Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63029
Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 CSC No. 63029 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by and between Northern Safety Co., Inc. ("Vendor") and the City of Fort Worth ("City"), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: OFFICIAL RECORD 1. This Cooperative Purchase Agreement; 2. Exhibit A — Pricing List; CITY SECRETARY FT. WORTH, TX 3. Exhibit B — Cooperative Agency Contract- Omnia Partners R240807; 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 Cooperative Purchase Agreement shall control City shall pay Vendor in accordance with the fee schedule in Exhibit A and in accordance with the provisions of this Agreement. Total annual payment made under this Agreement by City shall not exceed Five Hundred Thirty -Three Thousand Dollars ($533,000.00). Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below ('Effective Date") and expires on October 31, 2025. The City shall be able to renew this agreement for up to four (4) one-year renewal options by written agreement of the parties. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 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: Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 To CITY: City of Fort Worth Attn: Jesica McEachern, Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address To VENDOR: Northern Safety Co. Inc. Carrie Bachman, Director of Sales Operations Address: 232 Industrial Park Dr Frankfort, NY 13340 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 laws 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. 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. 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. Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 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) Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: } By: Name: Jesica McEachern Title: Assistant City Manager Date: 03/28/2025 I:19 9 111X IIaxeil]u 1u 1041211131 IN By: Christopher H rder (Mar 24, 2025 07:52 CDT) Name: Christopher Harder Title: Water Director ATTEST:Foitr°nua c��#A. Fynn�aog4p By: C Name: Jannette Goodall Title: City Secretary VENDOR: Norther q'(6 C6.Inc. gA- 3/17/2025 By am-74z... Name: Carrie Backman Title: Director of Sales Operations 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. f By. Shatabya Ber land (Mar 21, 2025 20:30 CDT) Name: Shatabya Bergland Title: Sr. Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: Name: Jessika Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 25-0149 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Docusign Envelope ID: 2FB5EBB3-8430-4821 -B8AC-CE81 B0756DAO Maintenance, Repair antl Operations lMR0l Supplies, Equipment, REGION 4 ESC and Related produttz and Services CORE LIST/MARKET BASKET RFP.4-08 APPENDIX E - PRICE SHEET OFFEROR ITEM NUMBER W396 G00$ OFFEROR MANUFACTURER MANUFARURER ANUMBER DDELN Bf OQUOTEUM R NO QUOTE ITEM DESCRIPTION 3-6 AO WHITE SUBWAYTHE D 2W-B KDWWSELECTSTUD ALTERNATE DESCRIPTION SUPPLY CAGEGO NO QUOTE RY NO QUOTE UND OF UNR OF INDIC4TEOTHER MEASURE IEACH, MEASURE (PACK, UNITOFM ifavailablel if available) lit neetletl) pERCENi SURE DISCOUNT OFF NET UNIT PRICE ALTERNATEUNIT OF ALTERNATEUNROF ALTERNATEINDICATE ALTERNATE PER CENT ALTERNATE NET UNIT MEASURE (EACH, If MEASURE IPACK,H OTHER IINITOF LTERNATE LIST PRICE available) available) MSURE (knretletl) A DISCOUNT OFF LIST PRICE 446993 16351 10305 NOOVOTE NO QUOTE NOQUOTE 12-2ALEONIASILVERPORCTILE55 NE%CLN WH VNL TL 801E GraNHieh Strength Concrete Mix NO QUOTE NDDOTE NO QUOTE 40069] 112384 NOQUOTE NOQUOIE ACL 1-.0]nK 130nnleramic Floor The )Common. l3-InK13- 4 RICE MELT NO QUOTE NO QUOTE 1 1. 222730 1.2 134917 NO QUOTE NO QUOTE NO QUOTE NO QUOTE 144i 2 TC WHITEWOOD BOARD QUIKKETE 50-LB CONCRETE MIX 111�2.J% 1(!T[TTi �'&&jjQQ�+�\ QPR 50-l� 11 �Nf ��1�1� NO QUOTE NO QUOTE NO QUOTE NO QUOTE 34$501 85281 40869] —d 118181E NOQUOIE 0�80%1 2-CUFTAB.i.eMREDMULCH eige M REDMUD Ceramic Floor Tile Dn'. 13-inx 1D,Vn, ARoa1. 130] x130J+n) NO QUOTE NO QUOTE IEACH s3.99 91130] 1202922 0NOIJ11 NO QUOTE NO QUOTE WATERCOLOR FLORAL FABRIC CURTAIN 518-5-1/2-6 DE PT PICKET NO QUOTE NO QUOTE OilPACK 12]394] ]001 432401 BJ365 353050 NOQUOTE �NO QUOTE NSI Approved Ventlor 96038 R1/4-IN ZINC FLAT WASHER per perk 2W-B TOP CHOICE 12-PRIMESTU 2-0-12 TOP CHOICE ADWHITEOFIE E OOfeetperroll S.040 perk NoCUOTE NO QUOTE BPlIdmL Supplies Roll 503— 54.60 543.21 31.01% 529.01 112212 �1— 228823 d 84805C NOQUOTE 62262 NO QUOTE ]/16 CAT OSB SHEATHINGLR H M 1 CT 114 IN ZINC INUT 300 per Pack HM-1/4-IN%1-IN ZC FNDRWAS Z CEIL STB CRS TEE WHITE NO QUOTE Fasteners NO QUOTE NO QUOTE PACK 3.8E 36.J9% 2.4 1 NSI Approved 187367end0r o96043 NSI Approved 150 Vendor I45 NSI Approved ryH 16352 HOCROTEW NOQUOTE 99649 NOQUOTE BIN 5/16-INSLDBRDNYLONRP-600—perroll S.061perk HM-3/B-IN ZINC FIAT WASHER-IB0/pk Medium Cardboard Moving Boxwkh Handle HoleslARual 18Hnx 16-inx18-in) 2-0-92-5/8KDWWSELECr STUDN 5/8-6d DE PT PICKET BUAtlin¢Supplies Roll Fasteners PACK _ NO QU _ NO QUOTE NO QUOTE ".. 30.30% 541.00 $1400 35.86% $8.98 51290 .Z]% 992 NO QUOTE 7-pp—d6169] IHD381 20WHI D381212D ryH 2. 221 HO QUOTE W COCKA NO QUOTE INTERNATIONAL 12-241EONIA SAND POflCLN TILE HM—NO103/4IN STLFNDWSHR 100/PN mall rdbo rd Mo ing Box wkh Handle Hol IA ua116-Inx12- 2-inl 41L6 TOP SOIL 2-CU FT PREMIUM BROWN MULCH NO QUOTE rs NO QUOTE NO QUOTE PACK $1433 05]% 59.95 546] zz% 53.02 220003 320912 Tell 192122 I6]390 6J341 848054 NO QUOTE NO QUOTE NO QUOTE NO QUOTE NO QUOTE NO QUOTE HMI CT 3/S IN ZINC HEX NUT -LED per Pack NIAGAPA 32-CT PURIFIED WATER 2-CU Fi PINE BARKNUGGET500 OGATE HM 1{T 3/8-IN GALV FIAT WASHER -XI N 16 GALV HE%NUT Fasteners NO QUOTE NO QUOTE NO QUOTE NO QUOTE NO QUOTE NO QUOTE PACK + 292% 55.2E 14511 I100039 NOQUOTE APE%TOOL 1-2A PNM SPRUCE PNE FIR FS BHK3/32INCUPVNYLCOATCBL-250FeNperroll $0.189per NO QUOTE 1J96045] 11214 146349 1664919 IB]]98 GROUP, LLC 9J ]OQUOTE NO QUOTE NO QUOTE OQUOTE ".INC'001 foot OW4 AO WHITE TILE �Y II 2-CU Fr PREMIUM BLACK MULCH 2.6E-54 FT AUGUSFINE 500 PBS PROTECT SOURCE 2IN CHIP BRUSH omcz NOCMITE NO QUOTE NO QUOTE NO QUOTE Paint I %I 58653 $56.65 043 $031 I 1433460 NOQUOTE b4-11 TOP CHOICE KD WHITE FIR NO QUOTE 189198 163554E NOQUOTE �NO QUOTE SOS WIRING DEVICES 5/e-5-1/Z-6 DE PT PICKET NO QUOTE NO QU� 2]194 INCGRNATIONAL 353100 HM 1{T S/]6-I NZINCFIATWASHER- per paA Fasteners PACK $11 ]] 3 % $J 666529 GE UGHl1NG F32T8/SP%4]/ECO2 IuOresceM Unear LamO.Te,C0oIp100K LigM1One EACH $65 fI 35.23J $4 I]2866 GE LIGHTNG F28T6/%L/SP%41/Ei( Fluorescent Linear Lamp.T8,Coo1,4100K URM1tinR EACH 565E/I 3 X 54 1162235 DURACELL PC35DDBKD Standard Battery,M,AIkallne,PK24 Batteries PACK S1615 38859� 59 168851 GE LIGHDNG F32MSPX351ECO2 Fluorescent Unear Lamp.T8,Neikm1,3500K URDtmR EACH 5654 35.58 1 5a I3D18J NSRE., ed Ventlor 3018J Trash Bags,45 Ra1,200 miI.PK100 Cleaning SE 56152 % 539 1319669 AC DUR ELL PC2400BKD Standard BatterY,AAA,AIkaline,PK24 es Bared PACK y $1J 02 339 $10 1241" OFF 629350 RAI B-11ent,Aerosol,fi oz SafeN EACH 591i 3 55 664J4 GEUGHTING F34/C%41/WM/EGO Fluorescent Unear lame,T12,C0oIp100K Lighting EACH $654 35.239J� $4 168853 GE LIGHTNG F32T8/SP%SD/ECE2 Fluorescent Lamp,T8,Ve C001,5000K LIBM- EACH 565� 35.23% 54 30799 NORTHERN SAFETY &INDUSTRIAL 30799 Saint Glasses,Clear,UncOated Safety EACH $1. 7062% 5o HVAC/Refrige ` 43635 AAFF11,-, 172-112-800 Std Cap.Pleated Fllter,20x25x2,NE 12/0ase EACH $839 5193% $4 129]53 AMBER INC-ZEP RDD301 Toil—ICleaner,32oz,Bottle C17'" EACH �GH 5419 EARN`34.52 I4D463 AC/It-gi— PAF Flantlers DD Sttl CY,Pleated Filter,16x20rc2,MERV LED— EACH 569E 2.0J% 53 I38948 AC/0.efdgerati PAF Flantlers 1J21-00 S[tl Cap.Pleatetl Fll[er,16x25rc2,MERVB 12/Gaze 4 5]02 7.35% 53 I386 AC,Refdgemtt PAC Flantlers 00 Cap.Pl1,L,N Hl[er.20x20x2,MERVB ]2/Case 5]43 1.3J% 53 36J24 RSafery K11 9658L12 iz GlOves,LNatural,PR Safety EACH $083 6566 5o —...tvfles P2!M1B6r E,p� QUOTE SO I3594 NORTHERN SAFETY I & NDU�NOW— 91, EACH 5302 6503% 51 ova s�$ i it s b A A mzo 3 M. U 'lm' 9 ^' a 'E e r E 4 m= d c E v ` v a 3 - AEz. a E _ q Q- E._ c 00 r 2 g C = d 9 rEz a > _ T a 2 0 G G `T ' o LLG w c Q co a i q a w e 3 V N N w 9 m 3 3 p m z Z. z�z �a o W L LL� - aLU W -� p s Fw Wa,- ki - a �s¢ < S'a_ WG =c We w� =c =� m a� Ga A A A, A A -- q q- E€ o ;� o o A z A s =os N s ii�`pJ, a 8o��az>� pa_a 8 83� 8�oa 8��'a� ��°�,�., sz> zw u� x �a Q< zm �'"z> zm z.a zm zee ��_ = of p� Q a O N -w > of W o xmos r $�a�.. ..� m r r m r���� $ M ..� .. �� .. a 2 M U O 0 u c LO O LU Eg 3 w S oo a W d\0 3 4 s iszo d d k m o f 9 J S v E & ` I` `a p t C sS. = `u G r r m c 3 r m g 'o a r r `a E ,"• &' _ o m $ _ _ z a F f z m m d z z 5 & N oc)z S g S _ W z N z z ��. .�. a 8 .. z z x O o 0 ' <z coz' f:LU a - m af_3 S a aRF- S a ab - o oy �b o3 -s -� zzo i i - - ��� W Wx_s i - i - fix- Wx_s i - z z �x_� W Wx_s -` _E E z mo a Wb L.L i �o_ LL - - �m >o �� -,�° Ca' �'m" p w = W pww = W = W E E"m' a' N z> zw zmE �z » �� ¢ ¢az> _ zroz>"�Ef mz>"3 _ � ?3 �'�z> z z3�� z3F� z3�� z3F� z z3F:z>3F�z>z> _ _ z zz> Q mom of ova 0 R U O f $ W 7 U O 0 0�9 s�$ s In E oo c n m S 00 LU 42 w z u w ¢ $ ry c w - - Q m 3 zg 3 w m z 0 8 "d e - F ''' v = & - - c m 5 d C 5 5 S d Y 3 C m - y `3 cm x - 'a 5 'g S c 3 d$d$d$ a =< S _ g 5" v� 9 N i S f x $ d E a - _ b A Q$ Q$ Q$ S 3 3 3 3 3 3 3 ��. _ = sue. m Nam. .. o r > > > > > a 8 s E s E s 9 LL x x u u x O M p f o� 5w = o 8 8 8 8 v 8 8 8 8 8 M m �� ry ry ry ry e ry v ry m ry n a ry ry .. v m e ry e m m ry n n n n n m ry ry ry n a ry e e a a e m LU m f _ _ _ o _ _ _ a b _ a _ _ _ a _ a _ a _ _ _ a _ - LL w x mFd mfd w x W mFd rc w w mFdmf x z a w w z mFd=> mid p w 'm" a _ mFd=>=>=>_>_>_>_>_>= w w a mFd= mF� 'm" t w rz s 'm" a w z mFd N s 3 z 3. ? 3 = = 3 3 .. >" 3 3 r d= __> >" 3 ? 3 r Fdm�d=>= 3 3 r > 3 >" 3 > 3 F: F�=>= 3 3 >" 3 Q mom of oWa 0 3 47 n $ ry ry > of W ry ry 4 ry 4 m 8 4 ry .. ry m v v m ry 4 ry ry m ry ry ry W $ $ S S 4 Wo n n o n ry n d ry o n o n n n a n o o u u o 27) 7 U O 0 LO o00 8 S E _ 00 3\ m 6 �'y 3 3 9 x x O M p $ $ T $ $ M x o o v 8 8 m LU m _ L.L z '2 te � E t Vi a' t; c t; � t; �c to �a to = i Vi a' z> z> z >" 3 F 3 r 3 F 3 r - z> z> - - z> z >" 3 F 3 r 3 F? >" 3 r 3 F 3 r?> 3 F 3 r?> - - z> z> - z> 3 F?