � _ j ^ � _ � - q .r � Z. - o Q _ _ m �- m t� d� O r _ E E Z - - _ - E FV n > > _ _ ,� w � � � _ � � � j >° j � 0 -� 0 0 0° E _ _ .. E r r L 3 � � � m H �. _ _ _ _ _ L L V U a ¢ .� _ _ o N � Q � m � �n �' � � E,'c �'c 'c n'3 m > >>> m N N�P o - _ _ E o Q- z' m E v on E r a E m �� r > m � -� '� '� � o o' �' o' o' o' ~ y� m m � u � u � ._ - _ ` - m E m m °�° ,n � _ � � � '� � 3 ` � � � E n > i� >' i� i' i� � � v r � � E r _ ° u � _ °' - a` v F � = '" � �r .. � m - x _ _ _ � � E E E E u E" N� J_ LL�� y 3 u� E o g" Ym 3��' a m° on � a A '"' �� y� N m a� d E � � � � 3 `o °D ° a a v - 'E ` ' m'E « _ ' - °�' " y N F ? _ � N J o � oD n � a _ v F m r � a � �- _ _ _ ��° 3� u � u � u u x s x s x s------ �" 3 3�� u" Y i� u" o'' � x u` � 3¢` u' �- °�-° s m'�R � ��'��° i i o'' m' � �9 x° a°���� _ ��� N�,'m o' o o w'm � d� z w� o 0 0 �� o � o H �^' � ^' n� � o`" �� a m i � � � � � 'a a i m o a m „i .. � � m ^' E 3 3 3 x x x x i> i i i i y i i i i� y i= r i y y y y i i y H N H�� u o��� � a� a tl�� K>>>>�" y� a n ¢ � e e Region 14 Education Service Center (ESC) Contract # 11-74 for Instructional and Educational Resources with Lakeshore Learning Materials, LLC Effective: May 1, 2023 DocuSign Envelope ID: F6C1AC1F-E85D-4EDE-8DB6-2F801C8DD296 TAB 2 NCPA ADMINISTRATION AGREEMENT This Administration Agreement is made as of May 1, 2023 , by and between National Cooperative Purchasing Alliance ("NCPA") and Lakeshore Learning Materials, LLC ("Vendor"). Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated May 1, 2023�, referenced as Contract Number 11-74 , by and between Region 14 ESC and Vendor, as may be amended from time to time in accordance with the terms thereof (the "Master AgreemenY'), for the purchase of Instructional and Educational Resources; WHEREAS, said Master Agreement provides that any state, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution, other government agency or nonprofit organization (hereinafter referred to as "public agency" or collectively, "public agencies") may purchase products and services at the prices indicated in the Master Agreement; WHEREAS, NCPA has the administrative and legal capacity to administer purchases under the Master Agreement to public agencies; WHEREAS, NCPA serves as the administrative agent for Region 14 ESC in connection with other master agreements offered by NCPA WHEREAS, Region 14 ESC desires NCPA to proceed with administration of the Master Agreement; WHEREAS, NCPA and Vendor desire to enter into this Agreement to make available the Master Agreement to public agencies on a national basis; NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, NCPA and Vendor hereby agree as follows: General Terms and Conditions The Master Agreement, attached hereto as Exhibit 1 and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Administration Agreement except as expressly changed or modified by this Administration Agreement. NCPA shall be afforded all of the rights, privileges and indemnifications afforded to Region 14 ESC under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to NCPA under this Administration Agreement including, but not limited to, Contractor's obligation to provide appropriate insurance and certain indemnifications to Region 14 ESC. DocuSign Envelope ID: F6C1AC1F-E85D-4EDE-8DB6-2F801C8DD296 • Contractor shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement. • NCPA shall perform all of its duties, responsibilities, and obligations as administrator of purchases under the Master Agreement as set forth herein, and Contractor acknowledges that NCPA shall act in the capacity of administrator of purchases under the Master Agreement. • With respect to any purchases made by Region 14 ESC or any Participating Agency pursuant to the Master Agreement, NCPA (a) shall not be construed as a dealer, re- marketer, representative, partner, or agent of any type of Contractor, Region 14 ESC, or such Participating Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Region 14 ESC, any Participating Agency or any employee of Region 14 ESC or Participating Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated, liable or responsible for any failure by the Participating Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. NCPA makes no representations or guaranties with respect to any minimum purchases required to be made by Region 14 ESC, any Participating Agency, or any employee of Region 14 ESC or Participating Agency under this Administration Agreement or the Master Agreement. • With respect to any supplemental agreement entered into between a Participating Agency and Contractor pursuant to the Master Agreement, NCPA, its agents, members and employees shall not be made party to any claim for breach of such agreement. • This Administration Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Administrative Agreement which is not contained herein shall be valid or binding. • Contractor agrees to allow NCPA to use their name and logo within website, marketing materials and advertisement. Any use of NCPA name and logo or any form of publicity regarding this Administration Agreement or the Master Agreement by Contractor must have prior approval from NCPA. • If any action at law or in equity is brought to enforce or interpret the provisions of this Administration Agreement or to recover any administrative fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which such party may be entitled. • Neither this Administration Agreement nor any rights or obligations hereunder shall be assignable by Contractor without prior written consent of NCPA, provided, however, that the Contractor may, without such written consent, assign this Administration Agreement and its rights and delegate its obligations hereunder in connection with the transfer or sale of all or substantially all of its assets or business related to this Administration Agreement, or in the event of its merger, consolidation, change in control or similar transaction. Any permitted assignee shall assume all assigned obligations of its assignor under this Administration Agreement. • This Administration Agreement and NCPA's rights and obligations hereunder may be assigned at NCPA's sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform NCPA's obligations hereunder. Term of Agreement This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the obligation to pay all amounts owed by Vendor to NCPA through the DocuSign Envelope ID: F6C1AC1F-E85D�EDE-8DB6-2F801C8DD296 termination of this Agreement and all indemnifications afforded by Vendor to NCPA shall survive the term of this Agreement. Fees and Reporting The awarded vendor shall electronically provide NCPA with a detailed quarte�iy report showing the dollar volume of all sales under the contract for the previous quarter. Reports are due on the fifteenth (15t'') day after the close of the previous quarter. It is the responsibility of the awarded vendor to collect and compile all sales under the contract from participating members and submit one (1) report. The report shall include at least the following information as listed in the example below: Entity Name Zip Code State PO or Job # Sale Amount Total Each quarter NCPA will invoice the vendor based on the total of sale amount(s) reported. From the invoice the vendor shall pay to NCPA an administrative fee based upon the tiered fee schedule below. Vendor's annual sales shall be measured on a calendar year basis. Deadline for term of payment will be included in the invoice NCPA provides. Annual Sales Through Contract � 0 - $30,000,000 L $30,000,001 - $50,000,000 � $50,000,001+ Administrative Fee , 2% _ 1.5% 1% � Supplier shall maintain an accounting of all purchases made by Public Agencies under the Master Agreement. NCPA and Region 14 ESC reserve the right to audit the accounting for a period of four (4) years from the date NCPA receives the accounting. In the event of such an audit, the requested materials shall be provided at the location designated by Region 14 ESC or NCPA. In the event such audit reveals an under reporting of Contract Sales and a resulting underpayment of administrative fees, Vendor shall promptly pay NCPA the amount of such underpayment, together with interest on such amount and shall be obligated to reimburse NCPA's costs and expenses for such audit. DocuSign Envelope ID: F6C1AC1F-E85D�EDE-8DB6-2F801C8DD296 ACKNOWLEDGMENT OF CONTRACTOR REQUIREMENTS National Cooperative Purchasing Alliance Lakeshore Learning Materials, LLC Organization Vendor Name Sarah Vavra Name Rafael Muro Name Sr. Vice President, Public Sector Contracting Bid Operations Manager Title Title 5001 Aspen Grove Address 2695 E. Dominguez Street Address Franklin, TN 37067 Address , Signature Mav 1. 2023 Date Carson, CA, 90895 Address �`�" - ` Signature 3/20/23 Date Region 14 Education Service Center National Cooperative Purchasing Alliance RFP #04-23 for Instructional and Educational Resources i. � �� 1 �\ ,�a � � � _ /, , �ST. / fjl � 1 ��� � i l� J, � �� r � ; � J ri� `� `�' _ f .� � Points of Contact: Rafael Muro, Bid Operations Manager (800) 421-5354 biddept@lakeshorelearnin�.com Anthony McKee, Regional Manager {817j 471-8518 amckee@lakeshorelearnin�.com_ 19�7 �� -'�.! . � �.: , � �`. i��,. '�J 2695 E. Dominguez St. • Carson. CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Table of Contents Tab 1- Master Agreement / Signature Form ...........................................................4 Tab 2- NCPA Administration Agreement ...............................................................16 Tab 3 - Vendor Questionnaire ...................................................................................22 Tab4 - Vendor Profile ..................................................................................................28 Tab 5- Products and Services / Scope ..................................................................35 Tab6 - References ........................................................................................................38 Tab7 - Pricing .................................................................................................................41 Tab 8- Value Added Products and Services ........................................................43 Tab 9 - Required Documents .....................................................................................50 2695 E. Dominguez St. • Carsan, CA 9a895 •(8flD) 421-5354 • Fax (31�) 537-799❑ ■ www.LakeshoreLearning.cam March 22, 2023 Region 14 Education Service Center National Cooperative Purchasing Alliance (NCPA) 1850 Highway 351 Abilene, TX 79601 RE: RFP #04-23 for Instructional and Educational Resources Dear Region 14 Education Service Center Staff, Lakeshore Learning Materials is interested in partnering with Region 14 Education Service Center for RFP #04-23 for Instructional and Educational Resources. Lakeshore is dedicated to creating innovative educational materials and furniture that spark young imaginations, instill a sense of wonder and foster a lifelong love of learning. With materials, furniture and environments for infants, toddlers and students through the 8th grade, we help children reach developmental milestones and achieve education goals— while still having fun! Throughout our proposal we have outlined our proposal discount and freight terms along with many benefits of partnering with Lakeshore. Should you have any questions, please feel free to contact Anthony McKee at (817) 471-8518 or amckee�«�lakeshorelearning.com Thank you in advance for giving Lakeshore Learning Materials the opportunity to serve you. We look forward to doing business with you! Sincerely, �i � v l Rafael Muro Bid Operations Manager Lakeshore Learning Materials 2695 E. Dominguez St. • Carson. CA 90895 •(800) 421-5354 • Fax (310) 537-7990 • www.LakeshoreLearning.com �-. ,� i �� �i � � � _� 1 / ,� ��i � � `,+� i I � �` ' � _W ,'� � ,�- � - _ _ � �fiQ � h� . '`-` J~ -�- ,� �,` �-�,"�r�" : _� - � - r' � �� _r � , _ � _ - �• � . J \ V � v 1'_�� � � "•.'=�=�4'. - ��^i. ;} �� -' � � � _ •�i � �. � �..r..� � . r� 1 � _ — - �� � -�' � � \ -.J =%ti: �� ±� �l '-_ " - �-� �� ', �=,n� ��-�--� - �"--.. • � �-•. . . _�;.l, f �� a - � � � �� t � �� � � �s�- � � � :� �... 5 �, � �.. .� -� �� ; �. : — � � � �- � � -���. . � �` . ,� ' s�' � _ k �� Jl- .. � � Tab 1- Master Agreement / Signature Form Please see the attached Master Agreement General Terms and Conditions forms. 