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