> - - z> z Q mom of 0Wa p j Y Y d S 8 V V & d W C 7 U O 0 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81 B0756DAO REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 INDICATE WHAT THE DISCOUNT IS OFF (MANUFACTURER'S LIST PRICE, MANUFACTURER OR OTHER NAME FIXED DISCOUNT OFF LIST PRICE WHOLESALE PRICE, CATALOG, ETC.) IN/A I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 Northern Safety Response NSI offer's standard Volume Discounts published on our Website for mutliple product lines. The 10% discount offered is off lowest price advertised with ** Items marked on CLEARENCE on Website are final prices- no additional discounts may be applied ** All Prices include standard shipping. Emergency shipments may require additional fees CATEGORY MANUFACTUR AME Percentage Discount off NSI List Price Abrasives All 10% off Lowest Advertised Price (Adhesives, Sealents and Tape All 10% off Lowest Advertised Price (Cleaning All 10% off Lowest Advertised Price IElectrical All 10% off Lowest Advertised Price IElectronics, Appliances and Batteries All 10% off Lowest Advertised Price (Fasteners All 10% off Lowest Advertised Price (Fleet and Vehicle Maintenance All 10% off Lowest Advertised Price IFurniture, Hospitality and Food Service All 10% off Lowest Advertised Price I Hand Tools All 10% off Lowest Advertised Price (Hardware All 10% off Lowest Advertised Price I HVAC and Refridgeration All 10% off Lowest Advertised Price I Lab Supplies All 10% off Lowest Advertised Price I Lighting All 10% off Lowest Advertised Price I Lubrication All 10% off Lowest Advertised Price I Material Handling All 10% off Lowest Advertised Price I Motors All 10% off Lowest Advertised Price (Office Supplies All 10% off Lowest Advertised Price (Outdoor Equipment All 10% off Lowest Advertised Price I Paint, Equipment and Supplies All 10% off Lowest Advertised Price (Plumbing All 10% off Lowest Advertised Price (Pneumatics All 10% off Lowest Advertised Price I Power Tools All 10% off Lowest Advertised Price I Power Transmission All 10% off Lowest Advertised Price (Pumps All 10% off Lowest Advertised Price I Safety All 10% off Lowest Advertised Price ISecurity All 10% off Lowest Advertised Price ITest Instruments All 10% off Lowest Advertised Price Melding All 10% off Lowest Advertised Price I HVAC Filters All 10% off Lowest Advertised Price I Emergency Preparedness/Response All 10% off Lowest Advertised Price I All other categories All 10% off Lowest Advertised Price ISourced Items I I I I I I I I I I I I I I I I I I I I I All 10% off I I I I I I I I I I I I I I I I I I I I I Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81BO756DA0 REGION 4 ESC MAINTENANCE, REPAIR AND OPERATIONS (MRO) SUPPLIES & RELATED SERVICES RFP #24-08 SERVICES Northern Safety Response *** All Prices include standard shipping. Emergency shipments may require additional fees ISERVICE DESCRIPTION RATE PER HOUR DISCOUNT Air Sampling (Send to lab for certification) $ 185.00 $10 Discount off test. Labor to be quoted if travel is needed. $10 off labor Breather Box Inspection/Repairs $ 115.00 5%off Parts, $10 off labor Emergency Eye Wash and Shower Inspections $ 115.00 5%off Parts, $10 off labor Emergency Exit Light Inspections $ 115.00 5%off Parts, $10 off labor Fall Protection Inspections $ 115.00 5%off Parts, $10 off labor I Fire Extinguisher Inspections/Refill 10% discount off quoted price Fire Hose Testing 10% discount off quoted price Fire Pump Testing 10% discount off quoted price Fit Testing $ 55.00 Per Test. $10 off labor. Would need to quote if travel is needed. I Fixed Instrument Repair/Calibration 10% discount off quoted price Foam Sampling 10% discount off quoted price Harness Laundering $ 75.00 $75 Per piece. $10 Discount. OMNIA price is $65 Level A Suit Pressure Testing $ 55.00 PIV Inspections 10% discount off quoted price Portable Instrument Calibration $ 115.00 Portable Ladder Inspections $ 115.00 Respirator Cleaning $ 25.00 $S Discount ISCBA Inspections Functional Testing (In -House) $ 115.00 10% discount offquoted price ISCBA Inspections Functional Testing (Mobile) 10% discount off quoted price Parts I 10% Discount off website pricing (SERVICE DESCRIPTION RATE PER Month IAED-Heartsine 350P $ 125.00 Pricing varies by make and model IAED-Zolls $ 125.00 Pricing varies by make and model I5-Min Escape Packs (ELSA) Rental - Quoted at the time of request - at least 10% off of list price on website I10-Min Escape Packs (ELSA Rental - Quoted at the time of request - at least 10% off of list price on website I Scott Airpak 2.2, w/30 min Cylinder & AV2000 or AV3000 Rental - Quoted at the time of request - at least 10% off of list price on website I Scott Airpak 4.5, w/60 min Cylinder & AV2000 or AV3000 Rental - Quoted at the time of request - at least 10% off of list price on website IScott 5 Min SKA-PAK w/AV2000 or AV3000 Rental - Quoted at the time of request - at least 10% off of list price on website IScott 10 Min SKA-PAK AT w/AV2000 or AV3000 Rental - Quoted at the time of request - at least 10%off of list price on website I Scott AV2000 or AV3000 Facepiece Rental -Quoted at the time of request - at least 10% offof list price on website I Scott Weldovista Rental -Quoted at the time of request -at least 10% off of list price on website I Scott Bayonet Adapter Rental -Quoted at the time of request -at least 10% off of list price on website I3M Full Face - 6000 Series Rental -Quoted at the time of request -at least 10% off of list price on website I3M Half Face - 6000 Series Rental - Quoted at the time of request - at least 10% off of list price on website I3M SA2000 LP Rental - Quoted at the time of request - at least 10% off of list price on website I3M SA LP Hose Rental - Quoted at the time of request - at least 10% off of list price on website I8-outlet Manifold Stand w/Regulator & Alarm Rental - Quoted at the time of request - at least 10% off of list price on website I Breathing Air Regulator w/Alarm (w/o stand) Rental - Quoted at the time of request - at least 10% off of list price on website Splitter 5-wav, Hex Rental - Quoted at the time of request - at least 10% off of list price on website Scott Hose, 50-ft Low Pressure Rental - Quoted at the time of request - at least 10% off of list price on website I Scott Hose, 300-ft Low Pressure Rental - Quoted at the time of request - at least 10% off of list price on website I Hose, 300-ft Low Pressure Rental - Quoted at the time of request - at least 10% off of list price on website I Hose, 300-ft High Pressure Rental - Quoted at the time of request - at least 10% off of list price on website I Breather Box 50-CFM Rental - Quoted at the time of request - at least 10% off of list price on website I Breather Box 100-CFM Rental - Quoted at the time of request - at least 10% off of list price on website I RamFan Ventilation Kit Rental - Quoted at the time of request - at least 10% off of list price on website I Air Cart, dual cylinders *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website 12216 psi - Spare Cylinder *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website I4500 psi - Spare Cylinder *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website I Single Cylinder ODD Cu Ft) *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website 16 Cylinder Cascade *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website 112 Cylinder Cascade *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website I ASI Air Cart, dual cylinders Rental - Quoted at the time of request - at least 10% off of list price on website 12216 psi - Spare Cylinder Rental - Quoted at the time of request - at least 10% off of list price on website I4500 psi - Spare Cylinder Rental - Quoted at the time of request - at least 10% off of list price on website I Single Unit Cylinder 300 C.F. Rental - Quoted at the time of request - at least 10% off of list price on website 16 Cylinder Cascade Rental - Quoted at the time of request - at least 10% off of list price on website 112 Cylinder Cascade Rental - Quoted at the time of request - at least 10% off of list price on website I DBI / Protecta Tripod, SO'SRL, Winch Rental - Quoted at the time of request - at least 10% off of list price on website I DBI / Protecta Tripod Rental - Quoted at the time of request - at least 10% off of list price on website I33-ft SRL Rental - Quoted at the time of request - at least 10% off of list price on website I50-ft SRL Rental - Quoted at the time of request - at least 10% off of list price on website I85-ft SRL Rental - Quoted at the time of request - at least 10% off of list price on website I3-N-1 Rental - Quoted at the time of request - at least 10% off of list price on website I Winch Rental - Quoted at the time of request - at least 10% off of list price on website I Personal SRL -Nano Lok Twin Leg 8 in w/Steel Rebar Hooks Rental - Quoted at the time of request - at least 10% off of list price on website I Harness- Dbi Sala ExoFit Vest Style Harries Rental - Quoted at the time of request - at least 10% off of list price on website I Anchorage Verifcation Device (AVD) Rental - Quoted at the time of request - at least 10% off of list price on website I Industrial Scientific Tango (H2S/CO) Rental - Quoted at the time of request - at least 10% off of list price on website I Industrial Scientific MX6 Rental - Quoted at the time of request - at least 10% off of list price on website Industrial Scientific MX6 PID Rental - Quoted at the time of request - at least 10% off of list price on website Industrial Scientific MX4 Rental - Quoted at the time of request - at least 10% off of list price on website ISC Stainless Steel Probe Rental - Quoted at the time of request - at least 10% off of list price on website Docking Station DSX- Cloud Connected Rental - Quoted at the time of request - at least 10% off of list price on website Docking Station DSX - Stand Alone Rental - Quoted at the time of request - at least 10% off of list price on website Demand Flor Regulator Rental - Quoted at the time of request - at least 10% off of list price on website Extra Battery Rental - Quoted at the time of request - at least 10% off of list price on website Extra 6-Bank Charger Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair iO4 Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair io Dock Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair io Charger 5-Bank Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair io Dock Cylinder Holder (Spare) Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair 4X/4XR Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair 5X - 4 Gas Rental - Quoted at the time of request - at least 10% off of list price on website Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81BO756DA0 I MSA Altair 5X - 5 Gas I MSA Altair 5X - PID IGX2 Docking Station w/1 Cylinder holder Extra Charger - Single Extra Charger-4-Bank Extra Cylinder Holder Extra Probe Extra Battery RKI GX-3R RKI Docking Station Rae Systems MiniRae 3000 Rae Systems Ultra Rae 3000 Rae Systems MiniRae 2000 Extra Charging Cradel D16 NH3 Sensor Noise Dosimeters Single Unit Noise Dosimeters 5-pack Svantek Sound Level Meter, Type 1, W/1/1 Octave Band GilAir Plus Personal Air Sampling Pump -Single Unit GilAir Plus Personal Air Sampling Pump - 5/Pk Gilian Gilibrator-2-Standard Air Flow Calibrator Portable Eyewash Station Portable Safety Shower / eyewash