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com TAB 1 MASTER AGREEMENT - GENERAL TERMS AND CONDITIONS Customer Support The vendor shall provide timely and accurate technical advice and sales support. The vendor shall respond to such requests within one (1) working day after receipt of the request. Disclosures Respondent affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this contract. The respondent affirms that, to the best of his/her knowledge, the offer has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. Renewal of Contract Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew for up to two (2) additional one-year terms or any combination of time equally not more than 2 years if agreed to by Region 14 ESC and the vendor. Funding Out Clause Any/all contracts exceeding one (1) year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity's current revenue only, provided the contract contains either or both of the following provisions: Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract. Shipments (if applicable) The awarded vendor shall ship ordered products within seven (7) working days for goods available and within four (4) to six (6) weeks for specialty items after the receipt of the order unless modified. If a product cannot be shipped within that time, the awarded vendor shall notify the entity placing the order as to why the product has not shipped and shall provide an estimated shipping date. At this point the participating entity may cancel the order if estimated shipping time is not acceptable. Tax Exempt Status Since this is a national contract, knowing the tax laws in each state is the sole responsibility of the vendor. Payments The entity using the contract will make payments directly to the awarded vendor or their affiliates (distributors/business partners/resellers) as long as written request and approval by NCPA is provided to the awarded vendor. Adding Authorized Distributors/Dealers Awarded vendors may submit a list of distributors/partners/resellers to sell under their contract throughout the life of the contract. Vendor must receive written approval from NCPA before such distributors/partners/resellers considered authorized. Purchase orders and payment can only be made to awarded vendor or distributors/ business partners/resellers previously approved by NCPA. Pricing provided to members by added distributors or dealers must also be less than or equal to the pricing offered by the awarded contract holder. All distributors/partners/resellers are required to abide by the Terms and Conditions of the vendor's agreement with NCPA. Pricing All pricing submitted shall include the administrative fee to be remitted to NCPA by the awarded vendor. It is the awarded vendor's responsibility to keep all pricing up to date and on file with NCPA. All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing Warranty Proposal should address the following warranty information: • Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. • Availability of replacement parts • Life expectancy of equipment under normal use • Detailed information as to proposed return policy on all equipment Products: Vendor shall provide equipment, materials and products that are new unless otherwise specified, of good quality and free of defects Construction: Vendor shall perform services in a good and workmanlike manner and in accordance with industry standards for the service provided. Safety Vendors performing services shall comply with occupational safety and health rules and regulations. Also all vendors and subcontractors shall be held responsible for the safety of their employees and any conditions that may cause injury or damage to persons or property. Permits Since this is a national contract, knowing the permit laws in each state is the sole responsibility of the vendor. Indemnity The awarded vendor shall protect, indemnify, and hold harmless Region 14 ESC and its participants, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the vendor, vendor employees or vendor subcontractors in the preparation of the solicitation and the later execution of the contract. Franchise Tax The respondent hereby certifies that he/she is not currently delinquent in the payment of any franchise taxes. Supplemental Agreements The entity participating in this contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. Certificates of Insurance Certificates of insurance shall be delivered to the Public Agency prior to commencement of work. The insurance company shall be licensed in the applicable state in which work is being conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days notice prior to any modifications or cancellation of policies. The awarded vendor shall require all subcontractors performing any work to maintain coverage as specified. Legal Obligations It is the Respondent's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this RFP and any awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and regulation must be followed even if not specifically identified herein. Protest A protest of an award or proposed award must be filed in writing within ten (10) days from the date of the official award notification and must be received by 5:00 pm CST. Protests shall be filed with Region 14 ESC and shall include the following: • Name, address and telephone number of protester • Original signature of protester or its representative • Identification of the solicitation by RFP number • Detailed statement of legal and factual grounds including copies of relevant documents and the form of relief requested Any protest review and action shall be considered final with no further formalities being considered. Force Majeure If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders and regulation of any kind of government of the United States or any civil or military authority; insurrections; riots; epidemics; pandemic; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty Prevailing Wage It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. Termination Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. Open Records Policy Because Region 14 ESC is a governmental entity responses submitted are subject to release as public information after contracts are executed. If a vendor believes that its response, or parts of its response, may be exempted from disclosure, the vendor must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, the respondent must specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s). The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 14 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the respondent are not acceptable. Region 14 ESC must comply with the opinions of the OAG. Region14 ESC assumes no responsibility for asserting legal arguments on behalf of any vendor. Respondent are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. PROCESS Region 14 ESC will evaluate proposals in accordance with, and subject to, the relevant statutes, ordinances, rules, and regulations that govern its procurement practices. NCPA will assist Region 14 ESC in evaluating proposals. Award(s) will be made to the prospective vendor whose response is determined to be the most advantageous to Region 14 ESC, NCPA, and its participating agencies. To qualify for evaluation, response must have been submitted on time, and satisfy all mandatory requirements identified in this document. Contract Administration The contract will be administered by Region 14 ESC. The National Program will be administered by NCPA on behalf of Region 14 ESC. Contract Term The contract term will be for three (3) year starting from the date of the award. The contract may be renewed for up to two (2) additional one-year terms or any combination of time equally not more than 2 years. It should be noted that maintenance/service agreements may be issued for up to (5) years under this contract even if the contract only lasts for the initial term of the contract. NCPA will monitor any maintenance agreements for the term of the agreement provided they are signed prior to the termination or expiration of this contract. Contract Waiver Any waiver of any provision of this contract shall be in writing and shall be signed by the duly authorized agent of Region 14 ESC. The waiver by either party of any term or condition of this contract shall not be deemed to constitute waiver thereof nor a waiver of any further or additional right that such party may hold under this contract. Price Increases Should it become necessary, price increase requests may be submitted at any point during the term of the contract by written amendment. Included with the request must be documentation and/or formal cost justification for these changes. Requests will be formally reviewed, and if justified, the amendment will be approved. Products and Services Additions New Products and/or Services may be added to the resulting contract at any time during the term by written amendment, to the extent that those products and/or services are within the scope of this RFP. Competitive Range It may be necessary for Region 14 ESC to establish a competitive range. Responses not in the competitive range are unacceptable and do not receive further award consideration. Deviations and Exceptions Deviations or exceptions stipulated in response may result in disqualification. It is the intent of Region 14 ESC to award a vendor's complete line of products and/or services, when possible. Estimated Quantities While no minimum volume is guaranteed, the estimated (but not limited to) annual volume for Products and Services purchased under the proposed Master Agreement is $50 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the NCPA program. Evaluation Region 14 ESC will review and evaluate all responses in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. NCPA will assist the lead agency in evaluating proposals. Recommendations for contract awards will be based on multiple factors, each factor being assigned a point value based on its importance. Formation of Contract A response to this solicitation is an offer to contract with Region 14 ESC based upon the terms, conditions, scope of work, and specifications contained in this request. A solicitation does not become a contract until it is accepted by Region 14 ESC. The prospective vendor must submit a signed Signature Form with the response thus, eliminating the need for a formal signing process. Contract award letter issued by Region 14 ESC is the counter-signature document establishing acceptance of the contract. NCPA Administrative Agreement The vendor will be required to enter and execute the National Cooperative Purchasing Alliance Administration Agreement with NCPA upon award with Region 14 ESC. The agreement establishes the requirements of the vendor with respect to a nationwide contract effort. Clarifications/Discussions Region 14 ESC may request additional information or clarification from any of the respondents after review of the proposals received for the sole purpose of elimination minor irregularities, informalities, or apparent clerical mistakes in the proposal. Clarification does not give respondent an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistakes results in a revision. After the initial receipt of proposals, Region 14 ESC reserves the right to conduct discussions with those respondent's whose proposals are determined to be reasonably susceptible of being selected for award. Discussions occur when oral or written communications between Region 14 ESC and respondent's are conducted for the purpose clarifications involving information essential for determining the acceptability of a proposal or that provides respondent an opportunity to revise or modify its proposal. Region 14 ESC will not assist respondent bring its proposal up to the level of other proposals through discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet to neither obtain further consideration nor will it provide any information about other respondents' proposals or prices. Multiple Awards Multiple Contracts may be awarded as a result of the solicitation. Multiple Awards will ensure that any ensuing contracts fulfill current and future requirements of the diverse and large number of participating public agencies. Past PerFormance Past performance is relevant information regarding a vendor's actions under previously awarded contracts; including the administrative aspects of performance; the vendor's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the vendor's businesslike concern for the interests of the customer. EVALUATION CRITERIA Pricing (40 points) Electronic Price Lists • Products, Services, Warranties, etc. price list • Prices listed will be used to establish both the extent of a vendor's product lines, services, warranties, etc. available from a particular bidder and the pricing per item. Ability to Provide and Perform the Required Services for the Contract (25 points) • Product Delivery within participating entities specified parameters • Number of line items delivered complete within the normal delivery time as a percentage of line items ordered. • Vendor's ability to perform towards above requirements and desired specifications. • Past Cooperative Program Performance • Quantity of line items available that are commonly purchased by the entity. • Quality of line items available compared to normal participating entity standards. References and Experience (20 points) • A minimum of ten (10) customer references for product and/or services of similar scope dating within past 3 years • Respondent Reputation in marketplace • Past Experience working with public sector. • Exhibited understanding of cooperative purchasing Value Added Products/Services Description, (8 points) • Additional Products/Services related to the scope of RFP • Marketing and Training • Minority and Women Business Enterprise (MWBE) and (HUB) Participation Customer Service Technology for Supporting the Program (7 points) • Electronic on-line catalog, order entry use by and suitability for the entity's needs � Quality of vendor's on-line resources for NCPA members. • Specifications and features offered by respondenYs products and/or services Lakeshore Learning Materials, LLC 2695 E. Dominguez Street Carson CA 90895 (800) 421-5354 (310) 537-7990 biddept@lakeshorelearning.com Rafael Muro Bid Operations Manager � � ! - �: n.sr�'�f—. � s �:-r�.'