TSI Portacount Fit Test Machine 8038 ITSI Portacount Fit Test Machine 8030 Fit Test Adapter Honeywell PosiCheck 3 IAED IKubota I I I I Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 REGION 4 ESC MAINTENANCE, REPAIR AND OPERATIONS (MRO) SUPPLIES & RELATED SERVICES RFP #24-08 Additional Items to include in a National Market Basket Northern Safety Response *** All Prices include standard shipping. Emergency shipments may require additional fees NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description NSI N-Specs® VexorTm FX Gray Anti -Scratch Lens 156769 NSI - Northern Safety 5906 GRAY LENS Safety Glasses NSI FlexShield® Nitrile 5 mil Powder -Free 9.5" 8589 NSI - Northern Safety 8589 Disposable Nitrile Gloves, 100/Box NSI N-Specs® Tridon® Indoor Outdoor Lens 24545 NSI - Northern Safety 24545 Safety Glasses NSI ActivGARD® Low Lint Polyethylene 16945 NSI - Northern Safety SC-36WCPE Disposable Shoe Covers, 50 Pair 19841 NSI - Northern Safety 19841 NSI Ergonomic Knee Pads 23928 NSI - Northern Safety 23928 KNEE PAD NSI Quick Release Knee Pads 27249 NSI - Northern Safety EP103 NSI Ultra Light Dielectric NRR 20 Ear Muffs 24544 NSI - Northern Safety 110-24544 NSI N-Specs® Tridon® Gray Lens Safety Glasses NSI N-Specs® Voyage'"' Clear Anti -Fog Lens 24553 NSI - Northern Safety 104-24553 Direct Vent Dust Protection Safety Goggles NSI FlexShield® Vinyl Premium 5 mil Powder- 22078 NSI - Northern Safety 22078 Free 9.5" Vinyl Disposable Gloves, 100/Box NSI N-Specs® Economical Safety Glasses Neck 22232 NSI - Northern Safety C101 BLUE Cord Retainer NSI N-Specs® Riptide® Gray Anti -Fog Lens Safety 13285 NSI - Northern Safety 1104-042/AF Glasses NSI 4 Mil Powder -Free 9.5" Disposable Industrial 155245 NSI - Northern Safety 155245 L 4.4 GRAN Grade Nitrile Gloves, 100/Box NSI N-Specs® Tridon® Sport Gray Anti -Fog Lens 13303 NSI - Northern Safety 13303 GRAY ANTI -I Safety Glasses 22187 NSI - Northern Safety UV-2008 CLEAR NSI N-Specs® Avenger® Clear Lens Safety Glasses NSI N-Specs® Tridon® Sport Gray Lens Safety 30803 NSI - Northern Safety 30803 Glasses NSI ActivGARD® Disposable Polypropylene Lab 19898 NSI - Northern Safety 19898 Coat NSI Foamflex® Nitrile Palm Coated Nylon Work 22066 NSI - Northern Safety 22066 Gloves NSI Foamflex® Plus Nitrile Palm Coated Nylon 24238 NSI - Northern Safety 24238 String Knit Work Gloves NSI Standard Straight Thumb Goatskin Leather 1637 NSI - Northern Safety 1637 L STANDARD i Driver's Gloves Unit of Contract CATEGORY Measure List Price % Discount Price Safety EA $2.69 64.94% $0.94 Safety BX $10.99 61.78% $4.20 Safety EA $2.89 60.21% $1.15 Safety BG $14.99 63.84% $5.42 Safety PR $17.00 64.28% $6.071 Safety PR $23.39 62.98% $8.661 Safety EA $6.99 62.48% $2.621 Safety EA $2.79 62.27% $1.05 Safety EA $8.49 62.20% $3.21 Safety BX $4.89 61.25% $1.89 Safety EA $0.94 61.18% $0.36 Safety EA $4.09 60.14% $1.63 Safety BX $10.88 57.94% $4.58 Safety EA $3.89 57.45% $1.66 Safety EA $3.95 57.38% $1.68 Safety EA $3.19 57.19% $1.37 Safety EA $2.08 57.14% $0.89 Safety PR $2.99 56.69% $1.30 Safety EA $4.04 56.13% $1.77 Safety PR $4.99 55.51% $2.22 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI Ultrabrite'" Workwear Class 2 Breathable 29150 NSI - Northern Safety 29150 Mesh Reflective Hi-Vis Traffic Safety Vest Safety EA $14.49 54.75% $6.56 NSI FlexShield® HD Nitrile 8 mil Powder -Free 226628 NSI - Northern Safety 226628 9.5" Heavy -Duty Disposable Gloves, 50/Box Safety BX $9.99 53.90% $4.61 NSI Industrial Grade 4 mil Powdered Nitrile 24172 NSI - Northern Safety 24172 Disposable Gloves, 100/Box Safety BX $10.33 53.25% $4.83 NSI KutShieldz® 2G Polyurethane Palm Coated 215249 NSI - Northern Safety 215249 HPPE Level A2 Cut Resistant Gloves Safety PR $6.99 52.97% $3.29 162618 NSI - Northern Safety EP-8531 BLUE NSI 1 1/2" Nylon Shackle Safety Padlock Safety EA $11.99 52.49% $5.701 NSI PolyFlex'" Polyurethane Coated White Nylon 26200 NSI - Northern Safety CC9009 WHITE LAIR Gloves Safety PR $2.19 52.46% $1.04 NSI N-Specs® Slip -On Acetate Eyeglasses Safety 2359 NSI - Northern Safety 2359 Side Shields, Pair Safety PR $0.79 52.24% $0.38 19798 NSI - Northern Safety 19798 NSI Premium Grain Leather Driver's Gloves Safety PR $10.59 51.73% $5.111 NSI Flat Fold N95 Disposable Respirator Masks, 23642 NSI - Northern Safety 23642 20/Box Safety EA $18.91 51.66% $9.14 NSI ActivGARD® SMS Hood, Boots, & Elastic Wrists White General Purpose Disposable 19848 NSI - Northern Safety 19848 Coveralls Safety EA $5.69 51.64% $2.75 NSI Insulated Grain Leather Cold Weather 1668 NSI - Northern Safety 1668 Driver's Gloves Safety EA $10.69 51.48% $5.19 River City Classic Plus 49" PVC Polyester 3073 MCR SAFETY INC 240CL Raincoat Safety EA $18.52 51.37% $9.01 20095 NSI - Northern Safety SH605A NSI 7000 Dust Masks, 50/Box Safety BX $8.95 51.36% $4.351 NSI 7" x 7" Ear Protection Required Graphic 30494 NSI - Northern Safety 30494 P77 Safety Sign Safety EA $5.81 51.33% $2.83 NSI 7" x 7" Emergency Eye Wash Graphic Safety 30496 NSI - Northern Safety 30496 P77 Sign Safety EA $5.81 51.33% $2.83 30497 NSI - Northern Safety 30497 P77 NSI 7" x 7" Fire Extinguisher Graphic Safety Sign Safety EA $5.81 51.33% $2.83 30499 NSI - Northern Safety 30499 P77 NSI 7" x 7" Flammable Graphic Safety Sign Safety EA $5.81 51.33% $2.83 1 2 Mil Yellow Economy Barrier Tape, 3" x 500' - 8783 NSI - Approved Vendor BT-AL-8 3X500' YE Caution Do Not Enter Safety RL $5.49 51.31% $2.67 296955 NSI - Northern Safety D-51W-K3 L NSI Grain Cowhide Driver with Split Leather Back Safety PR $5.99 51.18% $2.92 NSI N-Specs® Tridon® Sport Clear Anti -Fog Lens 13287 NSI - Northern Safety 13287 CLR ANTI-FC Safety Glasses Safety EA $2.99 50.87% $1.47 21863 NSI - Northern Safety 137-21863 2XL NSI Premium 3-Piece Rain Suit Safety EA $23.39 50.48% $11.581 NSI N-Specs® Xcelerator® LT Red Mirrored Anti- 312038 NSI - Northern Safety AA197 RDMR Scratch Lens Safety Glasses Safety EA $4.89 50.11% $2.44 NSI N-Specs® Xcelerator® Gray Lens Safety 32311 NSI - Northern Safety 32311 Glasses Safety EA $3.49 49.69% $1.76 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 23398 NSI - Northern Safety 23398 KNEE PAD NSI Non -Marring Knee Pads Safety PR $19.99 49.56% $10.081 16293 NSI - Northern Safety 60 GRAM MESH OF NSI Economy Hi-Vis Orange Safety Vest Safety EA $4.19 49.03% $2.141 NSI PolyFlex'" Thermo PPU Coated Black 161780 NSI - Northern Safety PP013 L Polyester Cold Temperature Work Gloves Safety PR $8.87 48.84% $4.54 NSI N-Specs® Vexor'" FX Clear Anti -Fog Anti- 184597 NSI - Northern Safety 5906 CLEAR ANTI Fi Scratch Lens Safety Glasses Safety EA $2.89 48.59% $1.49 NSI N-Specs® Xcelerator® Indoor Outdoor Lens 32315 NSI - Northern Safety L419 IND/OUTDOO Safety Glasses Safety EA $3.59 48.52% $1.85 NSI Ruf-flex® Lite Black Rubber Palm Coated 27504 NSI - Northern Safety 121-27504 L Nylon String Knit Gloves Safety PR $2.59 48.41% $1.34 NSI PolyFlex'" Polyurethane Palm Coated Gray 31935 NSI - Northern Safety CG9009 GRAY LARC Nylon Gloves Safety PR $1.69 48.09% $0.88 NSI Ruf-flex® Thermo Black Rubber Palm Coated 15385 NSI - Northern Safety 15385 Hi-Vis Orange Cold Temperature Work Gloves Safety EA $5.99 47.69% $3.13 NSI N-Specs® Xcelerator® Amber Lens Safety 32314 NSI - Northern Safety L419 AMBER Glasses Safety EA $3.49 47.46% $1.83 14993 NSI - Northern Safety EM-5002A NSI Hi-Vis NRR 27 Ear Muffs Safety EA $14.99 47.32% $7.901 NSI Extra Heavy -Duty 12 oz. Cotton Canvas Work 1679 NSI - Northern Safety 126-1679 Gloves Safety PR $2.29 47.29% $1.21 162611 NSI - Northern Safety EP-8551 BLUE NSI 3" Steel Shackle Safety Padlock Safety EA $12.99 47.01% $6.881 NSI Standard Size Standard Grade General 3890 NSI - Northern Safety 3890 Purpose Welding Gloves Safety EA $7.95 46.75% $4.24 3390 NSI - Northern Safety 123-3390 NSI Premium Russet Cowhide Welding Gloves Safety PR $8.49 46.67% $4.53 NSI FlexShield® Nite 4 mil Powder -Free 9.5" 32520 NSI - Northern Safety 122-32520 LARGE Black Nitrile Exam Gloves, 100 & 95/Box Safety BX $10.49 46.59% $5.60 NSI ActivGARD® GP Hood, Boots, & Elastic Wrists 19893 NSI - Northern Safety 134-19893 L Polypropylene Disposable Coveralls Safety EA $5.30 45.14% $2.91 NSI Side Split Leather Palm Safety Cuff Work 3120 NSI - Northern Safety 3120 Gloves Safety EA $4.49 45.11% $2.46 Water -Jell' 0.9 gm First Aid Burn Cream & Aloe 4648 NSI - Approved Vendor WJFA-1728 Vera, 144/Box Safety BX $29.31 45.02% $16.11 PIP Extra Heavy Weight Seamless Knit Cotton 151143 PROTECTIVE INDUSTRIAL PRO[ 35-0510/L Polyester Gloves Safety PR $1.71 44.72% $0.95 NSI 7210 N95 Disposable Respirator Masks, 20093 NSI - Northern Safety SH9550 20/Box Safety BX $17.49 44.44% $9.72 NSI Knitwrist Premium Duty 8 oz. Cotton Canvas 1678 NSI - Northern Safety 126-1678 Work Gloves Safety PR $1.69 44.07% $0.95 NSI 15 mil Unlined 13" Z-Grip Nitrile Chemical 19875 NSI - Northern Safety 120-19875 L Resistant Gloves Safety PR $2.30 44.02% $1.29 NSI N-Specs® Rival® Indoor Outdoor Lens Safety 24217 NSI - Northern Safety 24217 BK Glasses Safety EA $4.59 43.97% $2.57 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description K4517QStandard Weight Cotton/Poly String Knit 38484 LIBERTY GLOVE & SAFETY CO K4517Q-L Glove, 1 dz./per Bag 14609 NSI - Approved Vendor VST-2 BLUE Surveyor's Vinyl Flagging Tape 31171 NSI - Northern Safety 2136R BLUE/CLR LE NSI N-Specs® Scion'" LT Clear Lens Safety Glasses NSI WeatherGARD® Full Face Fleece Lined 26126 NSI - Northern Safety 26126 Neoprene Winter Face Mask 2 Mil Red Economy Barrier Tape, 3" x 500' - 8784 NSI - Approved Vendor BT-AL-49 3X500' RI Danger 2 Mil Yellow Economy Barrier Tape, 3" x 500' - 8781 NSI - Approved Vendor BT-AL-S 3X500' YEI Caution NSI Standard Size 9 oz. Brown Jersey Plastic Dot 2569 NSI - Northern Safety 126-2569 Palm Coated Work Gloves NSI Ruf-flex® Lite Blue Rubber Palm Coated 22398 NSI - Northern Safety 22398 L NY on String Knit Gloves NSI Unitized First Aid Kit Refill Unit, Sting Relief 31964 NSI - Northern Safety 54016 Wipes, 10/Box 163569 NSI - Northern Safety 163569 L NSI Premium Goatskin Driver's Gloves, Pair 32061 PROTECTIVE INDUSTRIAL PRO[ 200-010 PIP 28" x 38" No Pocket Denim Apron NSI ActivGARD® GP Collar, Open Wrists & Ankles 19892 NSI - Northern Safety 134-19892 XL Polypropylene Standard Disposable Coveralls NSI Power Shell® II 4-Point Pinlock Suspension 93004 NSI - Northern Safety 93004 BE Full Brim Hard Hat NSI Select Shoulder Full Leather Safety Cuff Work 3500 NSI - Northern Safety 123-3500 Gloves 32345 NSI - Northern Safety L111 CLEAR NSI N-Specs® Enforcer® Clear Lens Safety Glasses NSI Insulated Leather Palm Cold Resistant Work 7445 NSI - Northern Safety 123-7445 Gloves NSI Performer® Rubber Coated String Knit Work 22067 NSI - Northern Safety 126-22067 L Gloves Traffic Safety Barrel with 4" Engineer Grade 28806 CORTINA SAFETY PRODUCTS 03-780-4EGG Stripes Neese