�� � ��� ` ,� - _ - �'�`P _ - q� �'�- t 1 � !.���, � Y ..�► � � .. �—'- � . �, --+" r�. . . _ .. � --a �. ��. .�'i.� �. .: - �.r `� i a��'-�' � • r -`� . . .� � � �� ` '' �` � ., , � • . o. ,. , � , •, 4 - . _ �� � . `�r�J V� �4;:_ I �, � � •'� f'�''•. i x�' . � � . E, i �,p'�= � � � •+� } T, � , � � , . _ . , . � I1 � I '.:�i�� ����_� - � .��''Jr ' � _ .: .�-- ...,� - - � � �-- � ►J �_._ _ � � ,'�'' `f` - � ! R �� ,. � ° + -- f �� �� , � �►. i! sy9� �:...— � r �^ � � � �� � . �`: �� r�� " �" �i� � ��� � �� y' * �� :� � � . �' � � � � �� .� � �t��" � J � � i .�r :��!' .��1'' 1 I, ,�f ,�� , "�..; ;;�� ; � � � . � . j, ,! � -, / ' �. � �� r. - �� - N�_� -. � : '� � � ;,�- � � � - . ,�_� 4� a:� o- . �� ! i` ` ?v 1 \ . \ �� " I• � v�'� �`� � C� . . ;�� `�� , ���� 'y�t'�� - . �µ�. ��.� l� a K � ..�� S ti. � �,�`��, y_ j , -. C ,\_ +� 3 � � �4'lr? ` ' � ' � � !62, .. . . . ti. � � ' � `` �� ' � � `,, � ti ,� , �� � i � • .►��` ^'F,., . �'.," . - _ _ ' � � � ,� � \ � y� �� T . iy ` , � �: ��"Iri '��4 :� � •�� � � ��� a��� �) ,. � L ��P�S � ' � {4 '��n�ti, °i�' : t � 1� _ ��� � �� —-� �- 1 ',.`�'�-� . k . - ' � � � � �� .� �..�f�.- � �-�`-�-: , . �'" �.�� � . � •-•' :�� -- � l " �� ,��c �.;�'� � _ ����_-�`� ...� , �: �-k �` ����- < . ����, �-�- �� � ��/ �/ y- � �� J • �Y� _ �� ._ - '� f � Ir'�,l .: . . ` . .;, • � / i� � � �, "-,��� �; :�T Tab 2- NCPA Administration Agreement Please see the attached NCPA Administration Agreement documents. 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Lakeshore Learning Materials, LLC • Contractor shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement. • NCPA shall perform all of its duties, responsibilities, and obligations as administrator of purchases under the Master Agreement as set forth herein, and Contractor acknowledges that NCPA shall act in the capacity of administrator of purchases under the Master Agreement. • With respect to any purchases made by Region 14 ESC or any Participating Agency pursuant to the Master Agreement, NCPA (a) shall not be construed as a dealer, re- marketer, representative, partner, or agent of any type of Contractor, Region 14 ESC, or such Participating Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Region 14 ESC, any Participating Agency or any employee of Region 14 ESC or Participating Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated, liable or responsible for any failure by the Participating Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. NCPA makes no representations or guaranties with respect to any minimum purchases required to be made by Region 14 ESC, any Participating Agency, or any employee of Region 14 ESC or Participating Agency under this Administration Agreement or the Master Agreement. • With respect to any supplemental agreement entered into between a Participating Agency and Contractor pursuant to the Master Agreement, NCPA, its agents, members and employees shall not be made party to any claim for breach of such agreement. • This Administration Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Administrative Agreement which is not contained herein shall be valid or binding. • Contractor agrees to allow NCPA to use their name and logo within website, marketing materials and advertisement. Any use of NCPA name and logo or any form of publicity regarding this Administration Agreement or the Master Agreement by Contractor must have prior approval from NCPA. • If any action at law or in equity is brought to enforce or interpret the provisions of this Administration Agreement or to recover any administrative fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which such party may be entitled. • Neither this Administration Agreement nor any rights or obligations hereunder shall be assignable by Contractor without prior written consent of NCPA, provided, however, that the Contractor may, without such written consent, assign this Administration Agreement and its rights and delegate its obligations hereunder in connection with the transfer or sale of all or substantially all of its assets or business related to this Administration Agreement, or in the event of its merger, consolidation, change in control or similar transaction. Any permitted assignee shall assume all assigned obligations of its assignor under this Administration Agreement. • This Administration Agreement and NCPA's rights and obligations hereunder may be assigned at NCPA's sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform NCPA's obligations hereunder. Term of Agreement This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the obligation to pay all amounts owed by Vendor to NCPA through the termination of this Agreement and all indemnifications afforded by Vendor to NCPA shall survive the term of this Agreement. Fees and Reporting The awarded vendor shall electronically provide NCPA with a detailed quarterly report showing the dollar volume of all sales under the contract for the previous quarter. Reports are due on the fifteenth (15th) day after the close of the previous quarter. It is the responsibility of the awarded vendor to collect and compile all sales under the contract from participating members and submit one (1) report. The report shall include at least the following information as listed in the example below: Entity Name Zip Code State PO or Job # Sale Amount Total Each quarter NCPA will invoice the vendor based on the total of sale amount(s) reported. From the invoice the vendor shall pay to NCPA an administrative fee based upon the tiered fee schedule below. Vendor's annual sales shall be measured on a calendar year basis. Deadline for term of payment will be included in the invoice NCPA provides. Annual Sales Through Contract 0 - $30,000,000 $30,000,001 - $50,000,000 $50,000,001 + Administrative Fee 2% 1.5% � 1% Supplier shall maintain an accounting of all purchases made by Public Agencies under the Master Agreement. NCPA and Region 14 ESC reserve the right to audit the accounting for a period of four (4) years from the date NCPA receives the accounting. In the event of such an audit, the requested materials shall be provided at the location designated by Region 14 ESC or NCPA. In the event such audit reveals an under reporting of Contract Sales and a resulting underpayment of administrative fees, Vendor shall promptly pay NCPA the amount of such underpayment, together with interest on such amount and shall be obligated to reimburse NCPA's costs and expenses for such audit. Lakeshore Learning Materials, LLC Rafael Muro Bid Operations Manager 2695 E. Dominguez Street Carson, CA, 90895 3/20/23 � '� �� �w � � � � � i '� i�' ' �' �,' . �r �� �,r � � -� .� R� .� �� � '� ���/�// �y , �; �� ��� . �� � i - ' 1' � •°'� �y' � :� i r' �, � : i a l � . . � . � �� ,� ��' _� � �`� �� _ ` �' � �s• �' � ,�'� r � � � _ �1� � � � ���� .�C ' � �'; , �► `� -�► � � a _ �:�„� -- -: �,�• -�....� , � ,-� ; � � - -� �. ,�' � � � �- . � �- � �. �ff �� . � � ��y a� � . �. .�� _ '• • • ,��Y i: 4 � ��... � � �, 1 � � � � f'.r., _.� �~'y�� � � /l 7 I . � '�� - . --� �� .� ' �. � £�� � � � .. � _ s � ►'�'' � � �' �_ +1� '� _ � _ � • ' � � ��. . , � �, -� � ��• - �� ��� . r _ +� - � �� Tab 3 - Vendor Questionnaire Please see the attached Vendor Questionnaire documents. 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com TAB 3 VENDOR QUESTIONAIRE Please provide responses to the following questions that address your company's operations, organization, structure, and processes for providing products and services. Locations Covered • Bidder must indicate any and all locations where products and services can be offered. • Please indicate the price co-efficient for each location if it varies. � All 50 States 8� District of Columbia (Selecting this box is equal to checking all boxes below) ❑ Alabama ❑ Illinois ❑ Montana ❑ Alaska ❑ Indiana ❑ Nebraska ❑ Arizona ❑ lowa ❑ Nevada ❑ Arkansas ❑ Kansas ❑ New Hampshire ❑ California ❑ Massachusetts ❑ New Jersey ❑ Colorado ❑ Michigan ❑ New Mexico ❑ Connecticut ❑ Minnesota ❑ New York ❑ Delaware ❑ Mississippi ❑ North Carolina ❑ D.C. ❑ Missouri ❑ North Dakota ❑ Florida ❑ Kentucky ❑ Ohio ❑ Georgia ❑ Louisiana ❑ Oklahoma ❑ Hawaii ❑ Maine ❑ Oregon ❑ Idaho ❑ Maryland ❑ Pennsylvania ❑ Rhode Island ❑ South Carolina ❑ South Dakota ❑ Tennessee ❑ Texas ❑ Utah ❑ Vermont � ❑ Virginia ❑ Washington ❑ West Virginia ❑ Wisconsin ❑ Wyoming � All U.S. Territories and Outlying Areas (Selecting this box is equal to checking all boxes below) ❑ American Samoa ❑ Federated States of Micronesia ❑ Guam ❑ Northern Marina Island ❑ Puerto Rico ❑ U.S. Virgin Islands ❑ Midway Islands � All Canada Provinces and Territories (Selecting this box is equal to checking all boxes below) ❑ Alberta ❑ British Columbia ❑ Manitoba ❑ New Brunswick ❑ Newfoundland and Labrador ❑ Nova Scotia ❑ Ontario ❑ Prince Edward Island ❑ Quebec i ❑ Saskatchewan ❑ Northwest Territories ❑ Nunavut ❑ Yukon If awarded a Master Agreement, will your company extend the terms offered in your Proposal to public agencies in Canada? If no or maybe, please explain. � Yes ❑ Maybe ❑ No If awarded a Master Agreement, will your company extend the terms offered in your Proposal to private sector customers? � Yes ❑ Maybe ❑ No Minority and Women Business Enterprise (MWBE) and (HUB) Participation It is the policy of some entities participating in NCPA to involve minority and women business enterprises (MWBE) and historically underutilized businesses (HUB) in the purchase of goods and services. Respondents shall indicate below whether or not they are an M/WBE or HUB certified. ❑ Minority/Women Business Enterprise Respondent Certifies that this firm a Minority / Women Business Enterprise ❑ Historically Underutilized Business Respondent Certifies that this firm is a Historically Underutilized Business Small Business, MWBE and HUB Growth If Proposer is a Large, National or Multinational Organization/Corporation, what programs are in place that partners or supports the growth of small and MWEB and HUB business? If yes, please describe. ❑ N/A, we are a recognized small, MWEB or HUB organization ❑ No, we do not have any programs in place. *Please see attached good faith effort policy Carson California Rafael Muro Bid Operations Manager Lakeshore Learning Materials, LLC 2695 E. Dominguez Street Carson, CA, 90895 (800) 421-5354 biddept@lakeshorelearning.com � Yes ❑ No Pricing submitted includes the required NCPA administrative fee. The NCPA fee is calculated based on the invoice price to the customer. � Yes ❑ No Cooperatives List any other cooperative or state contracts currently held or in the process of securing. Cooperative/State Agency Buyboard Region 6 Region 8, TIPS/TAPS Region 19 ASC Discount Expires Annual Sales me i'/ � � 'J �'1 Y:. Ri� ` �.''� . . 9 �' r �� r �/ � T �: '� �• '�<,' , �, � '� 3 �. �, i +', = � " � , � � " � �y�f`� , .:-;i � � �t � , . 1 , � t�. .� ,� � . �;.. � ..;�:_ �.. � ��.: ; �' `;�.; ;: ; � �,,.� � -.., - �" ��.. ``�'' ` �:� _ � � ,e,,,,�,�, � _ _. � .,,r�-.. • - � �. - , ,_'.; �i ,. ` - -� .... ���� ...k=. - ' _ c� � — � , ��s� "�� _� � - ���� � ��.� �..---- :�. _ , -- . _. s �. # :!,� �� 1 � t � �; � �f.-_ ' 1_ _ °E a - � �:� . - _ �'±��� -� ; . �` �_: ,. :� � ��t .�'. � N � t�"`� 'l � r � �h�} �` . J 1�,` ,� ,� '�' � � ,; ; � .�� :�i , �.,, � .� ..T � , ��jj� s?!, ;��� i � � r`'► . w... . . '..ptL�__- �"'� , o .� _ � • . ' � � * -�� � � - -._ f� �� #' .� � 1 v_��� �t ��V §.'� _ � ,�_�v _ - l � fi �/��� ��,y�.�� , � ' � `� � s'�� �'- �. � � . r , . .,rs . � � � ¢� `� 'a, .' � r� r�� �� �� � , �� ,R '.a. .. 1 'fi�i����y� � � , f� _ _ p. , � �i',�� ��\� 4 � , w ,' . �. , : s1�� ��r� ' ,ti� -�- ¢� . �: r�i► -- �,.' " ``-��� =. . ��� Tab 4 - Vendor Profile Company's official registered name. Lakeshore Learning Materials, LLC Brief history of your company, including the year it was established. Brief History Like many great enterprises, Lakeshore started with one person taking a chance. In 1954, an Omaha homemaker named Ethelyn decided to pack up her family and move to California to open a toy store. The move was a bit unconventional for a woman in 1950s America—but entrepreneurs don't typically follow the status quo. Initially, Ethelyn focused on selling toys to parents, but before long, local schools started calling her for art materials and other classroom supplies. Ethelyn listened to her customers. Sensing an untapped market, she sold the store and started Lakeshore Learning Materials. Eventually, Ethelyn's sons, Charles and Michael, joined the business—expanding operations and turning Lakeshore into a million-dollar company within just a few years. When Ethelyn retired in 1971, Michael assumed the duties of CEO, while Charles became the Vice President in charge of inerchandise and buying. Today, Michael's sons, Bo and Josh, are an integral part of the business as well—having worked their way up from summer jobs in the warehouse to President/CEO and Chief Product Officer, respectively. Two generations later, Lakeshore continues to offer the best products and service around—and we're still expanding! In addition to our growing network of over 69 retail stores, we offer multiple mail-order catalogs to meet the needs of parents, teachers and children worldwide. Plus, our full-service website offers instantaneous access to our catalogs as well as free activity ideas, classroom designs for infants through 8th grade and much more. ..r-� �W ��Y�n ,� —=��"'��. I �!