RainWear DuraChem PVC 3-Piece 23000 RADIANS/TECHNA 10096-55-1 LARGE Chemical & Flame -Resistant FIR Rain Suit Insta-Kool® 5" x 7" Junior Size HazMat Free 24487 NORTECH LABORATORIES, INC. TKINST5748 Instant First Aid Cold Pack NSI N-Specs® Xcelerator® Clear Lens Safety 32310 NSI - Northern Safety L419 CLEAR Glasses 32346 NSI - Northern Safety L111 GRAY NSI N-Specs® Enforcer® Gray Lens Safety Glasses Unit of Contract CATEGORY Measure List Price % Discount Price Safety PR $0.57 43.48% $0.32 Safety RL $2.63 42.86% $1.501 Safety EA $3.04 42.75% $1.74 Safety EA $15.99 42.75% $9.15 Safety RL $5.49 42.52% $3.16 Safety RL $5.49 42.16% $3.18 Safety PR $2.28 42.03% $1.32 Safety PR $2.59 41.67% $1.51 Safety BX $2.66 41.58% $1.55 Safety PR $8.49 41.48% $4.97 Safety EA $6.12 41.34% $3.59 1 Safety EA $4.95 41.23% $2.91 Safety EA $15.89 41.01% $9.37 Safety PR $4.49 40.81% $2.66 Safety EA $3.19 40.00% $1.91 Safety PR $5.69 39.97% $3.42 Safety PR $1.69 39.86% $1.02 Safety EA $61.16 39.69% $36.89 Safety EA $48.41 39.51% $29.28 Safety EA $0.98 39.42% $0.59 Safety EA $3.19 39.15% $1.94 Safety EA $3.39 39.07% $2.07 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI ActivGARD® LX Collar, Elastic Wrists & Ankles Polyethylene Coated Polypropylene Standard 285663 NSI - Northern Safety 285663 L Disposable Coveralls Safety EA $5.31 38.97% $3.24 Honeywell North® Tectonic'" Silver Mirrored 31344 HONEYWELL SAFETY PRODUCT XV203 Lens Safety Glasses Safety EA $5.50 38.80% $3.37 Sqwincher® Powder Pack" 5 gal. Instant Drink 14473 SQWINCHER CORP. 016402-CC Mix Safety EA $8.49 38.65% $5.21 NSI ActivGARD® LX Collar, Open Wrists & Ankles Polyethylene Coated Polypropylene Standard 285662 NSI - Northern Safety 285662 L Disposable Coveralls Safety EA $5.29 38.61% $3.25 NSI Premium Shoulder Leather Palm Safety Cuff 8841 NSI - Northern Safety 8841 L Work Gloves Safety PR $3.49 38.58% $2.14 808 DUPONT COMPANY TY273BWH0001001 DuPont" Tyvek® 28" x 36" Disposable Apron Safety EA $1.75 38.50% $1.08 NSI 3" Shackle Keyed Differently Solid Body 311902 NSI - Northern Safety 311902 BE Aluminum Padlock Safety EA $11.49 38.49% $7.07 NSI MonsterZorb® Contractor Grade 15" x 18" Medium Weight Oil Sorbent Pads 100/13ale & 20 223954 NSI - Northern Safety WP--M gal. Capacity/Bale Safety BL $47.64 37.57% $29.74 NSI Foamflex® 4695 Nitrile Dot Palm Coated 4695 NSI - Northern Safety 9990D L Work Gloves Safety PR $3.79 37.54% $2.37 PIP 16 mil Flock Lined 12" Honeycomb Grip Latex 151156 PROTECTIVE INDUSTRIAL PRO[ 48-L162Y/L Gloves Safety PR $1.48 37.50% $0.93 NSI Select Shoulder Leather Palm Safety Cuff 1342 NSI - Northern Safety 123-1342 Work Gloves Safety PR $3.89 37.43% $2.43 3 Mil Yellow Barrier Tape, 3" x 1,000' - Caution 8718 NSI - Approved Vendor BT08EC Do Not Enter Safety RL $22.58 37.42% $14.13 NSI Select Grade Double Leather Palm Safety 3140 NSI - Northern Safety 123-3140 Cuff Work Gloves Safety PR $4.99 37.31% $3.13 NSI Ruf-flex® 2 Blue Rubber Palm Coated Work 23268 NSI - Northern Safety 2310 2XL SHOWA 5 Gloves Safety PR $2.79 37.23% $1.75 NSI MonsterZorb® Contractor Grade 15" x 18" Lightweight Universal Sorbent Pads 100/13ale & 223964 NSI - Northern Safety GP-S-100 17.5 gal. Capacity/Bale Safety BL $37.41 36.90% $23.61 OccuNomix® Full Face Hard Hat Winter Head 22542 OCCUNOMIX INTERNATIONAL LK810 Warmer Safety EA $8.62 36.81% $5.45 Vinyl -Coated Steel Safety Lockout Hasp - Red, 1" 21901 NSI - Approved Vendor 93110 Diameter Safety EA $8.20 36.78% $5.18 NSI Activflex® Economical Elastic Lifting Back 23925 NSI - Northern Safety 23925 LARGE Support Safety EA $16.99 36.72% $10.75 NSI Premium Shoulder Leather Palm Gauntlet 8843 NSI - Northern Safety 123-8843 L Cuff Work Gloves Safety PR $4.09 36.61% $2.59 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Honeywell North® Tectonic'" Amber Lens Safety 31343 HONEYWELL SAFETY PRODUCT XV202 Glasses Safety EA $4.66 36.56% $2.96 NSI 28 mil 13" Neoprene Over Natural Latex 19880 NSI - Northern Safety 120-19880 L Chemical Resistant Gloves Safety PR $2.08 36.51% $1.32 3M'" E-A-R'" UltraFit'" Corded NRR 25 Reusable 4004 kM CORP 7000002320 Ear Plugs in Polybag Safety PR $2.15 36.36% $1.37 NSI Economical Electrical Lockout Tagout Safety 3040 NSI - Northern Safety 3040 Kit Safety EA $104.24 36.32% $66.38 kCCUNOMIX OccuNomix® Wrist Assist Adjustable Wrist 1500 INTERNATIONAL 310 Support Wrap Safety EA $3.08 35.99% $1.97 NSI Performer® Flex Rubber Latex Palm Coated 30747 NSI - Northern Safety 121-30747 LARGE Polyester Gloves Safety PR $2.29 35.94% $1.47 NSI Heavy -Duty Knitwrist Leather Palm Work 3220 NSI - Northern Safety 123-3220 Gloves Safety PR $3.39 35.84% $2.18 NSI Power Shell" II 4-Point Pinlock Suspension 93000 NSI - Northern Safety 93000 BE Cap Hard Hat Safety EA $9.99 35.71% $6.42 NSI Power Shell" II 4-Point Ratchet Suspension 93005 NSI - Northern Safety 93005 BE Full Brim Hard Hat Safety EA $20.99 34.99% $13.65 22867 ENERGIZER LLC/RAYOVAC W8-A Rayovac® Industrial Traffic Wand Safety EA $3.29 34.45% $2.161 Master Lock® Safety Lockout Padlock with 4441 MASTER LOCK COMPANY 410BLU Standard Body Safety EA $12.98 34.36% $8.52 Hi -Visibility Warning Barrier Fencing, 4' x 100' 7781 MUTUAL INDUSTRIES INC 14993-48 Roll Safety EA $38.27 34.33% $25.13 14991 NSI - Northern Safety 14991 NSI Ultra NRR 29 Ear Muffs Safety EA $21.99 34.02% $14.51 1 2 Mil Red Economy Barrier Tape, 3" x 1000' - 11966 NSI - Approved Vendor BT49AL Danger Safety RL $15.43 33.77% $10.22 NSI Soft Fit® EX Uncorded NRR 33 Disposable Ear 14987 NSI - Northern Safety 14987 Plugs, 200 Pair Safety BX $31.34 33.70% $20.78 Master Lock" Non-Resettable Combination 18723 MASTER LOCK COMPANY 1500 Padlock -3/4" Shackle Clearance Safety EA $8.40 33.33% $5.60 Jackson® Safety Nemesis'" Blue Mirrored Lens 26497 KIMBERLY-CLARK CORPORATIC 14481 Safety Glasses Safety EA $6.07 33.28% $4.05 7975 NSI - Northern Safety 7975 NSI 3" x 5 Yards Co-Lastic Safety EA $5.25 33.24% $3.501 NSI Ultrabrite'" Workwear Class 3 Reflective 3- 29774 NSI - Northern Safety 136-29774 LARGE Piece Hi-Vis Rain Suit Safety EA $71.99 33.22% $48.08 kCCUNOMIX OccuNomix® Occumitts'" Therapeutic Support 1374 INTERNATIONAL 450 XLARGE Gloves Safety PR $8.98 33.14% $6.00 TrueGrip Traction Tape® Anti -Slip Grit Floor 24104 INCOM MFG/ TOP TAPE & LAB SG7001CB Surface Tape, 1" x 60' Safety EA $10.68 32.73% $7.18 TrafFix Grabber'" 28" Traffic Delineator Cone & 7274 �VIZCON 28164-CRU-10 10 lb. Base Safety EA $36.47 32.69% $24.55 NSI N-Specs® Clear Anti -Fog Lens Splash 21543 NSI - Northern Safety 3142FF Protection Safety Goggles Safety EA $6.99 32.69% $4.70 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description Honeywell Howard Leight Laser Lite" Corded 4560 HONEYWELL SAFETY PRODUCT LL-30 NRR 32 Disposable Ear Plugs, 100 Pair NSI N-Specs® Clear Anti -Fog Lens Dust 21542 NSI - Northern Safety 3141FF Protection Safety Goggles Master Lock® V-Line Brass Lock-3/4" Lock 23666 MASTER LOCK COMPANY 4120KA KEY#123 Width, 7/16" Shackle Clearance Extra Large Size 8" Lightweight Cotton Lisle 2876 PROTECTIVE INDUSTRIAL PRO[ 97-500J Inspector Gloves 10897 NSI - Northern Safety 123-10897 L NSI Grain Pigskin Leather Driver's Gloves 23330 NSI - Northern Safety 223-U/NTHN NSI 25 Person First Aid Kit NSI Green Cuff Bleached Cotton Poly Blend Knit 162598 NSI - Northern Safety 162598 Gloves 6615 NSI - Northern Safety 54018 NSI 10 Person Economy First Aid Kit 30145 NSI - Northern Safety 54024 NSI 25 Person ANSI Compliant First Aid Kit 31559 IMPACTO PROTECTIVE PRODU, EL5002L Impacto® Economical Tennis Elbow Support CoreTexl' IvyX Pre -Contact 4 oz. Bottle Poison 29795 CORETEX PROD,INC/FIRST GRC 83666 Ivy, Oak, & Sumac Lotion NSI 3/4" x 3" Woven Adhesive First Aid 31952 NSI - Northern Safety 54003 Bandages, 50/Box NSI 1" x 3" Plastic Adhesive First Aid Bandages, 31954 NSI - Northern Safety 54005 50/Box TrueGrip Traction Tape" 3/4" x 24" Anti -Slip 3744 INCOM MFG/TOP TAPE & LAB SG7125CBS Stair Tread Water -Jell' 2 oz. Hydrogen Peroxide First Aid 24478 NSI - Approved Vendor HP2-24 Spray Zing'" 1" Steel Lockout Hasp With Recycled 31181 ZING ENTERPRISES LLC 7106 Material 4699 NSI - Northern Safety 4699 NSI Hydraulix Goatskin Sport Utility Gloves 3M'" Organic Vapors/P100 Respirator 6623 3M CORP 7000029639 Cartridges, 2/Pack NSI 1" x 3" Plastic Adhesive First Aid Bandages, 31953 NSI - Northern Safety 54004 100/Box 155956 HART HEALTH & SAFETY 7744 Hart Health" Plastic Non -Sterile Eye Cups 6/Pack Master Lock® Black & White, 1-Sided Lockout 3669 BRADY WORLDWIDE, INC. LID-2 Identifiers (14/Pkg) 22059 MASTER LOCK COMPANY 488 Master Lock® Electrical Plug Lockout - Large 7271 JBC SAFETY PLASTICS N-TOP+3M/8-12 42" Traffic Delineator Post & Base TrueGrip Traction Tape® Anti -Slip Grit Floor 3747 INCOM MFG/ TOP TAPE & LAB SG7004CB Surface Tape, 4" x 60' DeWALTI SecureFit'" General Utility Work 32032 RADIANS/TECHNA DPG217L Gloves Unit of Contract CATEGORY Measure List Price % Discount Price Safety BX $40.21 32.60% $27.101 Safety EA $5.59 32.30% $3.78 Safety EA $3.38 32.23% $2.29 Safety DZ $13.26 31.82% $9.04 Safety PR $8.49 31.81% $5.791 Safety EA $15.52 31.74% $10.591 Safety EA $5.99 31.66% $4.09 Safety EA $14.14 31.62% $9.671 Safety EA $29.90 31.42% $20.511 Safety EA $27.31 31.32% $18.76 Safety EA $2.79 31.17% $1.92 Safety BX $3.43 31.14% $2.36 Safety BX $2.94 31.14% $2.02 Safety EA $0.51 31.03% $0.35 Safety EA $3.44 30.99% $2.38 Safety EA $9.04 30.99% $6.24 Safety EA $13.49 30.94% $9.321 Safety PK $39.69 30.61% $27.54 Safety BX $4.65 30.02% $3.25 Safety PK $2.53 30.00% $1.77 Safety PK $2.69 29.96% $1.88 Safety EA $18.28 29.68% $12.85 Safety EA $34.24 29.66% $24.091 Safety RL $41.23 29.60% $29.03 Safety PR $19.89 29.57% $14.01 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price TrueGrip Traction Tape® Anti -Slip Grit Floor 3746 INCOM MFG/TOP TAPE & LAB SG7002CB Surface Tape, 2" x 60' Safety RL $20.61 29.53% $14.52 28023 IOCCUNOMIX INTERNATIONAL LUX-KCR YELLOW OccuNomix® Hi-Vis Knitted Watch Cap Hat Safety EA $9.21 29.48% $6.501 27997 �JOHN TILLMAN COMPANY 10106 Tillman'" Size Large Cowhide Welding Gloves Safety PR $18.77 29.47% $13.24 8073 IVIZCON 26036-EM-NF MW TrafFix Zephyr® Men Working Roll -up Sign Safety EA $55.88 29.45% $39.431 kZCON TrafFix Zephyr® Road Construction Ahead Roll- 8077 26036-EM-NF RCOI up Sign Safety EA $55.88 29.45% $39.43 8075 VIZCON 26036-EM-NF-FAW TrafFix Zephyr® Flagger Ahead Roll -up Sign Safety EA $55.88 29.45% $39.43 MCR Safety Driver Glove, Brown Split Cow 85250 MCR SAFETY INC 3130XL Leather, Regular Grade, Keystone Thumb Safety PR $5.78 29.33% $4.08 NSI 1/8 oz. Burn Cream Packets First Aid Kit 31972 NSI - Northern Safety 54039 Refill, 6/Box Safety BX $2.42 29.21% $1.71 KleenGuard* A20 White 28" x 40" Disposable Bib 2434 KIMBERLY-CLARK CORPORATIC 36550 Apron Safety EA $1.96 29.19% $1.39 NSI 40" x 40" x 56" Triangular Bandage