� �� r 1 I � �"���i�� .._, . --..E.� �.. A�ii -- �� �,___�- �_ �.�. -.-. ,_s �'. - - -_ - -.- -,.. _� '�.�'� '_� _ Y.` Company's Dun and Bradstreet (D&B) number. 028797546 .'f 1' � 4 �� ,- . y. 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Company's organizational chart of those individuals that would be involved in the contract. Please see the attached Organizational Chart Gary Whitley, President of Sales VP, Retail DMsian � Rctiil avisiao Jeannc Dalh VP. SJIl3 SaIK �Paratians Sue Gaon, VF. SduOORS Pimeh Cervzii, VP, Saks Sales Departmen[ Solu[iofu Department lurett Kli�n, ExEtiJti�B vice vresident D(QOft �I� FUf:! lennifer Centazzo, COO pan Klink, CFO accourrtmg Editotial � CrOduct AR ti+a� swnmers. vv, Openooru Openuons DepertmenT 52T SaNIIO, VP, E-C]rnmerc¢ .veb Department 1255ita P2rei, L'P, 4Oninisva[i�n r.dminiso-atbn KPlli MIIIN, Vv, MIJTin Re50uf�s / Employee Relatians numan Pesource;! Empbyee Relatians MerchanAising Dep3rtlMflt David Bo Kaplan President/CEO Steve Rosenberg, C10 aebert Ncrdlind, Cro IS operations aay oaimer, Sernor VP, fT Drvisirn C�rculatiOn Departme�t Itick ti7e6k, w. 6u>in¢is irceNgence Chf, Masiel!a. �ro, Bu5�f1lSS Sy5tET3 oevelopmem information Sy. ems Joshua Kaplan, Cevin Cames, Mario � President of $avastano, �V Palmer, EducaLon Senior VP, �nior VP, Divfsion SupplyChain Marketing ��Y�� Mirketing n�anayement supply clfain PD Ope+�[qns Traffic Pepartlnln[ cnana vurUasing Dlpaftrt�eM LVifBAW5B5 Q�nY AiSIfi1K! --� vam unsmger, w, 1PlCld� 5lfVlClS � PtOOuCt CAI11�{17(1Q Corporate office location. Lakeshore has over 69 retail stores, 7 of which are in the state of Texas, and 85 sales representatives nationwide. We also offer international representation, directly. Please see the attached store list for location near you! Our corporate office is located at: 2695 E. Dominguez Street. Carson. CA 90895 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Key Contacts Anthony McKee, Regional Manager Anthony has been with Lakeshore for 8 years and is based in Arlington, Texas. Anthony's responsibilities include personally servicing customers in his respective areas of Texas to ensure that each customer's needs are met and that they receive superior service and quality educational materials. You can reach Anthony by phone at (817) 471-8518, by fax at (310) 537-7990 or by e-mail at amckeeca�lakeshorelearning.com. Marcus Parker, Regional Director - Texas Marcus has 6 years of experience at Lakeshore. He provides management and direction for Lakeshore's Regional Managers in the state of Texas. He ensures that all customers in his area are receiving the best possible service. He also has a direct role in servicing the top clients in the area. You can reach Marcus by phone at (832) 427-9117, by fax at (310) 537-7990 or by e-mail at mparker�'a;lakeshoreleaming.com. Rick Lozano, Regional Vice President - Texas Rick has 27 years of experience at Lakeshore. He is responsible for managing 11 Regional Managers in the state of Texas. He ensures that all customers in his area are receiving the best possible service. He also has a direct role in servicing the top clients in the area. You can reach Rick by phone at <832) 389- 8284 by fax at <310) 537-7990 or by e-mail at rlozanoca�lakeshorelearning.com. Susan Dykgraaf, Director of Elementary - West US Susan has been with Lakeshore for 5 years. Susan's responsibilities include personally servicing customers in their respective areas of the Western region of the United States to ensure that each customer's needs are met and that they receive superior service and quality educational materials. You can reach Susan by phone at (469) 990-7844, by fax at (310) 537-7990 or by e-mail at sdykgraafra,lakeshorelearning.com. Maribel Lopez, Sales Support Specialist Maribel acts as a liaison between Lakeshore and the customer to ensure open lines of communication, so the customer's expectations are met and exceeded. Her responsibilities include personal account service, management of large deliveries and orders that require special handling, general sales support and special events. You can reach Maribel by phone at (800) 421-5354, ext. 2767, by fax at (310) 537- 7990 or by e-mail at mrlopez a�lakeshorelearning.com. Define your standard terms of payment. NET 30 Who is your competition in the marketplace? Lakeshore stands alone in the marketplace. Although educational supplies companies will attempt to compete with Lakeshore, customer service, product quality, warranty set Lakeshore apart from any similarly-aimed business. Lakeshore competes with different vendors in different sectors, but continuously offers quality that sets Lakeshore apart from any competition. 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Provide the revenue that your organization anticipates each year for the first three (3) years of this agreement. What differentiates your company from competitors? Lakeshore continues to introduce new and innovative products to the marketplace. Whether it be the newly created Flex-Space furniture line, or one of the many Sole Source products designed in-house, Lakeshore is constantly paying attention to market trends and the purchasing patterns of our customers. In addition to attending Toy Fairs all over the world, Lakeshore has a dedicated group of former teachers working to develop new materials that they know other teachers will need. Lakeshore is constantly trying to improve the service we provide to customers. By offering Complete Classroom options, as well as a one-stop solution for classroom issues, Lakeshore is able to maintain an edge in the marketplace. Lakeshore also operates over 65 retail stores, providing innovative spaces for educators to learn about, and shop for, new and unique products. Through exceptional customer service and unmatched deliverability, Lakeshore is positioned to further increase market share in the future. Describe how your company will market this contract if awarded. Lakeshore will provide the information to all relevant representatives, encouraging them to reach out to the customers to spend with NCPA. We will encourage customers that do not have an agreement in place, but need one, to seek our NCPA as a viable option. Describe how you intend to introduce NCPA to your company. Lakeshore has a long-established relationship with Region 14 ESC. NCPA will be introduced on regular calls with representative's vice presidents. This will give an opportunity for feedback and to ensure that our force in the field is equipped with the tools necessary to properly administer the NCPA agreement. Describe your firm's capabilities and functionality of your on-line / ordering website. Lakeshore offers custom eProcurement solutions that can meet all electronic ordering and invoicing needs. Our eProcurement team serves over 5,000 organizations nationwide, from metropolitan school districts to local Head Starts. We can create custom Procurement websites, as well as electronic integration via cXML punchout and EDI. Benefits of Custom E-Procurement Websites 2695 E. Dominguez St. • Carson, CA 90895 •<800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Provide Annual Sales for last 3 years broken out into the following categories: Cities/Counties, K-12 , Higher Education, Other government agencies or nonprofit organizations Benefits of Custom E-Procurement Websites Online Ordering • Control spending by setting up authorized users and restrictions. • Improve efficiency • Simplify reporting & reconciliation • Achieve "green" goals • Access to contract pricing! Online features • Online order tracking and administration • Purchasing system integration (SAP, Oracle & more) • Custom spending thresholds and approval processes • Custom product assortments and terms • Setup is fast and secure! Customization Lakeshore has the capability of creating separate user logons and passwords, with no limit of users! We can also customize our ePro website to limit purchases to just Classroom Furniture. Terms such as discount, free shipping, and tax exemption are built right into the site, so you always receive contract pricing. Currently Region 14 ESC has a custom eProcurement website. For login information, contact Stacey Brooks at <800) 421-5354 or at myepro�a�lakeshorelearning.com Describe your company's Customer Service Department (hours of operation, number of service center, etcJ Customer Service We can't say it enough: Customer satisfaction is our number-one priority. As such, our multifaceted Customer Service representatives go out of their way to provide a peak experience for every customer. Customer Se�vice Center: Address: Lakeshore Learning Materials - Customer Service Department 2695 E. Dominguez St., Carson, CA 90895 Phone: <800) 428-4414 Fax: <310) 537-4261 E-Mail: lakeshore;a�lakeshorelearning.com Hours of Operation: Monday-Friday, 6:00 a.m.-6:00 p.m., PST Green Initiatives (if applicable) As our business grows, we want to make sure we minimize our impact on the Earth's climate. We are taking every step we can to implement innovative and responsible environmental practices throughout NCPA to reduce our carbon footprint, reduce waste, energy conservation, ensure efficient computing and much more. To that effort we ask respondents to provide their companies environmental policy and/or green initiative. Lakeshore Learning Materials recognizes the importance of achieving sustainability in our businesses and our schools. That's why we have taken big steps to explore how our company and employees can effectively contribute to reducing our carbon footprint. As a company, we work to encourage recycling, reduce waste, and save energy. At our headquarters-as well as in all of our stores nationwide-we recycle our materials and supplies wherever possible. We have also lowered electricity use by installing motion sensors on our lights and using energy-saving settings on our computers. To reduce paper waste, we promote the use of our website and e-commerce with all of our customers, creating an environment where a paper trail can be substituted with a digital trail. We have also 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com purchased Forest Stewardship Council Certified Paper, and we're working toward printing all of our catalogs on FSC paper. Listed below are several of the ways we are investing in the environment beyond the typical efforts to reduce, reuse and recycle our paper and cardboard waste, and to cut back on inefficient use of power, water, and other renewable resources: • Lakeshore offers a variety of classroom furniture pieces that have earned GREENGUARD Certification. GREENGUARD Certification is recognized by numerous sustainable building programs, including the LEED' Building Rating System. Purchasing products that are GREENGUARD Certified helps you earn points toward LEED certification. • Products on our website that feature the GREENGUARD logo are certified by the GREENGUARD Environmental Institute to comply with low emissions standards-reducing chemical pollutants and helping improve the quality of indoor air. • For a complete listing of Lakeshore's GREENGUARD Certified products, just search for the keyword "GREENGUARD" on our website. • For more information on GREENGUARD, visit www.greenguard.org. You may also request more information from Lakeshore's Customer Service Department by calling 800-428-4414. • Thanks to our investment in renewable energy, one of our warehouses has been powered by solar energy! Our solar panels occupy roughly 80,000 square feet or about 1.5 football fields! • In addition, our solar panels cut CO2 emissions by 320 tons a year! Our impact on the environment is the same as planting 8,742 new trees per year! We're producing about 500,000 kWh of energy each year! Solar panels last 30 40 years, so we are going to help conserve energy for many years to come! Anti-Discrimination Policy (if applicable) Describe your organizations' anti-discrimination policy. Lakeshore is an equal opportunity/affirmative action employer committed to providing a work environment free from discrimination based upon race, color, religion, gender, national origin, ancestry, age, sexual orientation, gender identity, marital status, military status, mental or physical disability, legally protected medical condition, pregnancy and related medical conditions, or any other basis protected by applicable law. This policy applies to all areas of employment including, for example, recruitment, hiring, training, promotion, compensation, and benefits. If you have any questions regarding this policy or believe that the policy has been violated or that you have been discriminated against, please notify the Human Resources Department immediately. Vendor Certifications (if applicable) Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing respondent to perform the covered services including, but not limited to, licenses, registrations, or certifications. Certifications can include M/WBE, HUB, and manufacturer certifications for sales and service. Please see the attached for the following certifications: • Business Certificate • Certificate of Good Standing • Certificate of Insurance • Secretary's Certificate • 1295 Certificate Form • Lakeshore Warranty Letter • Lakeshore Retail Store List 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com -� _ _ i �r� ���„ - y�( )('[::1,\' �i�,�,,i„" is,�„i --- � -�: �:. 