Sling First 31963 NSI - Northern Safety 54014 Aid Kit Refill, 1/Box Safety EA $2.45 29.17% $1.74 6615 NSI - Northern Safety 54018 NSI 10 Person Economy First Aid Kit Safety EA $14.14 29.13% $10.02 1 Honeywell Servus® CT'" Economy Knee Boot, 26611 HONEYWELL SAFETY PRODUCT 18821-BLM-100 Steel Toe Safety PR $30.73 29.10% $21.79 31962 NSI - Northern Safety 54013 NSI 0.5g Triple Biotic First Aid Kit Refill, 20/Box Safety BX $3.48 29.10% $2.47 244780 KIMBERLY-CLARK CORPORATIC 91554-30197891 Kleenex Antimicrobial Foam Skin Safety EA $74.76 29.02% $53.061 31967 NSI - Northern Safety 21-009-001 NSI First Aid Booklet First Aid Kit Refill Safety EA $2.60 29.00% $1.85 1 kUPONTCOMPANY DuPont®Tyvekl' 400 2-Pocket Disposable Lab 1212 TY212SWHLG0030( Coat Safety EA $5.74 28.96% $4.08 NSI Bloodstopper Multi -Functional Dressing First 28002 NSI - Northern Safety 61910 Aid Kit Refill Safety EA $4.33 28.93% $3.08 16168 NSI - Approved Vendor 90447 Liquid Skin 0.5g Liquid Bandage First Aid Kit Safety EA $8.26 28.88% $5.87 1440 JALLEGRO INDUSTRIES 7211 Allegro® Black Rist-Rap'"', Pair Safety PR $4.51 28.87% $3.211 LSELL Ansell Scorpio® 14" Gauntlet Cuff Interlock Lined 8353 HEALTHCARE PRODUC 212516 Neoprene Coated Chemical Resistant Gloves Safety PR $9.23 28.80% $6.57 PIP General Purpose Coated Gloves, Nylon with 230970 PROTECTIVE INDUSTRIAL PRO[ 33-G125/L Urethane Coating Safety PR $1.80 28.57% $1.29 kCCUNOMIX OccuNomix® Terry Toppers® Snap-On Hard Hat 16637 INTERNATIONAL 870-01 Sweatband Safety EA $2.92 28.57% $2.09 7417 I3M CORP 7000002037 3M' 6000 Series Full Face Respirator Safety EA $260.44 28.49% $186.241 Water -Jell' Specialty Emergency First Aid Burn 27926 NSI - Approved Vendor EBSS-HA Station Safety EA $46.82 28.48% $33.48 91814 1IRONWEAR 92586-10 Ironwearl' Steel Toe Treaded Sole Boots Safety PR $37.00 28.22% $26.561 22056 IBRADY WORLDWIDE, INC. BL07 Brady" Three -Phase Breaker Lockout Safety EA $31.54 28.19% $22.651 3667 1 HONEYWELL SAFETY PRODUCT MS01 Dielectric Nylon Safety Lockout Hasp Safety EA $7.07 28.15% $5.081 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price First Aid Only® Right Response® Auto First Aid 30776 NSI - Approved Vendor 730098 Zip Pack Safety EA $10.20 28.02% $7.34 4248 NSI - Northern Safety 90352 NSI Tick Removal First Aid Kit Refill Safety EA $9.92 27.95% $7.15 1 NSI Tags By -The -Roll, 100/Roll - Danger Locked 28426 NSI - Northern Safety 28426 Out with Red Stripes Safety EA $52.19 27.91% $37.62 NSI Tags By -The -Roll, 250/Roll - Danger Locked 28427 NSI - Northern Safety 28427 Out with Red Stripes Safety EA $117.40 27.90% $84.64 314732 MEDLINE INDUSTRIES MDS098003Z ISOPROPYL ALCOHOL 16OZ BOTTLE Safety EA $1.98 27.78% $1.431 314733 MEDLINE INDUSTRIES OTC001228 16OZ ALOE VERA MOISTURIZING GEL Safety EA $6.73 27.61% $4.871 36"MESH 5GN NO FRME'MOWING CREW 20181 VIZCON 26036EMNF-MCA AHEAD" Safety EA $53.92 27.54% $39.07 Honeywell North® Swift 0.5g Triple Antibiotic 37964 HONEYWELL SAFETY PRODUCT 232124 First Aid Ointment Foil Packets, 20/Box Safety BX $4.55 27.54% $3.30 4229 NSI - Northern Safety 7-009-001 NSI Eye Care Pack First Aid Kit Refill Safety EA $4.94 27.49% $3.581 SHOWA® ATLAS® 451 Rubber Palm Coated Cold 32035 SHOWA-BEST GLOVE INC 451L-09 Temperature Work Gloves Safety PR $6.36 27.17% $4.63 4246 NSI - Northern Safety 7103 NSI Snake Bite Kit First Aid Kit Refill Safety EA $17.06 27.04% $12.45 1 Honeywell North® A900 Series Gray Anti -Scratch 29106 HONEYWELL SAFETY PRODUCT A902 Lens Safety Glasses Safety EA $7.78 27.03% $5.68 NSI Tags By -The -Roll, 100/Roll - Danger Do Not 28428 NSI - Northern Safety 28428 Operate with Red Stripes Safety EA $52.19 26.96% $38.12 Viking® Open Road "BTE" Type R Class 2 Mesh 192636 ALLIANCE MERCANTILE, INC. U6110G-L/XL Safety Vest Safety EA $10.70 26.90% $7.82 14283 NSI - Northern Safety 6100NS NSI 25 Person Metal First Aid Kit Safety EA $35.25 26.85% $25.781 7332 CORTINA SAFETY PRODUCTS 03-10-3WAY6V-CS 6-Volt Barricade Flasher Light with Photo Cell Safety EA $26.84 26.79% $19.65 NSI 1" x 3" Fabric Adhesive Bandages First Aid Kit 4233 NSI - Northern Safety 1-008-001 Refill, 16/Box Safety EA $1.37 26.79% $1.00 30143 NSI - Northern Safety 54023 NSI 10 Person ANSI Compliant First Aid Kit Safety EA $22.75 26.72% $16.671 NSI Refillable Biohazard Response Kit Spill Clean- 3534 NSI - Northern Safety 13534 REPLACEME Up Pack Refill Safety EA $20.35 26.55% $14.95 NSI Refillable Biohazard Response Kit Door 3536 NSI - Northern Safety VENDOR 13536 Pocket Pack Refill Safety EA $13.63 26.53% $10.01 NSI 2" x 2" Sterile Gauze Pads First Aid Kit Refill, 31955 NSI - Northern Safety 54006 6/Box Safety BX $1.58 26.47% $1.16 NSI 3" x 3" Sterile Gauze Pads First Aid Kit Refill, 31956 NSI - Northern Safety 54007 4/Box Safety BX $1.58 26.47% $1.16 NSI Biohazard Response Kit Personal Protection 3532 NSI - Northern Safety 13532 REPLACEME Pack Replacement Refill Safety EA $13.86 26.43% $10.20 7411 SUPERIOR MANUFACTURING C 419 2'X3' BLACK NOTRAX® Diamond Sof-Tred'" Matting, 2' x 3' Safety EA $33.74 26.41% $24.83 Tec Labs® Tecnu® 4 oz. Bottle Poison Oak-N-Ivy® 4533 TEC LABORATORIES INC FG10279 Cleanser Safety EA $7.92 26.39% $5.83 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI 3" Cotton Tip Applicators First Aid Kit Refill, 28007 NSI - Northern Safety 12803VI 100/Vial Safety EA $4.48 26.37% $3.30 4231 NSI - Northern Safety 7-008-001 NSI 1 oz. Eye Wash First Aid Kit Refill Safety EA $4.08 26.28% $3.01 1 93008 ENCON SAFETY PRODUCTS 05068204 ENCON 160 SERIES 2-59 36/BX Safety BX $312.99 26.12% $231.231 Zing'" 1" Plastic Lockout Hasp With Recycled 31185 ZING ENTERPRISES LLC 7108 Material Safety EA $9.04 26.11% $6.68 Zing'" 1" Aluminum Lockout Hasp With Recycled 31183 ZING ENTERPRISES LLC 7127 Material Safety EA $9.04 26.11% $6.68 28008 NSI - Northern Safety 17-020 NSI Plastic Tweezers First Aid Kit Refill Safety EA $0.59 26.09% $0.44I MDI® Micromask Adjustable First Aid CPR Mask 4360 ECOLAB / MICROTEK MEDICAL 73-402 Kit Safety EA $22.32 26.03% $16.51 28808 CORTINA SAFETY PRODUCTS 03-732-25# 25 lb. Recycled Rubber Traffic Barrel Base Safety EA $34.47 25.93% $25.531 NSI Soft Fit® Uncorded NRR 29 Disposable Ear 21672 NSI - Northern Safety 303L-1R-NS Plugs, 200 Pair Safety BX $25.84 25.93% $19.14 317310 NSI - Northern Safety DFT522 NSI Gel Knee Pads Safety EA $23.99 25.91% $17.771 OccuNomix® MiraCool® 7.2 Cal Cooling Hard Hat 5652 OCCUNOMIX INTERNATIONAL 969-FR Pad & Neck Shade Flame -Resistant FIR Safety EA $12.90 25.82% $9.57 151053 OCCUNOMIX INTERNATIONAL 870-15 OccuNomix® Snap-On Hard Hat Sweatband Safety EA $2.92 25.75% $2.17 MSA V-Gard® 4-Point Ratchet Suspension Full 6958 MSA SAFETY SALES LLC 475368 Brim Hard Hat Safety EA $30.98 25.71% $23.01 NSI Fingertip Premium Fabric Adhesive First Aid 6407 NSI - Northern Safety 6407 Bandages, 100/Box Safety BX $13.15 25.59% $9.79 NSI 1" x 3" Premium Fabric Adhesive First Aid 6405 NSI - Northern Safety 6405 Bandages, 100/Box Safety BX $8.37 25.57% $6.23 Bug Barrier 12 oz. Personal Insect Repellent 14596 ARI 61605 Aerosol Spray Safety EA $11.31 25.48% $8.43 5690 HEARTLAND FOOTWEAR INC 44230 SZ 10 Economy Plain Toe 13" PVC Work Boots Safety PR $22.84 25.13% $17.101 Honeywell North® Swift First Aid Pain Stoppers Extra Strength Pain Reliever Tablets 100/Box 151413 HONEYWELL SAFETY PRODUCI 161615 (50/2's) Safety BX $5.90 25.00% $4.42 NSI N-Specs® Raptor® LX Clear Lens Safety 323501 NSI - Northern Safety PS-25 CLR Glasses Safety EA $1.98 25.00% $1.49 NSI N-Specs® Raptor® LX Gray Lens Safety 323503 NSI - Northern Safety PS-25 GY Glasses Safety EA $1.98 25.00% $1.49 32418 MAX PROFESSIONAL 8016 Super Blast'" Air Horn Safety EA $19.06 24.95% $14.301 Honeywell North® Swift First Aid 7/8" x 3" 152107 HONEYWELL SAFETY PRODUCT 010810 Woven Elastic Strip Adhesive Bandages 50/Box Safety BX $8.70 24.91% $6.53 NSI KutShieldZTM Polyurethane Palm Coated 4512 NSI - Northern Safety SSXGPUNS SIZE 10 Dyneema® Level A2 Cut Resistant Gloves Safety PR $7.99 24.80% $6.01 Valeo® Ergonomics Elastic Wrist Support With 11193 VALEO INDUSTRIAL TECHNOLC V14639BK Thumb Loop Safety EA $4.00 24.73% $3.01 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description 91713 PYRAMEX SAFETY PRODUCTS BBS100L Pyramex'"° General Use Back Belt Support On Site Therapy OST'"" Forearm Power Arm 287617 ON SITE THERAPY LLC & CAPIT, 6966 L Compression Sleeves NSI 1" x 3" Premium Fabric Adhesive First Aid 6401 NSI - Northern Safety 6401 Bandages, 50/Box CoreTex® IvyX Post -Contact Poison Ivy, Oak, & 24849 CORETEX PROD,INC/FIRST GRC 84640 Sumac Cleanser Towelettes, 25/Box 21547 BRADY WORLDWIDE, INC. PL021 Small Plug Lockout NSI Premium Woven Fingertip First Aid 31899 NSI - Northern Safety 54001 Bandages, 40/Box NSI Premium Woven Knuckle First Aid Bandages, 31951 NSI - Northern Safety 54002 40/Box FaIlTech® 4' Dual -loop Concrete Embed Anchor 181123 FALLTECH/ALEXANDER ANDRE 7448L for temporary single use NSI 2" x 3" Premium Fabric Adhesive First Aid 6404 NSI - Northern Safety 6404 Bandages, 50/Box Honeywell North® 2221 Silicone 4 oz. Tube Skin 8735 HONEYWELL SAFETY PRODUCT 272204 Barrier Cream Lapco FIR FIR Cotton Twill Flame Resistant 147149 LAPCO MFG P-INN7KH 30X30 Uniform Pants Medi-First® Medi-Wash 1 oz. Sterile Emergency 24799 MEDIQUE PRODUCTS 19828 First Aid Eye Wash VizCon Enviro-Cone® 28" Orange & Reflective 161376 VIZCON 16028-HIWB-10 Collars 10lb. Traffic Cone NSI Highlander® Fall Protection Harness With 22757 NSI - Northern Safety NS7018 Back & Side D-Rings, Tongue Buckle Leg Straps 1501 OCCUNOMIX INTERNATIONAL 311 OccuNomix® Wrist Assist, Black Honeywell North® A800 Series Clear Anti -Fog 31353 HONEYWELL SAFETY PRODUCT A805 Lens Safety Glasses 181082 FALLTECH/ALEXANDER ANDRE 7435H FaIlTech® Extra -large Bolt -on D-Ring Anchor FaIlTech® Extra -large Bolt -on D-Ring Anchor with 181081 FALLTECH/ALEXANDER ANDRE 7435 integral stud Smith & Wesson® EqualizerTM Smoke Anti -Fog 26529 KIMBERLY-CLARK CORPORATIC 21297 Lens & Gunmetal Frame Safety Glasses Honeywell Uvex® Bionic® Clear Polycarbonate 23965 HONEYWELL SAFETY PRODUCT S8550 Replacement Safety Face Shield Visor 3M'" DBI SALA" D-Ring & Anchorage Plate Fall 8389 3M FALL PROTECTION / CAPITI 2101630 Protection Anchor 23351 JUSTRITE MANUFACTURING C( 23310 Justrite Document Storage Box Labels, 4/Pack Unit of Contract CATEGORY Measure List Price % Discount Price Safety EA $13.34 24.66% $10.051 Safety PR $32.31 24.64% $24.35 Safety 3X $4.83 24.59% $3.64 Safety BX $15.22 24.58% $11.48 Safety EA $16.39 24.56% $12.361 Safety BX $5.76 24.55% $4.35 Safety BX $5.76 24.55% $4.35 Safety EA $11.09 24.52% $8.37 Safety BX $11.15 24.50% $8.42 Safety EA $6.88 24.47% $5.20 Safety EA $57.58 24.44% $43.51 Safety EA $3.39 24.33% $2.57 Safety EA $32.16 24.09% $24.41 Safety EA $76.93 23.98% $58.48 Safety EA $3.59 23.88% $2.731 Safety EA $5.57 23.64% $4.25 Safety EA $63.66 23.64% $48.61 Safety EA $64.81 23.49% $49.58 Safety EA $9.18 23.35% $7.04 Safety EA $9.62 23.28% $7.38 Safety EA $65.53 23.07% $50.41 Safety PK $6.82 22.88% $5.26 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Mr. Chain Crowd Control Stanchion Plastic Chain, 17857 MR. CHAIN 50006-100 100'/Box Safety BX $119.27 22.85% $92.02 3M'" Durapore'" 1" x 10 yd. Surgical First Aid 24503 3M CORP 7100057168 Tape, 12 Rolls Safety BX $22.53 22.80% $17.39 VizCon Enviro-Cone® 36" Orange & Reflective 161377 VIZCON 16036-HIWB-10 Collars 12 lb. Traffic Cone Safety EA $34.31 22.76% $26.50 31937 NSI - Northern Safety 54022 NSI #50 Person Original First Aid Kit Safety EA $80.14 22.64% $61.99 1 Memphis Size L Regular Weight PVC Dot Palm 83203 MCR SAFETY INC 9650L Coated Cotton Poly Knit Gloves PR Safety PR $0.90 22.64% $0.70 Honeywell Eyesaline® 32 oz. Emergency Eye 1113 HONEYWELL SAFETY PRODUCT 32-000455-0000 Wash Station Refill Safety EA $19.28 22.62% $14.92 31938 NSI - Northern Safety 54020 NSI 75 Person 556-Piece Original First Aid Kit Safety EA $153.88 22.62% $119.07 Honeywell Eyesaline® 16 oz. Emergency Eye 3154 HONEYWELL SAFETY PRODUCT 32-000454-0000-HI Wash Station Refill Safety EA $13.55 22.62% $10.48 Honeywell Eyesaline® Double 16 oz. Bottles 12698 HONEYWELL SAFETY PRODUCT 32-000465-0000 Emergency Eye Wash Station Safety EA $73.74 22.56% $57.10 Honeywell Eyesaline® Single 16 oz. Bottle 3153 HONEYWELL SAFETY PRODUCT 32-000460-0000-HI Emergency Eye Wash Station Safety EA $45.57 22.55% $35.29 Honeywell Eyesaline® Double 32 oz. Bottles 1112 HONEYWELL SAFETY PRODUCT 32-000462-0000-H! Emergency Eye Wash Station Safety EA $77.75 22.54% $60.22 Honeywell Eyesaline® Single 32 oz. Bottle 1111 HONEYWELL SAFETY PRODUCT 32-000461-0000 Emergency Eye Wash Station Safety EA $51.45 22.54% $39.85 NSI Insulated Split Leather Cold Weather Driver's 2430 NSI - Northern Safety 2430 Gloves Safety EA $7.49 22.48% $5.81 Honeywell Howard Leight Sync NRR 25 Digital 1502 HONEYWELL SAFETY PRODUCT 1030331 AM FM Radio Ear Muffs Safety PR $143.46 22.45% $111.26 NSI Assorted Plastic Adhesive First Aid Bandages, 32044 NSI - Northern Safety 54000 80/Box Safety BX $5.26 22.43% $4.08 4279 SINGER SAFETY COMPANY 10-090301 15-30 lb. Fire Extinguisher Cover Safety EA $22.06 22.39% $17.121 Liberty Glove and Safety DuraSkin" II 4 mil Powder -Free 9.5" Disposable Ultra Soft Nitrile 161501 LIBERTY GLOVE & SAFETY CO T2026W-L Gloves 100/Box Safety BX $7.00 22.33% $5.43 NSI Knuckle Premium Fabric Adhesive First Aid 6406 NSI - Northern Safety 6406 Bandages, 100/Box Safety BX $12.98 22.31% $10.08 FallTech" Stainless Steel Bolt -on D-ring Plate 181080 FALLTECH/ALEXANDER ANDRE 7414SS Anchor Safety EA $52.67 22.27% $40.94 3M'" Classic'" Uncorded NRR 29 Pillow Pak'" 37472 3M CORP 7000002299 Disposable Ear Plugs Pair Safety PR $0.20 22.22% $0.15 26751 DUNLOP / ONGUARD INDUSTR 87982 SZ 10 Dunlop® Footwear Sureflex 16" Steel Toe Boot Safety PR $69.54 22.19% $54.11 CoreTex" StingX® Insect Sting Pain Relief 24847 CORETEX PROD,INC/FIRST GRC 33740 Towelettes, 25/Pack Safety PK $9.00 22.19% $7.00 NSI Premium Keystone Thumb Goatskin Leather 2580 NSI - Northern Safety Y0769L Driver's Gloves Safety PR $13.59 22.17% $10.58 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price FallTech® 2' Concrete Embed Anchor for 181121 FALLTECH/ALEXANDER ANDRE 7425 temporary single use Safety EA $11.09 22.16% $8.63 157700 ZING ENTERPRISES LLC 6033 Zing'" 1.5" Eco SIDS Binder, Spanish Safety EA $20.95 22.13% $16.311 PIP PVC Brick Fully Coated Cotton Poly String 151145 PROTECTIVE INDUSTRIAL PRO[ 36-110BB/L Knit Work Gloves Safety PR $1.71 22.08% $1.33 Valeo® Ergonomics NAS Pull On Ankle Support, 25032 VALEO INDUSTRIAL TECHNOLC VA4657LXN Men's Shoe Size 10-14 Safety EA $6.93 22.06% $5.40 Valeo® Ergonomics Performance Size 2XL 4" 157021 VALEO INDUSTRIAL TECHNOLC VA4684 2XL Leather Lifting Back Belt Safety EA $17.13 22.03% $13.35 PhysiciansCARE® 4" Titanium Medical First Aid 13732 NSI - Approved Vendor 90294-001 Scissors Safety EA $4.53 22.03% $3.53 Off!® Active'" 6 oz. 15% DEET Insect Repellant 24712 NSI Approved Vendor SJN611079 Aerosol Spray Safety EA $11.59 22.03% $9.04 Valeo® Ergonomics Terry Lined Wraparound 11111 VALEO INDUSTRIAL TECHNOLC WSS/V14666BK Wrist Support Safety EA $5.72 22.00% $4.46 Honeywell North" P100 Respirator Cartridges, 3959 HONEYWELL SAFETY PRODUCT 7580P100 2/Pack Safety PR $10.07 21.99% $7.86 NSI Power Shell® 4-Point Ratchet Suspension 23189 NSI - Northern Safety 23189 NY Cap Hard Hat Safety EA $13.82 21.85% $10.80 Sqwincher® Sqweeze Assorted Flavor Freezer 24791 SQWINCHER CORP. 159200201 Pops, 150/Case Safety CS $51.26 21.85% $40.06 Heartland Footwear Inc. 15" Premier Economy 166630 HEARTLAND FOOTWEAR INC 70667 10 Industrial Steel Toe Boot Safety PR $30.65 21.84% $23.95 Honeywell North® Organic Vapors/P100 3963 HONEYWELL SAFETY PRODUCT 7581P100L Respirator Cartridges, 2/Pack Safety PR $27.70 21.78% $21.67 Lapco FIR 8.9 Cal Flame -Resistant Long Sleeve 100866 LAPCO MFG FRT-HJE GRY LAR Henley FIR Shirt Safety EA $57.73 21.77% $45.16 Honeywell North® Organic Vapors/Acid 3964 HONEYWELL SAFETY PRODUCT 7583P100L Gases/P100 Respirator Cartridges, 2/Pack Safety PR $32.55 21.76% $25.47 NSI Multi -Purpose Concrete and Steel Rotating D- 93905 NSI - Northern Safety 7451AC Ring Fall Protection Anchor Safety EA $62.47 21.73% $48.90 3690 PETZL AMERICA L52H 002 PETZL 6' GRILLON HOOK LANYARD Safety EA $231.58 21.72% $181.281 3M'" DBI SALA" Size XL First'" Vest -Style Back D- Ring, & Pass-Thru Buckle Leg Straps Fall 63992 3M FALL PROTECTION / CAPITI AB17530 XL Protection Harness Safety EA $57.10 21.72% $44.70 VISA V-FORM Fall Protection Harness, Back D- 314695 VISA SAFETY SALES LLC 10197196 Ring, Qwik-Fit Leg Straps Safety EA $51.84 21.72% $40.58 17859 MR. CHAIN 50703BLACK(PACK, Mr. Chain Master Link for Plastic Chain, 2/Pack Safety PK $1.25 21.43% $0.98 2480 NSI - Northern Safety 161542 NSI Disposable Ear Plug Dispenser Safety EA $94.90 21.42% $74.581 145970 VESTIL MANUFACTURING CON FSBOL-36 Vestil 8" x 36" x 5" Floor Stop Bollard Safety EA $125.62 21.32% $98.831 NSI N-Specs® Raptor® XP Clear Lens Safety 323496 NSI - Northern Safety J-81 CLR Glasses Safety EA $2.29 21.15% $1.80 NSI N-Specs® Raptor® XP Gray Lens Safety 323499 NSI - Northern Safety J-81 GY Glasses Safety EA $2.29 21.15% $1.80 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Honeywell North® C-Safe Single Pole Circuit 152890 HONEYWELL SAFETY PRODUCT CB03 Breaker Lockout Safety EA $8.12 21.14% $6.40 NeeseViz- Class 3 Reflective Hi-Vis Lime Zip -Out 25369 RADIANS/TECHNA 94001-01-1 LARGE Fleece Lined Traffic Safety Bomber Jacket Safety EA $65.45 21.13% $51.62 Dunlop° Footwear DuraPro® Steel Toe & Shank 161338 DUNLOP / ONGUARD INDUSTR 8908610 Chemical Resistant Boots Safety PR $59.94 21.07% $47.31 Lapco FR 8.7 Cal 7 oz. Flame Resistant Economy 187794 LAPCO MFG CVEFR7GY-LAR REC FR Coveralls Safety EA $69.47 20.77% $55.04 3MT Protecta° 3' Tie -Off Fall Protection Pass- 198335 3M FALL PROTECTION / CAPITI 5900577 Thru Adapter Safety EA $34.81 20.27% $27.75 Lapco FR 8.7 Cal Deluxe 7oz. Flame Resistant 187864 LAPCO MFG CVFRD7GY-2XL REC 100% Cotton FR Coveralls Safety EA $82.32 20.25% $65.65 3M" Protecta® FIRST" Vest -Style Harness, back 178489 3M FALL PROTECTION / CAPITI AB17510 D-ring, pass-thru buckle leg straps Safety EA $51.29 20.25% $40.90 4362 NSI - Northern Safety 742046 NSI 21 Piece Personal First Aid Kit Safety EA $4.67 20.11% $3.73 1 Night Stick® 4-in-1 Flashlight & Flashing Safety 2935 N51 - Approved Vendor NSP-1174-K01 Light Safety EA $72.45 20.02% $57.95 11441 N51 Approved Vendor 10190 Zee Line Low Profile Metal Lever Action Pump Pumps EA $64.09 29.43% $45.23 Little Giant® Pumps 1 1/4" & 1 1/2" Universal 31556 KOLSTAD & FIESS 599303 Sump Pump Discharge Kit Pumps EA $18.59 21.63% $14.57 8317 NSI Approved Vendor 1014R Zee Line Ryton Rotary Pump with Ryton Vane Pumps EA $171.54 20.76% $135.92 Little Giant® Pumps Small Epoxy Encapsulated 13133 KOLSTAD & FIESS 518100 Submersible Pump, 80 GPH Pumps EA $55.44 20.54% $44.05 Little Giant® Pumps Water Wizard® Utility Sump 13139 KOLSTAD & FIESS 505176 Pump Pumps EA $162.80 20.34% $129.69 255683 Irwin 373114BX HOLE SAW, 1-1/4" BI-METAL Power Tools EA $7.20 31.62% $4.921 22480 BLACK & DECKER US. DW8003 Chop Saw Wheel Stud Cutter 14" Power Tools EA $9.37 29.23% $6.63 1 32236 BLACK & DECKER US. DW8024 Portable Saw Blade 14x1" Masonary Power Tools EA $10.65 27.31% $7.741 205639 JAPEX TOOL GROUP, LLC 3651 Jacobs Key Chuck 5/16 K3 Power Tools EA $8.29 23.62% $6.33 1 6334 1 BLACK & DECKER US. D180018 DEWALT 1 1/8" STANDARD HOLE SAW Power Tools EA $8.01 22.39% $6.22 1 23907 1 BLACK & DECKER US. DW1304 TITANIUM SPLIT POINT DRILL BIT 1/16" Power Tools EA $3.85 22.38% $2.991 23908 1 BLACK & DECKER US. DW1305 TITANIUM SPLIT POINT DRILL BIT 5/64" Power Tools EA $3.05 22.38% $2.371 22394 1 BLACK & DECKER US. DW1969 Pilot Point 29 PC Set w/MET index Power Tools EA $114.17 22.28% $88.73 1 20914 BLACK & DECKER US. DWA1208 Cobalt Split Point Drill Bit Power Tools EA $4.41 22.22% $3.43 1 6344 BLACK & DECKER US. D180028 DEWALT 1 3/4" STANDARD HOLE SAW Power Tools EA $9.70 22.21% $7.55 1 22370 BLACK & DECKER US. DW1910 PILOT POINT GD/FERROUS 5/32" OX/BIT Power Tools EA $2.38 22.11% $1.851 88372 BLACK & DECKER US. 2040155 BLADE HOLE SAW 1-3/4" BLU-MOLE Power Tools EA $7.74 22.02% $6.041 251397 MILWAUKEE ELECTRIC TOOL C, 48-01-9091 BLADE SAW RECIP 6X3/4X0.0351N 8/12 UNIV Power Tools EA $2.75 21.98% $2.15 251401 MILWAUKEE ELECTRIC TOOL C, 48-01-9182 BLADE SAW RECIP 6X3/4X0.0351N 14 BI-MTL Power Tools EA $2.75 21.98% $2.15 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 251400 MILWAUKEE ELECTRIC TOOL C, 48-01-9184 BLADE SAW RECIP 6X3/4XO.035IN 18 BI-MTL Power Tools EA $2.75 21.98% $2.15 251402 MILWAUKEE ELECTRIC TOOL C, 48-01-9186 BLADE SAW RECIP 6X3/4X0.0351N 24 UNIV Power Tools EA $2.75 21.98% $2.151 23911 BLACK & DECKER US. DW1308 TITANIUM SPLIT POINT DRILL BIT 1/8" Power Tools EA $3.48 21.84% $2.721 251300 MILWAUKEE ELECTRIC TOOL C, 48-39-0509 Blade Saw Bnd PTBL 35-3/8 in 1/2 in Power Tools EA $20.70 21.79% $16.191 Coilhose Pneumatics® Dual Foot Extension Tire 22109 COIL HOSE PNEUMATIC CH16 Chuck -1/4" FPT Pneumatics EA $9.54 27.05% $6.96 Coilhose Pneumatics® Industrial Interchange Manual Coupler, Series# 15 (1/4" Industrial) - 13331 COIL HOSE PNEUMATIC 150 1/4" (F)NPT Pneumatics EA $7.77 24.91% $5.83 Coilhose Pneumatics® ARO Interchange Manual 13323 COIL HOSE PNEUMATIC 140 Coupler, Series# 14 (Aro) -1/4" (F)NPT Pneumatics EA $9.49 24.52% $7.16 Coilhose Pneumatics® ARO Interchange 13327 COIL HOSE PNEUMATIC 1402 Connector, Series# 14 (Aro) -1/4" (F)NPT Pneumatics EA $2.78 24.39% $2.10 Coilhose Pneumatics® Premium Lever Style 13457 COIL HOSE PNEUMATIC 60OP-S Safety Blow Gun ergonomic Pneumatics EA $14.60 