4� „'�;� � � . •:f ��1. � i•� ��- � � �� � � -�`' � �� PPle..C�+ ..,v.s a --��' '`` � y ' , -� � - sv ;'. �•`� r,,. � �.•�; � t �<�, ` _ , • <`�;;_ r`� . - �.� -- f�"_9,� > > �— 1,.:� � j p _,�� � � . „ � � � ;a . � �' ���'r' + � , f � u �1 �� ' .�'.�� e , R. � - _� � - � � ( � � MZ� � �,: r� /`��`- - -- r � - � �� �_ 1�:-,.�. ; , ; __ -- . �� ' � ,� ;_-� . . —s, S�k'�y� . . '� ���� ����_ �� �r� ~ 1 �L .�� ,- �' - � � � ,� � � ��►�� � ` "— .- 1 �-- �:. � �e �.,— �= . _ ��� _ �� _�- =3.:..�� � � ��� F � "�-�.; ��;i •wRi• ;S +��1 �r, � .� ,� _ t� _ F- - + �. �; �� - �'� .� ''�frl_�_��� �,4' . � !I L k \`� _ .� gi� ����. �,# 14 -� � .: ���� '� .�.� � .� �� � �-� �.�� � � �� �� ',.� •A ` � ; �,_�'� � � IQ,` •,� � � 1 : �-� � �� _� � �� �� � -v;d Respondent shall perform and provide these products and/or services under the terms of this agreement. The supplier shall assist the end user with making a determination of their individual needs. Lakeshore's understanding of the Products, Services and Scope of Work is to provide the District with Instructional and Education Resources that will meet the requirements and needs of the district. Warranty ➢ Proposal should address the following warranty information: ■ Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. Lakeshore will repair or replace any product or product component that is defective in material or workmanship for the life of its warranty period as long as the product is owned and used by Region 14 ESC. ■ Availability of replacement parts Simply call our Customer Service Dept and we'll ship a replacement item right away and arrange to have the damaged item picked up for you. ■ Life expectancy of equipment under normal use Once we confirm that the materials we're using are safe, we conduct exhaustive "use and abuse" testing to make sure each product will remain safe through years of everyday use. Premium-Quality Classroom Furniture Lifetime Warranty Premium-Quality Classroom Tables & Desks Lifetime Warranty Premium-Quality Classroom Chairs Lifetime Warranty Premium-Quality Classroom Cots Lifetime Warranty Classroom Carpets 10 Years Write & Wipe Mobile Tables & Desks 5 Years Outdoor Furniture 5 Years Trikes 5 Years Cribs 5 Years All other items in catalog 1 Year (unless otherwise noted) Detailed information as to proposed return policy on all equipment Returns and Exchanges Not only are our products distinguished by their quality, educational merit and safety—they're also backed by our ironclad guarantee. If you are unhappy with any item for any reason, you may return it for a full refund or exchange...no questions asked! If you need assistance with an order, simply contact our Customer Service department at (800) 428-4414. ➢ Products ■ Vendor shall provide equipment, materials and products that are new unless otherwise specified, of good quality and free of defects Lakeshore's expert development team creates new equipment, materials, and products to meet the highest standards of quality and durability—which are hallmarks of the company's long-standing reputation. ➢ Construction Vendor shall perform services in a good and workmanlike manner and in accordance with industry standards for the service provided. Lakeshore has read, understands, and agrees to this requirement. The following is a list of suggested (but not limited to) Instructional and Educational Resources categories. List all categories along with manufacturer that you are responding with: 2695 E. Dominguez St. • Carsan, CA 9�895 •(8flD) 421-5354 • Fax (31�} 537-799❑ • www.LakeshoreLearning.cam The following is a list of suggested (but not limited to) Instructional and Educational Resources categories. List all categories along with manufacturer that you are responding with: Lakeshore is offering the following products and services in (RFP) for Instructional and Educational Resources in Solicitation Number #04-23: Preschool and Elementary Teaching Aids Teaching Aids and Supplies Arts and Crafts Supplies Classroom Math and Science Materials Teacher's Resources Instructional Aids and Materials Special Education Materials Library Supplies Infant and Toddler Equipment Physical Education Equipment Educational Software Books 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com �:., � ���'��� !' � ' I I � , , � '� ��� ; p j r ,� � r I ��� _ � � ` � �4 � � r , � � � . � �� �� �� � �' ` � a � , I f' i (1� % � 1 r'� � � !`� � .; �_- _ = r � � � �r � ' ..�..., � S ' .�" �"' � � ,' � F i ,, � _ � �r r► : � � � f � �, ", f r � „ � / � a — �.� �•``� , � � z � � � � � . a\ � � _ � ��` � � � + � � � y v y � �. :, , . � ► �� � �r- � ..,M- ��ti ' _, fi � .�l� ``A'� , yj , , i `�I ., .;a\,,�'',1 . �,., i 'i ' I ' `� � ... .�,, ,- .. ' �:.r:y' . �� �-- �----- -► �► � � - � � �'� � _{ � �-� ��� � � � _-.- ,�E�;.�,���.�;���� �� � �` _ :• ; � ��� ��`'�� � �� ,;t.;a�; . � ... � �;�',`,ia - �' ��-; � '- � � �r :� _ � ,f;, � F �° � � �� �� " ;� " � � ; ���: SV� w r .��«_J � ��i *� �•� �'i� f' , � � ,' ` . � ' 4' ;-�� . � . - _ -,,ti, •'. r . `�_:- .;1�' � .'e � �A�`-''_ . l . _ `- ` . , .+ - ' , ' v?:- _ �' � . '�. �;�it � �, ^ f� .� � } .ti ; .. ! �' . ,�. a:. 1� � . � y 'r _ L�Z.�t�a. . . _ ., . . ' -.. . � ..F�± ' . 3 /?:t .• � , . .. - �.� . ���,�L. �Jl.. , . . .-. . _ ., �.^?i�r_. , , 'ti r , ,�.rf., ,,.c "�''' �_ . 4',s - �.:a �a _ 'I },. _ _ ' � rF/_,!" . .^�I , . . . � . .. . . . _ . . . �- .,. ' . ., . ?��. .. . .. ,- . . . .. � � " Y _� � _ � `• w r� �t'tRr�'.�_:a� �ti�; ��"yr�..� ' �}. 6 l� . `�j`fi _ ' ..� � � � k'} � J�. r ti 1 Ay �; � . �. �_ ���� �s ' � � ".'� �_ � , � � Tab 6 - References Provide at least ten (10) customer references for products and/or services of similar scope dating within the past three (3) years. Please provide a range of references across all eligible government entity groups including K-12, higher education, city, county, or non-profit entities. Lakeshore Learning Materials has over 69 years of experience in providing classroom equipment and supplies for schools, organizations and companies. Please feel free to contact the following references about our quality of goods and services: Albuaueraue Public Schools New C�nev Independent School District Belton School District 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Fort Worth Independent School District Carneror� Works. Inc. �ound F�ock IndeE�endent School District U; _ _ � , 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax (310) 537-7990 • www.LakeshoreLearning.com Coot�erative Educational Services (CES) � - i :� F 4.�4j,' ,� }'; _r �� � i� • � , �i � �� i y� %�S ��� �`.,`,�����. �y,�I �1 ) �"9 � t.� � \ �r R ;�;^: I� 6� . �� S -"'rt � �� . ;r� � i'�� yg, }: y. { ��. �7 A�,i ���t<' �-�H � „ [ i� �6�� �Y �' .'-' � � � � E � � /� � r �, ;r � ; ' .. s�' 4. ',, `-; �' � `. _�F,� � -_ _ � . Y` ___---- ._�. � �' � �, � l � �J `� �J l � l, �� ��r � � �- �1 ���,�, �l v � � l � �� V����■. f () _ � � �:;; ;= `,,;, . 5{-_=8 1 - S. �I,�`}} ���p�. j � �° -��.•J��` � , i �. � i 1 � �! `C �� � .,'_ � �� � - ' S��� _� �� � �,� �::� � . f )�_ ✓ ,.. � � � � w i /. '��.: ��_.. ,� } �; , � .:: ���; _ _ . .. �. ..�_ .. . _._ � �� -� � �,.. t ';`�'o"' - - � �,� i y � � 1 � � � � � " � �� a +S� 1 �t ,� _ . . _ . �. : -'<'- �� � "r 4,i1'j�����`I —�� � �,�f_' r�y�}'��r , �Mugne+ic ` �i ��,�`�nbers ��'1� y , �� �� . �.. ��: �:� I � I F' , �+ ' f .�� � 1� � ' �-�. �<� ' I � ,�� �I ; � � �� � I?�� �''��r, �, �w � �l 1, � !, . ., ��,� ' �� � ��� � '� � �I I I � II L� � � ' J� � \\, . � { � C _..� ! �.Gji�,�l��i.i`l ti�l� — Tab 7 - Pricing Offer Lakeshore is pleased to present the following offer to Education Service Center Region 14: • 5% discount on all non sale items from Lakeshore's catalogs, website <www.LakeshoreLearning.com) and retail stores (see attached Store List for locations). • FREE shipping on all orders in the contiguous United States. Complimentary White-Glove Delivery and Installation service on orders of $20,000 or more that ship to a single location in the contiguous United States. Additional charges may apply for remote locations. This service includes: • Unpacking and assembly • Supervised setup in a classroom, a library, a media center or other learning space • Custom labeling and boxing of orders by designated information, such as by classroom or teacher • Supervised verification that all rooms are in ready to move in condition Must reference "Per RFP #04-23" on all purchase orders to receive these terms. Lakeshore has uploaded our price list to the Bonfire web portal. For current prices on all Lakeshore products, please visit www.LakeshoreLearnina.com 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com f _, . ,.� � -rt $- k �� �1 l�,'�;��. a. �:� .� � � � � �� ! .. � � . � . \ �1S i� � 6'� ` , � � '�/ �� � 1_ _ �- --- , � ff .� �I. � ��•� � _ --�..�..-�i . - ~� �'��.� � � . _ j ,�;� �1�-_,__ - -_ _� —�"_`.. . ��s �� ; �).. gj; � ( 4 ������ � '���� �i �t �' � � � r� l� �J .�,�,.� � ; .�����,���,.�,.��.. ---- - -��_ � r � _;�� � ' . ~ � ` � ,, r{ •' �' �� � I � �_ � � � ' � _ � 4t- ... .- �. ' � � , - � f � J ��'� �-� �1 r� � i ��� ,- � � _ .� � .�_ , �.:.r � `�. . �� '�`.�`-�� .,� ! � - _ ; --� , -"'�" ` �- _ �d --_�4, , - ��, , �� . � , .�, � � _�-` � � � � �� ��ave p fr� _ 4, � � � --� r �� I , � � � � �.; >> ;��� d. .�6�.[Ll1�������! � .�—. �_V� � � �.�' -- When Lakeshore receives a purchase order from Education Service Center Region 14, your dedicated Lakeshore Sales Support Specialist, Maribel Lopez, will contact Region 14 ESC to coordinate the logistics of the delivery, such as: • Delivery dates and locations • Unloading restrictions • Stairs/elevator restrictions • Setup requirements For any delays in the project schedule, Lakeshore will coordinate to hold orders from shipping at one of our storage facilities (located in Midway, Kentucky, and Carson, California) until Region 14 ESC provides confirmation to release orders and schedule deliveries. � —� � ��:: � ' .i--��; ' -', ti �: � b �r. w ��. f `° � � ��� �, ��� � 1�_0 _...,��� ��� �� 3 � =: � I �,. - �� _� ,__ � - �s� 1 � i.-_ , _ � �_ � �� � ` � - - - �. e�— - � � ��, � : �.dt� � 6 -� � � � � r� -a =� tu�� --� � _� _ - ,,. �``°� +h� _ -- '�i;� � .. �.k - - � _ - � - � �� ' �� — _ ---� _-�— � fF ..� � -,�' ��' � -� _.. _ �==� -�:_.� - „� � - ����� _ - _' . � � _ = ,, ,� „ - �� �-; �� � _� \; _ � ,: . Lakeshore ships millions of boxes each year, with numerous semi-truckloads leaving our warehouses every day. We contract with leading trucking companies that deliver thousands of truckloads of materials each year to different regions across the country, and that number is growing. � Lakeshore is flexible and can alter delivery and installation schedules if Region 14 ESC schedule changes. 2695 E. Dominguez St. • Carsvn, CA 9fl895 •(8�D) 421-5354 • Fax (31�} 537-799❑ • www.LakeshoreLearning.com Delivery of Goods ...,y � , 9 ',�i � � •� i � J .+ + `� } , �a � , �� , / ��� �� ���i� �� � � ��► r „. w' T � _ � _ -'�' '1 �i- � i � i � ��� ����. ��� _ � s �—� � — � .� .- � ; � � -,�-` �'� �--��.. , � ` � �. ��I�� -� ... � _ �',� �' , � . �� -t � , � � � � 1 � � � ��_ ; � .- � — ., � ._�, Installation Procedure On delivery day, we take care of everything—with White-Glove Delivery and Installation service"! This service includes: • Unpacking and assembly • Supervised setup in a classroom, a library, a media center or other learning space • Custom labeling and boxing of orders by designated information, such as by classroom or teacher • Supervised verification that all rooms are in ready to move in condition 'Provided for orders of $20,000 or more that ship to a single location in the contiguous United States. Additional charges may apply for remote locations. 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com � �_.� �- _ _ ��.� :; _ _�- _-_ �.. k ��� �;� � . . !� �� � �=-�.. - �„� -q ,,r �, r��� p�p�=� � �- ----� � �� � : -_ Direct Manufacturer With Lakeshore, you will be working with a single point of contact from start to finish. As the direct manufacturer of Lakeshore products, we develop and make the vast majority of the items featured in our catalogs, retail stores and website. We are not restricted from sales, territories or dealer authorizations. In addition, our products are backed by our ironclad guarantee: If you are unhappy with any item for any reason, return it to us for a full refund or exchange. __ � � - -----� ..�� �� � `� � --- � ��.�+" � '""` � s� �y _ � ��� � asf � tl � -�, � "�'wy�..,; r . ��, ' - "`y'r, � r � �. � � . _ i .,,� , �, +,� _ � _ � j � w��1 . ` ,�` ,�,r�/ �.._ � �_ _ , Classroom & School Design Planning We have extensive experience partnering with site and design advisory teams on large projects. Upon award, our team can meet with advisory boards to visit classrooms, libraries, media centers or other sites to measure, develop and deliver complimentary 3-D classroom layouts. These "scaled" 3-D renderings are available at no additional cost—and feature all furniture, carpet, doors, windows, etc., to ensure appropriate sizing and functionality in each environment. 