20.81% $11.56 Flexzilla® 3/8" x 25' Pneumatic Air Hose 1/4" 228217 LEGACY MANUFACTURING HFZ3825YW2 MNPT Pneumatics EA $33.31 20.79% $26.38 229797 LEGACY MANUFACTURING AG1200FZKIT Flexzilla® 6-Piece Pneumatic Air Blow Gun Kit Pneumatics EA $67.69 20.77% $53.63 Flexzilla® 3/8" x 50' Pneumatic Air Hose 1/4" 228226 LEGACY MANUFACTURING HF23850YW2 MNPT Pneumatics EA $48.26 20.77% $38.24 Flexzilla® 3/8" Barb Reusable Pneumatic Air Hose 229770 LEGACY MANUFACTURING RP900375 Fitting 1/4" MNPT Pneumatics EA $6.02 20.63% $4.78 ColorConnex® 7-Piece Pneumatic Air Hose 229778 LEGACY MANUFACTURING A73457D Coupler & Plug Kit Pneumatics EA $17.22 20.25% $13.73 170137 LACO INDUSTRIES, INC. 44072 Markal® 1/2" x 520" PTFE Thread Seal Pipe Tape Plumbing EA $0.88 33.75% $0.58 89027 GENERAL WORK PRODUCTS, II` TPT12520 1/2" x 520" Teflon® Tape Plumbing RL $0.42 32.61% $0.281 BK Resources Evolution by 4" OC SM Stainless Steel Faucet with 8" swing spout, 1/4-turn ceramic cartridges with check valves, 1/2" Inlets, Hot/Cold Indicators, 10 year warranty, NSF, 291989 BK RESOURCES INC EVO-4SM-8 cCSAus, EVO-4SM-8 Plumbing EA $156.75 28.97% $111.35 MSI 150 lb. 304 Stainless Steel Cast Threaded 2906801 MSI Products A3030416 Coupling Pipe Fitting Plumbing EA $4.87 27.09% $3.55 MSI 150 lb. 304 Stainless Steel 90' Cast 2906841 MSI Products A3010016 Threaded Elbow Pipe Fitting Plumbing EA $5.60 24.17% $4.25 MSI 150 lb. 304 Stainless Steel Cast Threaded 290680 1 1/4 MSI Products A3030420 Coupling Pipe Fitting Plumbing EA $7.76 24.11% $5.89 MSI 150 lb. 304 Stainless Steel Cast Threaded 2906781 MSI Products A3040516 Cap Pipe Fitting Plumbing EA $3.44 22.04% $2.68 MSI 150 lb. 304 Stainless Steel 45' Cast 2906851 MSI Products A3010416 Threaded Elbow Pipe Fitting Plumbing EA $6.39 22.03% $4.98 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME �MELNOR, Mfg Product # Manufacture Product Description Melnor® EZ-Flow'" 2-Way Garden Hose Faucet CATEGORY Measure List Price % Discount Price 318041 INC. 356 Control Valve Rectorseal® 1 pt. Jim® PR-1L PVC & CPVC Purple Plumbing EA $9.71 21.95% $7.58 188283 ORS NASCO INC 622-55914 Primer BK Resources Splash Mount Faucet Mounting Plumbing EA $18.13 21.87% $14.16 Kit, includes (2) 1/2" supply nipples, (2) retainer nuts, (2) lock washers, (2) rubber washers & (2) 203274 BK RESOURCES INC BK-DMMK-90 male & female short 90° elbows BK Resources T-304 Stainless Steel Wall Mount Plumbing EA $38.90 21.86% $30.40 Hand Sink, 17"W x 15-1/2"D O.A., 14"W x 10"D x 5" deep bowl, Includes lead free faucet with 3" gooseneck spout, drain and wall mounting 203285 BK RESOURCES INC BKHS-W-1410-P-G hardware, NSF BK Resources OptiFlow 8" O.C. Splash Mount Plumbing EA $195.49 21.83% $152.81 Heavy Duty Faucet with 10" swing spout, 1/4- turn ceramic cartridges with check valves, 1/2" Female Inlets, Hot/Cold Indicators, lead free, 203271 BK RESOURCES INC BKF-10-G NSF, cCSAus Loctite® Multi -Purpose Insulating & Sealing Plumbing EA $176.31 21.82% $137.84 30752 HENKEL LOCTITE CORPORATIO 1212164 Wrap, 1" x 10' Midland Metal Manufacturing Pipe Adapter, 1/2 Plumbing EA $20.60 21.77% $16.12 270611 MIDLAND METAL IWORTHINGTON CYLINDERS LICA 55744 361530 in, Slip x FIP, SCH 40, PVC, 140 deg F Benzomatic Max Heat Torch BrassCraft" 48" Speedi Plumb" PLUS Flexible Plumbing Plumbing EA EA $0.66 $75.40 21.21% 20.77% $0.52 $59.741 206551 190645 PLUMBING SUPPLY COR �UTICA 48" HOSE ASSEMBI Braided Polymer Water Connector BrassCraft" 60" Speedi Plumb" PLUS Flexible Plumbing EA $16.10 20.43% $12.81 190646 PLUMBING SUPPLY COR 60 HOSE ASSEMBLI Braided Polymer Water Connector Apollo Valves 1" Bronze Ball Valve & Spring Plumbing EA $16.10 20.43% $12.81 197607 NSI Approved Vendor 71-505-01 Return Handle Plumbing Paint, Equipment & EA $209.95 20.30% $167.32 31515 DIVERSIFIED BRANDS 99060340 Purdy" Chip Brush 4" Rust-Oleum M1400 15 oz. Construction Marking Supplies Paint, Equipment & EA $1.92 47.95% $1.00 174576 RUST-OLEUM CORPORATION 264693 Spray Paint Supplies Paint, Equipment & EA $5.84 36.16% $3.73 87796 G.F. LASSWELL CO. INC. 5010000 Magnolia Brush 1" Chip Brush Kleenwell® 9" Industrial Quality Polyester Paint Supplies Paint, Equipment & EA $0.26 35.29% $0.17 87794 G.F. LASSWELL CO. INC. PR907-C-9 Roller Cover Premier" 5-Wire 9" Cage Heavy -Duty Roller Supplies Paint, Equipment & EA $1.86 31.47% $1.27 257634 PREMIER PAINT ROLLER 91F-IMP Painting Frame Premier® 2" Single Thick White China Bristle Supplies Paint, Equipment & EA $3.19 28.51% $2.28 257656 PREMIER PAINT ROLLER WV20 General Purpose Chip Paint Brush Supplies EA $0.62 28.26% $0.44 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Premier® 3"L x 3/8" Nap General Purpose Semi- Paint, Equipment & 257613 PREMIER PAINT ROLLER PR80C3 Smooth Paint Roller Cover Supplies EA $0.94 27.03% $0.69 Premier® 51 x 1 1/8"D Tapered End Wood Paint Paint, Equipment & 257638 PREMIER PAINT ROLLER 60-TP Roller Extension Pole Supplies EA $6.35 26.37% $4.68 Premier® 18"L x 1/2" Nap General Purpose Semi- Paint, Equipment & 257620 PREMIER PAINT ROLLER PR907C18 Rough Paint Roller Cover Supplies EA $4.17 26.36% $3.07 Premier® 9"L x 1/2" Nap General Purpose Semi- Paint, Equipment & 257618 PREMIER PAINT ROLLER PR907C9 Rough Paint Roller Cover Supplies EA $1.74 26.12% $1.29 �RUST-OLEUM Paint, Equipment & 205425 CORPORATION 55270830 TNT Spray Paint Supplies EA $3.28 25.84% $2.43 LW CGW® 59729 Internal Thread Holder Pad, 1 in Paint, Equipment & 257814 ABRASIVES 59729 Dia, 1/4 in Arbor, Turn -On Attachment, Rubber Supplies BX $7.27 24.96% $5.46 Rust-Oleum Overall® 16 oz. Economical Enamel Paint, Equipment & 224490 kUST-OLEUM CORPORATION V2402830 Spray Paint Supplies EA $3.84 24.93% $2.88 Paint, Equipment & 190644 3M CORP 7010337159 3M SCOTCH BLUE PAINTERS TAPE 2"X60YD Supplies EA $10.32 24.52% $7.79 Premier® 4" Double Thick White China Bristle Paint, Equipment & 257659 PREMIER PAINT ROLLER WV40 General Purpose Chip Paint Brush Supplies EA $2.67 24.24% $2.02 Premier® 18"L x 3/8" Nap General Purpose Semi- Paint, Equipment & 257617 PREMIER PAINT ROLLER PR80C18 Smooth Paint Roller Cover Supplies EA $3.92 22.55% $3.04 kUST-OLEUM Rust-Oleum 1600 System 12 oz. Multi -Purpose Paint, Equipment & 173442 CORPORATION 1679830 Gloss Enamel Aerosol Spray Paint Supplies EA $8.79 22.30% $6.83 Paint, Equipment & 87798 G.F. LASSWELL CO. INC. 5010001 Magnolia Brush 2" Chip Brush Supplies EA $0.46 22.22% $0.36 Paint, Equipment & 31499 DIVERSIFIED BRANDS K02012 Krylon® Industrial Maintenance Paint Supplies EA $13.01 21.85% $10.17 Premier® 6" Heavy -Duty Plastic Mini Roller Paint Paint, Equipment & 257628 PREMIER PAINT ROLLER MRT Tray Supplies EA $1.98 21.83% $1.55 Purdy® Rubberset® One Coat Latex Series Paint Paint, Equipment & 31508 DIVERSIFIED BRANDS 996621150 Brush - 11/2" Angle Sash Supplies EA $3.93 21.54% $3.08 Paint, Equipment & 17752 DIVERSIFIED BRANDS K08340 Krylon® Line-UpTM Pavement Striping Machine Supplies EA $240.66 21.40% $189.16 Paint, Equipment & 87892 G.F. LASSWELL CO. INC. ECONO-4 Kleenwell® Economy 4" Paint Roller Frame Supplies EA $1.23 21.37% $0.97 Paint, Equipment & 9443 DIVERSIFIED BRANDS K01401 Krylon® Industrial Maintenance Paint Supplies EA $11.21 21.36% $8.82 Paint, Equipment & 31494 DIVERSIFIED BRANDS 144900040 Purdy® Putty Knife With 4" Flexible Blade Supplies EA $8.51 21.24% $6.70 Purdy® Bestt® Liebco Production Knit Roller Paint, Equipment & 31577 DIVERSIFIED BRANDS 508490900 Cover9" Extra Rough Surface, 11/4" Nap Supplies EA $2.58 21.10% $2.04 Paint, Equipment & 87896 G.F. LASSWELL CO. INC. 5068802 9" Paint Tray Liner Supplies EA $0.70 20.97% $0.55 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Paint, Equipment & 87894 G.F. LASSWELL CO. INC. ECONO-9 Kleenwell® Economy 9" Paint Roller Frame Supplies Shurtape® 2.83" x 60.1 yd. General Purpose Paint, Equipment & 262557 SHURTAPE TECHNOLOGIES LLC 113699 Masking Tape Roll Supplies 3M' High Performance Green Masking Tape Paint, Equipment & 194302 3M CORP 7000124895 401+, 18 mm x 55 m, 48 rolls per case Supplies Paint, Equipment & 87890 G.F. LASSWELL CO. INC. 214-9 Polyester 9" Paint Roller Cover Supplies Purdy® Rubberset® One Coat Latex Series Paint Paint, Equipment & 31506 DIVERSIFIED BRANDS 996620300 Brush -3"Wall Supplies Premier" 9"L x 3/8" Nap General Purpose Semi- Paint, Equipment & 257616 PREMIER PAINT ROLLER PR80C9 Smooth Paint Roller Cover Supplies Purdy® 3" Premium Stiff Chiseled Blade Putty Paint, Equipment & 203507 DIVERSIFIED BRANDS 14A900130 Knife Supplies Krylon® Line -Up'" Upside Down Pavement Paint, Equipment & 17754 DIVERSIFIED BRANDS K08304 Striping Paint Supplies Paint, Equipment & 87895 G.F. LASSWELL CO. INC. 9-T 9" Paint Tray Supplies Weiler® Vortec Pro® Multi -Purpose Chip and Oil Brush, 1 in Brush, 1-1/2 in L Bristle, White China Paint, Equipment & 281185 WEILER CORPORATION 40179 Bristle Brush Supplies Paint, Equipment & 87889 G.F. LASSWELL CO. INC. 9030403 Kleenwell® 4" Mini Paint Roller Frame Supplies Sharpie® Ultra Fine Point Permanent Black 5788 ACCUFORM SIGNS HMD200BK Marker Office Supplies Ghent® 24"H x 36"W Non -Magnetic Dry Erase 23100 GHENT MANUFACTURING M2-23-1 Markerboard with Aluminum Frame Office Supplies Ghent® 48"H x 96"W Non -Magnetic Dry Erase 23103 GHENT MANUFACTURING M2-48-4 Markerboard with Aluminum Frame Office Supplies Universal® Fine Bullet Tip Assorted Colors Pen 207561 NSI Approved Vendor UNV43670 Style Dry Erase Marker 4/Pack Office Supplies 24505 3M CORP 7100094204 3M• Invisible Tape Dispenser Office Supplies 8874 3M CORP 7010380169 3M'" Highland- Invisible Tape, 1/2" x 36 yd. Office Supplies 8905 3M CORP 0005113069930 3M' Tape Dispenser for Transparent Tape Office Supplies 311742 NSI Approved Vendor SAN81505 Expo® 5 1/8" x 1 1/2" Whiteboard Block Eraser Office Supplies 177598 NSI Approved Vendor BUNBCF250 Bunn® 12 Cup Coffee Filters, 250/Pack Office Supplies 177500 NSI Approved Vendor LIP291 Lipton Regular Tea Bags, 100/Box Office Supplies 177644 NSI Approved Vendor TZ0153966 TAZO® Assorted Tea Bags, 24/Box Office Supplies Expo® 8 oz. Dry Erase White Board Surface 299776 NSI Approved Vendor SAN81803 Cleaner Office Supplies BIC' Wite-Out® 0.7 oz. Quick Dry Correction 307541 NSI Approved Vendor BICWOFQD324 Fluid Office Supplies Unit of Contract Measure List Price % Discount Price EA $1.72 20.86% $1.36 EA $5.96 20.73% $4.72 EA $7.59 20.58% $6.03 EA $1.75 20.55% $1.39 EA $7.21 20.40% $5.74 EA $1.66 20.37% $1.32 EA $6.47 20.34% $5.15 EA $16.97 20.31% $13.52 EA $4.32 20.10% $3.45 EA $0.36 20.00% $0.29 EA $1.51 20.00% $1.21 EA $3.52 32.50% $2.38 EA $69.89 27.49% $50.68 EA $394.90 25.36% $294.77 PK $2.47 25.24% $1.85 EA $3.79 22.79% $2.93 1 EA $1.46 22.50% $1.13 EA $25.34 22.35% $19.681 EA $4.32 21.21% $3.40 PK $9.97 20.82% $7.891 BX $10.57 20.80% $8.371 BX $12.83 20.79% $10.161 EA $6.27 20.53% $4.98 EA $2.55 20.50% $2.03 