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Quality & Safety At Lakeshore, children's safety is our highest priority—and we know it's the top concern of our customers, too. That's why we want to provide you with detailed information about Lakeshore's testing and certification process, including the rigorous steps we take to ensure our products are safe. In the more than 69 years that we've been in business, Lakeshore has always been a huge step ahead when it comes to safety. Not only are we in full compliance with all the current U.S. safety regulations, but we also have our own in-house C�uality Assurance Team that tests and inspects every item we carry with even more rigorous standards than those required by law. Every item we sell must meet or exceed all the government safety requirements, or we don't carry it—period. � � 1 ., r � — 1 s �J � � - ,�'1� � �► � � � �,. - i� . ` �w � � For us, safety begins at the moment a product idea is conceived and put into developrYient. Firsc, we ensure that all the materials that go into each new product are safe. For example, materials in all children's products must be phthalate compliant (phthalates are sometimes found in PVC and other plastics) and must also meet strict standards for lead content. Once we confirm that the materials we're using are safe, we conduct exhaustive "use and abuse" testing to make sure each product will remain safe through years of everyday use. And after a product passes our rigorous testing, it is then tested and certified by a third-party testing laboratory. Finally, we continue to monitor the safety of our products through periodic testing, both internally and by third-party labs, to ensure that our suppliers maintain the high level of integrity we demand of our materials. For Lakeshore, children's safety always comes first. You can rest assured that the products we sell are safe and that we are doing everything we can to provide our customers with superior-quality products that they can trust with their children. r ��� ,t . u � � �� . `` ' ' '' � - � l'. �-+ � �r� . i' � �� �— �� 1- �� � J 4_" � � � �/ � � � �� �� �� s� , �" � ss '_� � � - _ - _- � , �� :. �� � ��= s � � ,� � �� ���=_- _ - __ _ _ �,��� I � , , �. �� < .!F � -__ ^s— ��� �� � _-�`—��. ''1' t ��� 1 =- _ a � e � * ,i�� V y , ti �—�� • +� ( • �'�� ' �" i ���_ ��' � � r �; � � � . �: -1 1=. ��� - � .., � �� ;�;,�- - -- ` _� � �� � �� � � _ _, �j t � ��� �� �,� '� I �;, � ' ' � , ��� ; � �� � � � � �� � _ I�y� �`�� -�- �—� -� _� � �- _,� � � ,.. *�bs" , ���� 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Furniture for the 215t-Century School � �a ��� • Design & Development F U R N I T U R E • Lakeshore's Flex-Space Furniture is designed to support the development of key skills needed for the 21st century—communication, collaboration, critical thinking and creativity. • Flex-Space Furniture gives teachers the ability to create flexible spaces, allowing educators to quickly and easily reconfigure classrooms, libraries, media centers and nontraditional spaces for various projects and group sizes! • Flex-Space Furniture is managed by Lakeshore's product developers—who are all former teachers! Their decades of combined classroom experience ensure that Flex-Space Furniture is designed with the teacher in mind and supports best teaching practices. • Lakeshore product developers' long experience designing manipulatives and supplemental curricula assures that Flex-Space Furniture will transform all learning spaces into student-centered environments that support project-based learning. • The Flex-Space Furniture line includes various flexible seating options, providing student choice to support individual learning styles. • All furniture pieces are designed to seamlessly integrate the storage and use of student materials, tools and manipulatives. • In-house design engineers ensure that all furniture is manufactured for ultimate strength and longevity. • In-house mechanical/process engineers assist with the selection of raw materials, ensuring the highest quality and appropriateness for all furniture. • Lakeshore offers Professional Development services, including sessions targeted to support the implementation of an effective 21st-century classroom. Manufacturing Standards • Strict control of manufacturing specifications and processes. Fully staffed office near factories ensures top-quality, virgin raw materials are used. • In-house mechanical/process engineers regularly inspect and consult with factories, ensuring manufacturing processes operate effectively, producing consistent, high-quality furniture pieces. . In-house inspectors conduct strict and thorough factory inspections on all orders following manufacturing—before furniture units are shipped and stocked at Lakeshore distribution centers. • Metal-to-metal construction for ultimate durability, along with fully captured back panels and durable, protective edgebands to prevent moisture and warping. Testing & C�uality Assurance • In-house use-and-abuse testing is conducted on all designs throughout the development process to guarantee that furniture meets strict standards. Designs are revised and improved after each test prior to manufacturing until all standards are met. • Outside lab testing and certifications conducted to meet strict safety and flammability standards. Certification and testing documents available upon request. • In-house use-and-abuse testing conducted on orders after arrival at Lakeshore distribution centers to ensure consistent quality over time. • Every order is inspected to ensure 100% customer satisfaction. • Lifetime warranty on all tables, stacking chairs, storage units and shelves. 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com Product Warranty We unconditionally guarantee every item. We stake our reputation on the quality of our products. If you are unhappy with any item for any reason, return it to us for a full refund or exchange. � � � � �IFETIME 10-YEAR 5-YEAR � WARRANTY WARRANTY WARRANT7 v v v • Lifetime warranty on premium-quality classroom furniture, tables and desks, chairs, and cots • 10-year warranty on Classroom Carpets • 5-yea� warranty on Write & Wipe Mobile Tables & Desks, Outdoor Furniture, trikes, and cribs • All other items receive a full-year warranty (unless otherwise noted) Greenguard° Lakeshore offers a variety of classroom furniture pieces that have earned GREENGUARD Certification. Many of our furniture lines (Classic Birch, Flex-Space, First Steps" and Heavy-Duty) are certified by the GREENGUARD Environmental Institute to support low emissions standards—reducing chemical pollutants and helping to improve indoor air quality. U� � GREENGUARD � `E,:,':` , ,..�..`�,>tis ��� GREENGUARD Certification is recognized by numerous sustainable building programs, including the LEED° Building Rating System. Purchasing products that are GREENGUARD Certified helps you earn points toward LEED certification. Products on our website that feature the GREENGUARD logo are certified by the GREENGUARD Environmental Institute to comply with low emissions standards—reducing chemical pollutants and helping improve the quality of indoor air. For a complete listing of Lakeshore's GREENGUARD Certified products, just search the keyword "GREENGUARD'" on our website. You may also request more information from Lakeshore's Customer Service Department by calling (800) 421-5354. Exclusive Items Among the wide range of educational products offered by Lakeshore, there are over a thousand outstanding and innovative items for which we are the sole-source vendor. These exclusive materials are easily identified by the prefix in their item number. Any items you see with the following prefixes are sole-source items that you simply won't find anywhere other than Lakeshore: AA AB AX AZ DD DG EE FF GG HH JC JJ KC KT LA LC LCW LDA LK LL LM PP PX RA RE RJ RR RS TT VX WF YB v _� I � � ,� . . 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com —�_ � , � , ���e ,ti \ �� I, rr�.=:.-.:;, _ _ _ _ ` -� -� �-,.,.� �,1( f�y : �° { R, , a . ;��� 1 l� ';, . _. ���� ,; �'"�'�� �� �'' � � � � � ,�. � � � , r S. Q •:,,r �.:f-�.-i �r ;. • , � , • � :ru `1` e � -�<.� / •,�� f � . vrl,;,• / V� ���,��`�� :� ;� r.v . , a-_. g,..� �-• � f�,: I � ' r - '� '' � � ' �I=f � i r �%E �+ '�� :� . 7r�5'�nrn;,�.,, / ��'. �i / i �'r'' � _ � ���` ��„ ; /��`' � ���r' ' �. ���� q�y� alflp�� �!� r�(�g�.� _ _ "� _ ��-.�.��1 ��,,•..'`. !f �jl � ��i� _;��;_ y� ° _ . ��� Ii, �,r� HPy'.� Ji �� � — �,. �11,7�T y, .l � � n� � � �; K'! _ - - � ���, ` �, � I � I ��i� r �•%��� ri . �" r r' +�1�� i' � , � %1� �`� �. � � ���,�, , � � --- �. � — � '�`"'� � �; . � . �1 . , � 4 s .�•'� j'���1��� , � ��, ! ` �� �;�, `\�� � � i �. � % _ �-�� 4� 1 r ��II t �, r Ki . � .,..:� - `'S ' � ' �. ,� -\' �, ":'� � � � " �r� - �` __ __^ _ '�:; . �-�- - ► I � � �`' � �� � ��� , �f � � , � . �. � .S � - � o - � . � � �� . � �-�,-; . { � � � , � ,,.. � �� � ,' � ��'. �i� ��� + � 1 � • r ��'�.�`.� � " =.�ti `. +�� � ,eilN' � `� „ _ : "'-" ti:� �./ i�+,�� " � � ! �. � •�` , � .�, . ��,�r�--�' , . I f .� . ti ' ;1 � � � � �� � :. a �;�. • � — _�,�: , �t '�a— � � �� � , .. ' �a:' a � � 1,� �= � _ .f `_� -" 1 .� _ ��rt . z ``�� { NY•• . �, ` � ( �,��� � �- ;�: ,� f" .,,,, � ` � —3 '< < . . � Lp1 J y� �. : .�'._ _� �; ' j,: , tiY I".'' `, :.�� . 1��... 4� . F _.` / '? . � ,� _`� �{.C: � �I�.'1`�``,y l F � ' •' �� �,'✓ /�r �1� F � �`4�- , \v�'i�r j- � ',�.' _ �� _ �� "� , � ' hb"i' ` ;� h I� � � 1 �: S: !` ;^ � � y t i�.k� '` t: i 4r.�'` f,r i s � ;� _ ,�54 • r � 1 t n� t�5 +ii f 4 � �S � �, :w yh-�_ Y �-1 [ �� � .". ., , �� *, �t' � � ? { � y A ar .%T., . - �W� � �'. � _ "} , . - � r. �':r }'�_'-r, .:. . . � `Y y, '� -.Q 4 . t T � a f - � .r„ � � � ii ?� �� ,- . , : .';' y! t � . � ` ` � . � � . . ` t _ .. �t �;i i t ��,�! 4_ C,y`.� � � . , 'ti, e r. � . . , S . . . n . .. . }•, 3`. �.�. . . . ��f: Tab 9 - Required Documents Lakeshore has included the following documents in our bid submission (RFP) for Instructional and Educational Resources in Solicitation Number #04-23: . Federal Funds Certifications • Clean Air and Water Act and Debarment Notice • Contractors Requirements • Antitrust Certifications Statements • Required Clauses for Federal Assistance by FTA • State Notice Addendum 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax <310) 537-7990 • www.LakeshoreLearning.com TAB 9 REQUIRED DOCUMENTS • Federal Funds Certifications • Clean Air and Water Act & Debarment Notice • Contractors Requirements • Required Clauses for Federal Assistance by FTA • Federal Required Signatures • Antitrust Certification Statements Texas Government Code § 2155.005 • State Notice Addendum FEDERAL FUNDS CERTIFICATIONS Participating Agencies may elect to use federal funds to purchase under the Master Agreement. The following certifications and provisions may be required and apply when a Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $250,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. • Pursuant to Federal Rule (A) above, when a Participating Agency expends federal funds, the Participating Agency and Offeror reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) • Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offeror as detailed in the terms of the contract (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60- 1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." • Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non- Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offeror will be in compliance with all applicable Davis-Bacon Act provisions Any Participating Agency will include any current and applicable prevailing wage determination in each issued solicitation and provide Offeror with any required documentation and/or forms that must be completed by Offeror to remain in compliance the applicable Davis-Bacon Act provisions. (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of inechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. • Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. • Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (F) above (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended— Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non- Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). • Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule (G) above (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. • Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: o No Federal appropriated funds have been paid or will be paid for on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. o If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. o The undersigned shall require that the language of this certification be included in the award documents for all covered sub-awards exceeding $100,000 in Federal funds at all appropriate tiers and all subrecipients shall certify and disclose accordingly. RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.334. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.334 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Participating Agencies will clearly identify whether Buy America Provisions apply in any issued solicitation. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. CERTIFICATION OF ACCESS TO RECORDS Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any non-financial documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to offeror's personnel for the purpose of interview and discussion relating to such documents. This right of access will last only as long as the records are retained. CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. CLEAN AIR AND WATER ACT AND DEBARMENT NOTICE By the signature below (Under Federal Required Signatures), I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations. CONTRACTOR REQUIRMENTS Contractor Certification Contractor's Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract in. Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance, they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The offeror complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E-Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the NCPA Participating entities in which work is being performed. Fingerprint 8� Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District. The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed. Business Operations in Sudan, Iran In accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the contractor does not have scrutinized business operations in Sudan and/or Iran. REQUIRED CLAUSES FOR FEDERAL ASSISTANCE PROVIDED BY FTA ACCESS TO RECORDS AND REPORTS Contractor agrees to: a) Maintain all non-financial books, records, accounts and reports required under this Contract for a period of not less than two (2) years after the date of termination or expiration of this Contract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until the FTA Administrator, the U.S. DOT Office of the Inspector General, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. b) Permit any of the foregoing parties to inspect all non-financial work, materials, and other data and records that pertain to the Project, and to audit the non-financial books, records, and accounts that pertain to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. The right of access detailed in this section continues only as long as the records are retained. FTA does not require the inclusion of these requirements of Article 1. 01 in subcontracts. CIVIL RIGHTS / TITLE VI REQUIREMENTS 1) Non-discrimination. In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, Section 202 of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.C. § 5332, Contractor or subcontractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, marital status age, or disability. In addition, Contractor agrees to comply with applicable Federal implementing regulations and other applicable implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. 2) Equal Emplovment Opportunitv. The following Equal Employment Opportunity requirements apply to this Contract: a. Race, Color, Creed, National Oriqin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal Transit Law at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable Equal Employment Opportunity requirements of U.S. Dept. of Labor regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, 41 CFR, Parts 60 et seq•, and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may affect construction activities undertaken in the course of this Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, marital status, or age. Such action shall include, but not 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. In addition, Contractor agrees to comply with any implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. b. Ac�e. In accordance with the Age Discrimination in Employment Act (ADEA) of 1967, as amended, 29 U.S.C. Sections 621 through 634, and Equal Employment Opportunity Commission (EEOC) implementing regulations, "Age Discrimination in Employment AcY', 29 CFR Part 1625, prohibit employment discrimination by Contractor against individuals on the basis of age, including present and prospective employees. In addition, Contractor agrees to comply with any implementing requirements FTA may issue that are flowed to Contractor from Awarding Participating Agency. c. Disabilities. In accordance with Section 102 of the Americans with Disabilities Act of 1990, as amended (ADA), 42 U.S.C. Sections 12101 et seq., prohibits discrimination against qualified individuals with disabilities in programs, activities, and services, and imposes specific requirements on public and private entities. Contractor agrees that it will comply with the requirements of the Equal Employment Opportunity Commission (EEOC), "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR, Part 1630, pertaining to employment of persons with disabilities and with their responsibilities under Titles I through V of the ADA in employment, public services, public accommodations, telecommunications, and other provisions. d. Seqreqated Facilities. Contractor certifies that their company does not and will not maintain or provide for their employees any segregated facilities at any of their establishments, and that they do not and will not permit their employees to perform their services at any location under the Contractor's control where segregated facilities are maintained. As used in this certification the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom, or otherwise. Contractor agrees that a breach of this certification will be a violation of this Civil Rights clause. 3) Solicitations for Subcontracts, Includinq Procurements of Materials and Equipment. In all solicitations, either by competitive bidding or negotiation, made by Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Contract and the regulations relative to non-discrimination on the grounds of race, color, creed, sex, disability, age or national origin. 4) Sanctions of Non-Compliance. In the event of Contractor's non-compliance with the non-discrimination provisions of this Contract, Public Agency shall impose such Contract sanctions as it or the FTA may determine to be appropriate, including, but not limited to: 1) Withholding of payments to Contractor under the Contract until Contractor complies, and/or; 2) Cancellation, termination or suspension of the Contract, in whole or in part. Contractor agrees fo include the requirements of this clause in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. DISADVANTAGED BUSINESS PARTICIPATION This Contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs", therefore, it is the policy of the Department of Transportation (DOT) to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in the performance of DOT-assisted contracts. 1) Non-Discrimination Assurances. Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or other such remedy as public agency deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13(b)). 2) Prompt Pavment. Contractor is required to pay each subcontractor performing Work under this prime Contract for satisfactory performance of that work no later than thirty (30) days after Contractor's receipt of payment for that Work from public agency. In addition, Contractor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this Contract is satisfactorily completed and any liens have been secured. Any delay or postponement of payment from the above time frames may occur only for good cause following written approval of public agency. This clause applies to both DBE and non-DBE subcontractors. Contractor must promptly notify public agency whenever a DBE subcontractor performing Work related to this Contract is terminated or fails to complete its Work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. Contractor may not terminate any DBE subcontractor and perform that Work through its own forces, or those of an affiliate, without prior written consent of public agency. 3) DBE Proqram. In connection with the performance of this Contract, Contractor will cooperate with public agency in meeting its commitments and goals to ensure that DBEs shall have the maximum practicable opportunity to compete for subcontract work, regardless of whether a contract goal is set for this Contract. Contractor agrees to use good faith efforts to carry out a policy in the award of its subcontracts, agent agreements, and procurement contracts which will, to the fullest extent, utilize DBEs consistent with the efficient performance of the Contract. ENERGY CONSERVATION REQUIREMENTS Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plans issued under the Energy Policy and Conservation Act, as amended, 42 U.S.C. Sections 6321 et seq. and 41 CFR Part 301-10. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, listed directly or by reference in the Contract between Public Agency and the FTA, and those applicable regulatory and procedural updates that are communicated to Contractor by Public Agency, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this Contract. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The provisions include, in part, certain Standard Terms and Conditions required by the U.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding Contract provisions. All contractual provisions required by the DOT and applicable to the scope of a particular Contract awarded to Contractor by a Public Agency as a result of solicitation, as set forth in the most current FTA Circular 4220.1 F, published February 8t", 2016, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. Contractor agrees not to knowingly perform any act, knowingly fail to perform any act, or refuse to comply with any reasonable public agency requests that would directly cause public agency to be in violation of the FTA terms and conditions. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES Agency and Contractor acknowledge and agree that, absent the Federal Government's express written consent and notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to agency, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. Contractor agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms, to the best of its knowledge, the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining to the underlying Contract or the FTA assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate. Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307 (n)(1) on the Contractor, to the extent the Federal Government deems appropriate. Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Lakeshore Learning Materials, LLC 2695 E. Dominguez Street Carson, CA, 90895 3/20/23 Lakeshore Learning Materials, LLC 2695 E. Dominguez Street Carson, CA, 90895 (800) 421-5354 (310) 537-7990 biddept@lakeshorelearning.com Rafael Muro Bid Operations Manager STATE NOTICE ADDENDUM The National Cooperative Purchasing Alliance (NCPA), on behalf of NCPA and its current and potential participants to include all county, city, special district, local government, school district, private K-12 school, higher education institution, state, tribal government, other government agency, healthcare organization, nonprofit organization and all other Public Agencies located nationally in all fifty states, issues this Request for Proposal (RFP) to result in a national contract. For your reference, the links below include some, but not all, of the entities included in this proposal: http://www.usa.qov/Aqencies/State and Territories.shtml https://www.usa.qov/local-qovernments �^ ,VA vi � Q/� V ii. � � � Q N M � N r O � a> � � Z d C N V J U �` 7 N 'j � L :- C "" U O Q 1p 0 V N C � C N � � 7 cd N � V o o � �n T '`. � `. `0 c U .N C � � rn� T n 6� W � �= � v o � a� , a �� � m U � � � � � � L� X � N H� C � — n J � m � W m a� � � � � N ` I U fn C — O Q � N 'O � � c �> N N �` .-�,. v_� .n � � � U � ..".� c� m W�y =_°��'� �G. � U N N IA X N (O V/ (6 N C'� ^ C �r= �/y/� r 'N C W H .� U � N O N O M � � � � � 0 Z 5i m O C O .� .Q X W N O N 0 N � � � d Y p O m :� a c O > Q C1 U � d W � O O � J o U J � J � U � Q Q Z O � Q � Q � U � � � � Z �,n 7- Z t�l Z � W � W � L J Z J p o G (n W V? Y `� � Q CS� g J N O � ci 'ti m � Z J (� O! N N [: N G7 G N C C C .n .y .N � 7 7 m C� Ql y � �� � m a U 'fl c � m a o `� � rn � c � . �� m 3 �' c � G ��,8 o � . N � � � I � m , 3 C � a� � � � � ` \ � � a� � � y M U O J Z U J J � J ¢ L� W H Q � � ~ � z �� Z Z N � �Ow� w��� W � z Q � � � U � � Q Z U� ~ w � � Q��U N m � � N � � � � �' �E^�l;�a;F: rhF ��r �f � � Secretary of State u �����o: �_`�� `- �'-' `��" Certificate of Status � ., �,,"� . .. '"�. : �. �:f ` +. �AL�ORN��•%'': I, SHIRLEY N. WEBER, Ph.D., Secretary of State of the State of California, hereby certify: Entity Name: File Number: Registration Date: Entity Type: Jurisdiction: Status: LAKESHORE LEARNING MATERIALS, LLC 202125710770 09/10/2021 DOMESTIC LIMITED LIABILITY COMPANY CALIFORNIA ACTIVE (GOOD STANDING) As of October 5, 2021 (Certification Date), the entity is authorized to exercise all of its powers, rights and privileges in California. This certificate relates to the status of the entity on the Secretary of State's records as of the Certification Date and does not reflect documents that are pending review or other events that may affect status. No information is available from this office regarding the financial condition, status of licenses, if any, business activities or practices of the entity. IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of October 6, 2021. � � SHIRLEY N. WEBER, Ph.D. Secretary of State Certificate Verification Number: R99QB6R To verify the issuance of this Certificate, use the Certificate Verification Number above with the Secretary of State Certification Verification Search available at bebizfile.sos.ca.qov/certification/index. Client#: 437700 LAKESEQUIP DATE (MMIDDIYYYY) ACORDrM CERTIFICATE OF LIABILITY INSURANCE �iosi2o22 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT Bradley Warren Marsh & McLennan Agency LLC PHONE Fax A/C, No, Ext AIC, No Marsh & McLennan Ins. Agency LLC p DRIESS OCCerts@MarshMMA.com 1 Polaris Way #300 INSURER(S) AFFORDING COVERAGE NAIC # AliSo Viejo, CA 92656 INSURER A Insurance Company of the State of PA 19429 INSURED Lakeshore Learning Materials, LLC 2695 E. Dominguez Street Carson, CA 90895 COVERAGES CERTIFICATE NUMBER: INSURER B INSURER C INSURER D INSURER E REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY WR10001061 7/01/2022 07/01 /2023 EACH OCCURRENCE $ ��������� CLAIMS-MADE �X OCCUR PREMISES Ea oNcur° nce $1,000,000 MED EXP (Any one person) $ ZrJ,�00 PERSONAL & ADV NJURY $ � �OOO,OOO GEN'L AGGREGATE L MIT APPL ES PER: GENERAL AGGREGATE $ Z�OOO,OOO X POLICY � ECT � LOC PRODUCTS - COMP/OP AGG $ Z�OOO,OOO OTH ER: $ A AUTOMOBILE LIABILITY WR10001061 7/01/2022 07/01/202 COMB NED S NGLE L MIT � OOO OOO Ea accident $ > > ANY AUTO BOD LY INJURY (Per person) $ OWNED SCHEDULED BOD LY INJURY (Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ A WORKERSCOMPENSATION WR10001061 7/01/2022 07/01/2023 X PTATUTE E�RH AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y� N E L. EACH ACCIDENT $� �OOO�OOO OFFICER/MEMBER EXCLUDED? � N / A (Mandatory in NH) E L. DISEASE - EA EMPLOYEE $� ������00 If yes, describe under DESCR PTION OF OPERATIONS below E L. DISEASE - POLICY LIMIT $� �OOO�OOO DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Evidence of Coverage Evidence of Coverage SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � � O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S11079447/M11076616 WOBXW Lakeshore Equipment Company DBA: Lakeshore Learning Materials NAMED INSURED . Lakeshore Equipment Company . DBA: Lakeshore Learning Materials • DBA: Lakeshore Curriculum Materials Company • DBA: Lakeshore Learning Stores . DBA: Toys to Grow On, Inc. • Lakeshore Kids and Company, Inc. • JoAnn Kaplan DBA Design Landscape & Kaplan Landscape . Kaplan & Kaplan, LLC (as respects 2649-2654 and 2695 E. Dominguez St., Carson ,CA; 1500 Dominguez St., Long Beach, CA; 2777-79 EI Presidio, Carson, CA; 20974 S. Santa Fe Ave., Carson, CA) . Montague Associates . Building C LLC (as respects 20850 S. Alameda St., Carson, CA) . Lakeshore Warehouse LLC (as respects 2161 Dominguez St.,. Carson, CA) • Lakeshore Warehouse East LLC (as respects 547 McKinney Ave., Midway, KY) • DC2, LLC (as respects 547 McKinney Ave., Midway, KY) Rafael Muro 03/02/78 2695 E. Dominguez Street Carson CA 90895 USA Los Angeles California 20th March 23 Lakeshore offers a lifetime warranty on premium-quality classroom furniture. Premium-Quality Classroom Furniture Premium-�uality Classroom Tables & Desks Premium-Quality Classroom Chairs Premium-�uality Classroom Cots Classroom Carpets Write & Wipe Mobile Tables & Desks Outdoor Furniture Trikes Cribs All other items in catalog (unless otherwise noted) � LIFETIME WARRANTY v Lifetime Warranty Lifetime Warranty Lifetime Warranty Lifetime Warranty 1 O Yea rs 5 Yea rs 5 Yea rs 5 Yea rs 5 Yea rs 1 Yea r We unconditionally guarantee every item we offer. If you are unhappy with any item for any reason, simply return it to us for a full refund or exchange. Your satisfaction is our top priority! If you ever have questions or concerns, contact Customer Service at (800) 428-4414 or e-mail lakeshore;a�lakeshorelearning.com. � 2021 Lakeshore 2221163 Arizona Paradise Valley (Phoenix Area) 4727 E. Bell Rd. (602) 482-7900 Phoenix 4819 E. Ray Rd. (4S0)940-7700 California cont'd Kansas New Mexico Ventura Merriam Albuquerque 4300 E. Main St. 5670 Antioch Rd. 6646 Indian School Rd. NE (805) 289-1550 (913) 432-3998 <505) 884-4866 walnut Creek Maryland 1929 Mt. Diablo Bivd. (925) 944-1495 Towson � California Carson � 2695 E. Dominguez St. (310) 537-4778 Fountain Valley 18679 Brookhurst St (714) 963-8255 Laguna Hills 23501 Avenida de la Carlota (949) 462-9353 Los Angeles 2323 S. Sepulveda Blvd. (310) 893-1150 Murrieta 24420 Village Walk PI. (951) 461-1352 Northridge 17072 Devonshire St. (818) 366-4105 Pasadena 3848 E. Foothfll Blvd. (626) 356-3848 Roseville 1550 Douglas Blvd. (916) 774-4304 San Bernardino 898 E. Harriman PI. (909) 890-1222 San Diego 7510 Hazard Center Dr. (619) 297-8494 San Jose 1099 S. Bascom Ave. (408) 998-0794 San Leandro � 1144 Montague Ave. (510) 483-9750 San Marcos 702 Center Dr. (760)504-0292 Upland 125 N. Mountain Ave. (909) 985-9945 • Colorado Littleton 8680A Park Meadows Center Dr. (303)765-8484 Florida Davie 5795 S. University Dr_ (954) 284-0411 Fern Park 335 E. State Rd. 436 (407) 260-5531 Tampa 4501 W. Kennedy Blvd. (813) 207-0468 Georgia East Cobb (Marietta Area) 4287 Roswell Rd. (770) 578-3100 Idaho Boise 417 N. Milwaukee St (208) 377-1855 111111015 Chicago 2255 W. 95th St. (773) 233-9210 Orland Park 15780 S. La Grange Rd. (708) 403-6300 Palatine 1403 N. Rand Rd. (847) 705-5052 Indiana Indianapolis 1300 E. 86th St (317) 574-0304 1620 E. Joppa Rd. (470)296-5888 Massachusetts Newton 230 Needham St. (617) 969-1171 Saugus 352E Broadway (781) 233-3770 Michigan Sterling Heights 12210 Hall Rd. (586) 803-1435 Minnesota Maplewood 1721 Beam Ave. (651) 777-0650 St. Louis Park 5699 W. 16th St. (952) 541-0991 Nebraska Omaha 12005 W. Center Rd (402) 334-4466 Nevada Henderson 1243 W. Warm Springs Rd. (702) 396-2890 New Jersey Cherry Hill 2020 Marlton Pike West (856) 910-0888 East Brunswick 269 State Route 18 (732)967-8585 Hackensack 449 Essex St. (201) 441-9214 New York New Hyde Park 2079 Hiliside Ave. (516) 616-9360 Scarsdale 969A Central Park Ave <914) 472-1820 North Carolina Matthews 10005 E. Independence Blvd <704) 849-2370 Ohio Cleveland <Beachwood Area) 27500 Chagrin Blvd. <216) 378-9488 Columbus 2148 Polaris Pkwy. (614) 846-1710 Oklahoma Oklahoma City 6300 N. May Ave. <405) 858-8778 Oregon Lake Oswego 16901 SW 65th Ave <503)620-9888 Pennsylvania King of Prussia 340 W. DeKalb Pike (610) 354-0551 Rhode Island Cranston 1400 Oaklawn Ave. (401) 463-8800 Tennessee Nashville 21 White Bridge Rd. (615) 747-6630 Texas Austin 9828 Great Hills Trail <512) 241-2885 Dallas 14060 N. Dallas Pkwy. (972) 934-8866 Friendswood 19032 Gulf Fwy. (281) 461-6263 Houston 2405 Post Oak Blvd. (713) 355-1893 McAllen 1316 E. Expressway 83 (956) 618-0225 San Antonio 327 NW Loop 410 (210) 340-0504 The Woodlands Portofino Shopping Center 19075 Interstate 45 South <936) 271-3585 Utah Salt Lake CRy 5480 S. 900 East (801) 268-2224 Virginia Alexandria 7009A Manchester Blvd. (703) 719-0202 Washington Bellevue 3924 Factoria Square Mall SE (425) 462-8076 Buy Online, Pick Up ' ' ' Curbside or in Store! For maps to store locations, visit LakeshoreLearning.com SECRETARY'S CERTIFICATE The undersigned, David Bo Kaplan, being the duly appointed and acting Secretary of Lakeshore Learning Materials, LLC, a California Limited Liability Company (the "Company"), does hereby certify that the resolution set forth below is a true and complete copy of a resolution duly adopted by the Board of Managers of the Company by unanimous written consent on January 6, 2023; and that said resolution has not been amended or repealed and is still in full force and effect: THEREFORE, BE IT RESOLVED that Tyler pomski, be, and he hereby is, appointed and designated as Vice President of Business Process and Contracts, Mike Duong, be, and he hereby is, appointed and designated as Vice President of Sales Operations, Rafael Muro, be, and he hereby is, appointed and designated as Bid Operations Manager, Eunice Peterson, be, and she hereby is, appointed and designated as Bid Special Projects Manager, Phillip Robledo, be, and he hereby is, appointed and designated as Bid Manager, Mariel Briones, be, and she hereby is, appointed and designated as Bid Administration Manager, and Luke Creamer, be, and he hereby is, appointed and designated as Bid Analyst, and Johanna Lopez, be, and she hereby is, appointed and designated as Bid Analyst, Kyle Ferguson-Owens, be, and she hereby is, appointed and designated as Bid Analyst, and Christopher Kingston, be, and he hereby is, appointed and designated as Bid Analyst, all with full power and authority to act in the name and on behalf of the Company in all negotiations, concerns and transactions with third parties, their employees or agents in connection with bidding, which actions shall include but not be limited to the execution of, and affixation of the corporate seal to, all bids, papers, documents, affidavits, bond, sureties, purchase orders and notices issued pursuant to the provisions of any such bid or contract, with each and every such act to be conclusive evidence of their authority therefore and the Company's ratification, approval, confirmation and acceptance thereof as valid and binding upon the Company. IN WITNESS WHEREOF I have hereunto set my hand and the seal of the Company this 20th day of March 2�23 �U � Bo Kaplan Secretary �- , �v ,• •� -i '�-� •., , . _ �';;� �,a i';�`��;�"� t.?� rstr���<?:�' .�'_ J�� ;��'�E;:'rs=,%�: l ��\ �: .�, .. '',' t 2695 E. Dominguez St. • Carson, CA 90895 •(800) 421-5354 • Fax (310) 537-7990 • www.LakeshoreLearning.com CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Forms CIQ (“Questionnaire”) the person’s affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaires Form CIQ is enclosed with submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might have with the City, state Contractor name in the # 1, use N/A in each of the areas on the form. However, a signature is required in the #7 box in all cases. Lakeshore Learning Materials, LLC N/A NONE N/A N/A N/A N/A 12/27/2024 �ONFLI�� �F Ih�TERE�T QUE�TI��JNAIRE For v�ndor doir�g bu�irpess wit� local ga�vernmen�al �ntity A cam�lete copy o� Cfi�apter � 7� of E.#�e Loc a� ;avernment �od� may �e fo�n� at h4tp:,:�l+uww. s�a€��es_�eg�s_state.tx _t�s�' Docs;'L�� htm� L� 176.fii[�n. F�r easy referer�ce, b��aw are so�ne �f the sec��ons ciked an t�is form. Local �avemEnent Cad� � 176.001{1=a1: "B�siness re�at�ansfi�ip�� rneans a connection beiweer� twa or rnore pa�ties based cn cammercia; activit}� of o�re af the parties. The ter{n does not ir�clude a connection ba�se-� on_ (A1 a r��n�action that is subject to rate or fee regulation by a�e�era�, s�aEe, �r iaca� �overnme�t�al entity oi an agency �f a federa�, sta;e, or 2ccal grnrernmenta� e�rtity; {B) a trans�v[icn conducted at � pric� and s�bjecE to terr�s ava�lable to �he pubiic; or (�} a pu rch ass or lease of �ac�ds or servi� es trom a person t*�at is ch a;tere� by a state or fes�eral agency and that is s��ject tc regula; exarninaticn by, and repar[ing ta. :ha; age?�cy. �aea1 Governrnent Code � 176.0�3ta1{21iA1 and iB1: ; a; A;c�a� g�rernment o�fic8! sha:i file a canfli�tsdisclasu�e s€atementw� respecE to ave��o� i€: (2} t�evendor: iAl has an er�p3oymentoratherbusaness relationshipwi�the local government o�r�cerar a farriih{ fnembe� of the afticer that resui�s �n the officar �r #arni#y mernber recei�ing tax�ble ir�come, o�#�er than irnrestr�er�f income. that excee�s ��.wOQ durin� the 1�-manth period p�ecedi!�g the daEe that t#�e atficer becomes aware that �;i:� a oon[�acF �eiween the loc�l grnrernrner+.ka; entity a��v�ndor has been executed; �r �ii) t�re loca1 govern�nantal entityr +s considering en�ering �nko � cantracE w�th the +.��dor: (�} h�S OIY�fI C� Cfi1$ IOC81 �0�5F�fllff3$f5[OffIC2f Or8 f�ff11�'f ffl�f;lb2f Of E�3$ O�IC�f Of32 Of f.IOF���if[S tha[ have an aggreg�te va �ue of more than $140 in the 12-month per�ad pr�ce-� ing t�se dat� [h 8 officerbecarrres aware �at: (ij a ca�;Eract beiween the local governrne�;Eal entityr and vendoi ;�as beer� execut8d; �r [ii) �he icval �c�vernrnental en[s;}r �s considering enteri;�g into � contract with tl�e ver,dar_ Laeal Ga�+ernrrten# Cod� tt 176.�06ia1 an� ia-11 ; a; A uend�r sl7all'i'e a vompleted ccnflict af interest q�estionr�aire if the vendor h�s a�usiness relatia�s#�ip Wli��d �OCB� L�01r�f!1r19�:ia� �fltl�'f ��?d" (1 } tras an ernployrr�ent ar ather b�siness relatianship with a I� a1 �overnmett officer af that l�cal �a+rernmental a�t�ty, arafarni#y rnembero�the �fficer, �escribedbySec�i�n 176_�03;aj�,�j(Ai; (2} has givers a�cr�al grnr8rnment offi�e� o� kh�[ loca� grnrernrraentai e�sEityr. ar a�amdy member of the af�cer. one ar mar8 grftswith the a�grecate v�lue s�ecified �y Section 17�.043{aj��j(B�, exc�udino arr� gittde�ribe�by�ection �76.0O3(a-,1;ot �;31 has a fafnih� relationshi� with a lacal governrner�; affice� o[ that local governrnenta� entity_ �a-3) Thecom�let8dcanflict�fir,kerestques[i�nr�airemusEbefiledwiththeappro�riaterecordsa�rn3nistratoi r±oR later than the seventh busi�,ess �ay afier t�e 3ater of= �; I�� tt�e date tt�at the vendor (Aj bes�ins disvussions ar negotiatior�s ta e�ker �nto a contract with [�e lacal g�v�r�rr�ental e�tity; of ( 6� subm i#s to the I aca3 gorernrrienkal entity an �ppiicaEi on, respo�se to a req�es[ for prapasals or bids, corresporderce, or another writing re�ated to a potential cont�acE with �i�e �ocal s�OV$'lr�ffl2^F�I E�'1C�i}r; 0{ i�] k�e �at� the ver,�or become� aware: (Aj o� an �mployment oT other �usir�ess re�ak��nsn;� with a lacal government off:cer, ar a farnih� mernbe� �f the �fficer, �escribed by SubsBctio� (a�= (B1 tha[!hev�ndafhasgiv�r���eormoregifts�escribedby�ubsectio�a(a��a� (C) ofafafn�lyrelatior�shi�wi[i�alocalgaver�mentotr:cer_ Formpraro�dedbyTexasEBhicsCar,sr�iss?aT vrww_ethics.state.ax.us �e,,;sed 11';'2�2• December 2024 2 th