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price BIC® Wite-Out® EZ Correct® 1/6"W x 39.31 294927 NSI Approved Vendor BICWOTAPP11 White Correction Tape Office Supplies EA $4.69 20.34% $3.74 322529 NSI Approved Vendor BICBL11GN BIC® brite liner® Chisel Tip Highlighter 12/Box Office Supplies DZ $12.87 20.31% $10.26 Post -it® Brand 1" x 1.7" Canary Yellow Flags 2 295023 3M CORP 7000052452 Dispensers/Pack Office Supplies EA $5.42 20.31% $4.32 BIC® Clic Stic Retractable Medium Ballpoint Pen 322520 NSI Approved Vendor BICCSM116K 12/Box Office Supplies DZ $10.63 20.29% $8.47 322525 NSI Approved Vendor SAN3001 Sharpie® Fine Tip Permanent Marker Office Supplies DZ $20.67 20.26% $16.48 1 Post -it® Brand 3" x 3" Super Sticky Notes 5 295020 3M CORP 00021200531224 Pads/Pack Office Supplies EA $8.76 20.23% $6.99 Post -it® Brand 2" x 2" Super Sticky Notes 8 284210 3M CORP 00051141325033 Pads/Pack Office Supplies PK $7.61 20.19% $6.07 NSI 1" x 10' Adjustable Locking Tie -Down -1,200 22809 NSI - Northern Safety 22809 lb. Capacity Material Handling EA $6.99 53.90% $3.22 218217 NSI - Northern Safety 218217 NSI Professional Folding Utility Knife Material Handling EA $6.92 49.13% $3.521 NSI 1" Shackle Keyed Differently Solid Body 311900 NSI - Northern Safety 311900 Aluminum Padlock Material Handling EA $9.99 35.24% $6.47 NSI 1.5" Shackle Keyed Differently Solid Body 311901 NSI - Northern Safety 311901 Aluminum Padlock Material Handling EA $10.49 33.72% $6.95 22781 HUMPHRY'S COVERSPORTS 101 10'X 12' BLUE Blue Poly Tarp-10' x 12' Material Handling EA $7.52 24.71% $5.671 26320 NSI - Northern Safety T15011 NSI 2" Heavy -Duty Tape Dispenser Material Handling EA $8.00 24.22% $6.061 NSI Heavy -Duty Ratchet Tie -Down with Flat 22760 NSI - Northern Safety SOA-2-FH Hooks Material Handling EA $21.99 22.65% $17.01 313910 APEX TOOL GROUP, LLC 4403415 5/16 SLIP HOOK,CLEVIS,ALLOY,PAINTED Material Handling EA $26.59 22.55% $20.591 313872 APEX TOOL GROUP, LLC 5413235 2 ANCHOR SHACKLE,SCREW PIN,H/G Material Handling EA $641.73 22.55% $497.051 16673 BRADY - SORBENT RFGRANULAR Brady" SPC Re -Form'" Industrial Absorbent Material Handling BG $19.23 21.63% $15.07 314004 APEX TOOL GROUP, LLC 3632035 SWIVEL,EYE/EYE,278-G,1-1/4GALV Material Handling EA $252.86 21.52% $198.451 313875 APEX TOOL GROUP, LLC 5412805 1-3/4 ANCHOR SHACKLE,SCREW PIN,PAINTED EA Material Handling $364.96 21.52% $286.44 313884 APEX TOOL GROUP, LLC 5393235 2 ANCHOR SHACKLE,BOLTTYPE,H/G Material Handling EA $629.89 21.52% $494.371 313976 APEX TOOL GROUP, LLC 5392495 ANCHOR SHACKLE,BOLT TYP,1-1/2,H/G,ALLOY EA Material Handling $414.30 21.51% $325.17 313952 APEX TOOL GROUP, LLC 5393295 2 ANCHOR SHACKLE, BOLT TYP, H/G,ALLOY Material Handling EA $939.40 21.51% $737.301 313939 APEX TOOL GROUP, LLC 39254151L ALLOY EYE HOIST HOOK W/LATCH,#34,22T Material Handling EA $650.47 21.51% $510.531 313876 APEX TOOL GROUP, LLC 5392835 1-3/4 ANCHOR SHACKLE,BOLT TYPE,H/G Material Handling EA $445.02 21.51% $349.281 313874 APEX TOOL GROUP, LLC 3953115PL ALLOY SWVL HOIST HK,W/LATCH,PL,#11,11T EA Material Handling $488.04 21.51% $383.04 313907 APEX TOOL GROUP, LLC 5394095 2-1/2 ANCHOR SHACKLE,BOLT TYP,H/G,ALLOY EA Material Handling $1,918.72 21.51% $1,505.93 313914 APEX TOOL GROUP, LLC 6250524 TURNBUCKLE,J&J,1X24,788G Material Handling EA $435.48 21.51% $341.791 314036 APEX TOOL GROUP, LLC 5392295 ANCHOR SHACKLE,BOLT TYP,1-3/8,H/G,ALLOY EA Material Handling $263.98 21.51% $207.19 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price LiftAll® Webmaster® 1200 Eye -to -Eye Polyester 20470 LIFT -ALL COMPANY, INC EE1602DFX6 Web Sling, 1-Ply, 2"W x 61 Material Handling EA $16.70 20.82% $13.22 313911 APEX TOOL GROUP, LLC 3951415PL ALLOY SWIVEL HOIST HOOK,PL,#14,22T Material Handling EA $1,183.86 20.45% $941.721 314030 APEX TOOL GROUP, LLC 6250510 TURNBUCKLE,)&J,5/8X9788G Material Handling EA $90.31 20.45% $71.841 Rubbermaid® Multi -Stream Collapsible Basket X- Cart, 8 Bushel, 10 cu-ft Volume, 220 lb Load, 281807 RUBBERMAID COMMERCIAL PI 1881781 Vinyl Bag, Stainless Steel Frame, Black Material Handling EA $315.77 20.38% $251.42 Fairbanks® Heavy Duty Steel Handtruck-Loop 27060 FAIRBANKS COMPANY E14-10FPN Handle Material Handling EA $133.20 20.27% $106.20 Fairbanks® Hardwood Deck Platform Truck 30"W 26906 FAIRBANKS COMPANY EL-Q-3060-8POE/4: x 60"L, 2,500 lb. Capacity Material Handling EA $570.66 20.26% $455.04 Vestil 6,000 lb. Capacity Heavy -Duty Single 100340 VESTIL MANUFACTURING CON PAL-16 Scissor Pallet Puller Material Handling EA $77.98 20.26% $62.18 Coilhose Pneumatics® ATLO04W Air Tool Lubricant, 4 oz Fliptop Bottle, Liquid, Dark 273251 COIL HOSE PNEUMATIC ATLO04W Amber, Petroleum Distillates Lubricants EA $15.95 51.24% $7.78 Rust-Oleum Krud Kutter® The Must for Rust 1 174604 RUST-OLEUM CORPORATION MR016 gal. Bottle Rust Remover & Inhibitor Lubricants EA $34.36 31.75% $23.45 Weld -Aid Weld-Kleen® 350® Heavy Duty Anti- 257712 ORS NASCO INC 007030 Spatter, 20 oz Aerosol Can, Liquid, Clear Lubricants EA $16.79 22.76% $12.97 CRC® Food Grade Synthetic PAG Chain Oil, 5 gal. 253363 CRC INDUSTRIES, INC. 04580 Pail, Liquid, Clear, 0.99 Specific Gravity Lubricants EA $527.90 22.47% $409.29 CRC® Extreme Duty Open Gear and Chain Lubricant, 16 oz. Aerosol Can, Liquid, Black, 1.23 253179 CRC INDUSTRIES, INC. 03058 Specific Gravity Lubricants CS $227.41 22.47% $176.32 CRC® Food Grade Multi -Purpose Silicone Lubricant, 16 oz. Non -Aerosol Spray Can, Liquid, 253168 CRC INDUSTRIES, INC. 03039 Clear Water -White Lubricants EA $18.63 22.43% $14.45 293258 SYNCO CHEMICAL CORP SUPEF 12016 Air Tool Pneumatic Lubricant 1 Pint Bottle Lubricants EA $14.86 22.43% $11.531 Cycle Lube Synthetic Lubricant with Syncolon® 293226 SYNCO CHEMICAL CORP SUPEF 33006 (PTFE) 6 oz. Aerosol Lubricants EA $10.64 22.34% $8.26 High Temperature Extreme Pressure Grease 293215 SYNCO CHEMICAL CORP SUPEF 70006 With Syncolon® (PTFE) 6 cc. Syringe Lubricants EA $7.87 21.96% $6.14 293227 SYNCO CHEMICAL CORP SUPEF 85011 SYNCOPEN® Synthetic Penetrant 11 oz. Aerosol Lubricants EA $12.80 21.91% $10.00 293277 SYNCO CHEMICAL CORP SUPEF 60016 H-3 Direct Food Contact Oil 16 oz. Lubricants EA $10.96 21.79% $8.571 Multi -Purpose Synthetic Grease w/ Syncolon® 293197 SYNCO CHEMICAL CORP SUPEF 21014 (PTFE) 1/2 oz. Tube Lubricants EA $4.36 21.72% $3.41 293276 SYNCO CHEMICAL CORP SUPEF 60004 H-3 Direct Food Contact Oil oz. Lubricants EA $7.73 21.71% $6.051 197800 CRC INDUSTRIES, INC. 05006 CRC® Power Lube® Multi -Purpose Lubricant Lubricants EA $9.12 21.36% $7.17 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY LPS® TKX® All Purpose Lubricant 11 wt. oz. 316354 ITW PROBRANDS 02016 Aerosol Spray Lubricants CRC® Machine Oil With Perma-Lock®, 16 oz. 253187 CRC INDUSTRIES, INC. 03081 Aerosol Can, Liquid, Clear Lubricants 87023 DEALERS ELECTRIC 3112-50740 GLOBE BLUE PLASTIC 6" Lubricants Tri-Flow® Trigger Spray Lubricant with PTFE, 18 11053 DIVERSIFIED BRANDS TF29200 oz. Lubricants 309330 CRC INDUSTRIES, INC. 05379 CRC® Clean-R-Carb`" 05379 Carburetor Cleaner Lubricants 11042 WD-40 COMPANY 490026 WD-401 Aerosol, 8 oz. Lubricants Vibra-Tite® 9070 Anti -Seize Lubricant, 8 oz Brush 248587 ND INDUSTRIES - VIBRA TITE D 90708 Top Jar, Paste, Silver, 1.13 Specific Gravity Lubricants WD-401 Specialist® 10 oz. Spray & Stay Gel 190193 WD-40 COMPANY 300103 Lubricant No -Drip Formula Lubricants 11051 DIVERSIFIED BRANDS TF20025 Tri-Flow® Aerosol Lubricant with PTFE, 6 oz. Lubricants WD-401 Specialist- Rust Release Penetrant 11 3864 WD-4000MPANY 300004 oz. Lubricants 210162 HENKEL LOCTITE CORPORATIO 270638 Loctite® 1.5 oz. Tube White Lithium Grease Lubricants 13288 COIL HOSE PNEUMATIC ATL004 Coilhose Pneumatics® 4 oz. Air Tool Lubricant Lubricants 87261 ORS NASCO INC 108-16-PB PB"" 11 oz. Spray Lubricant Lubricants 32506 JORGILL 9857285 GUNK® Thrust Quick Starting Fluid 11 oz. Lubricants �WD-40 WD-400 Specialist- Water Resistant Silicone 3864 COMPANY 300012 Lubricant 11 oz. Lubricants Sprayon® 711® The Protector- Lubricant and 11047 DIVERSIFIED BRANDS SC0711 Rust Preventative, 11 oz. Lubricants 87303 ORS NASCO INC 425-500200 Sprayon® LU200 Dry Film Moly Lubricant Aerosol Lubricants GE LED11DA19/827 11-Watt 800 Lumens A19 173144 GE LIGHTING 69117 Replacement White LED Light Bulb 1/Box Lighting GE LED11DAV3/5K 10.5-Watt 850 Lumens A19 173148 GE LIGHTING 69146 Replacement White LED Light Bulb 1/Box Lighting GE LED4DA15-W3/827 4-Watt 300 Lumens A15 Replacement A -Line White LED Light Bulbs, 173162 GE LIGHTING 34038 1/Box Lighting kATCO Satco® Nuvo® 40W Replacement A19 LED Lamp, 318310 PRODUCTS INC 59591 Non -Dimmable, 6W, 3000K, 120V Lighting kATCO Satco® Nuvo® 40W Replacement A19 LED Lamp, 318307 PRODUCTS INC S29833 Dimmable, 6W, 4000K, 120V Lighting Unit of Contract Measure List Price % Discount Price EA $9.05 21.03% $7.15 EA $13.87 20.95% $10.96 EA $13.19 20.93% $10.431 EA $30.30 20.93% $23.96 EA $6.88 20.87% $5.44 EA $8.25 20.80% $6.531 EA $16.88 20.78% $13.37 EA $13.90 20.74% $11.02 EA $9.08 20.73% $7.19 EA $6.69 20.72% $5.30 TB $4.32 20.61% $3.43 EA $6.12 20.35% $4.87 EA $5.37 20.29% $4.281 EA $6.11 20.28% $4.871 EA $8.63 20.25% $6.88 EA $10.95 20.24% $8.73 EA $10.28 20.23% $8.20 EA $5.00 47.21% $2.64 BX $7.96 39.09% $4.85 EA $5.70 32.87% $3.83 EA $2.95 32.08% $2.00 EA $2.95 31.39% $2.02 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description Satco® Nuvo® 75W Replacement A19 LED Lamp, 318328 SATCO PRODUCTS INC 528770 Non -Dimmable, 11.5W, 5000K, 120V, 4PK Satco® Nuvo® 40W Replacement A19 LED Lamp, 318309 SATCO PRODUCTS INC 59590 Non -Dimmable, 6W, 2700K, 120V Satco® Nuvo® 40W Replacement A19 LED Lamp, 318306 SATCO PRODUCTS INC S29831 Dimmable, 6W, 3000K, 120V GE LED7DA19/827 7-Watt 450 Lumens A19 173140 GE LIGHTING 11332 Replacement White LED Light Bulb 1/Box 23342 BIG BEAM EMERGENCY SYSTEP WINDSOR Big Beam® Windsor Emergency Light Big Beam® LED Lamp & Battery Back -Up 23340 BIG BEAM EMERGENCY SYSTEP EXKL2GWWU Emergency Exit Sign Big Beam® Combination Emergency Light & Exit 23341 BIG BEAM EMERGENCY SYSTEP 2EXKL2RWWU Sign 7513 SOUTHWIRE COMPANY, LLC. 691 Woods® General -Purpose Pro Light Morris Dimmable Recessed Lighting Retrofit Kit, 260104 MORRIS PRODUCTS INC 72601 5 - 6 in, LED, 14.5 W Lamp, 120 VAC, Aluminum GE LED Bright Stik7m LED9LS3/827 120 Light Bulbs 308924 GE LIGHTING 75184 3/Pack Morris Remote Weatherproof Emergency Lamp 259786 MORRIS PRODUCTS INC 73064 Head, 7.2 W, 6 VDC, Incandescent Morris Standard Exit Sign, LED, 1.64 W Lamp, 259809 MORRIS PRODUCTS INC 73012 120/277 VAC, White Housing, Red Light Morris High Output Square Head Combination Exit/Emergency Light, LED, 1.8 W Lamp, 120/277 259726 MORRIS PRODUCTS INC 73432 VAC, White Housing, Red Light Eiko® On/Off PIR Occupancy and Daylight Sensor, High Bay Lens 120 - 277 VAC, 80 A, 272298 EIKO LTD SEN-3A-KO Infrared, 1/2 in Knock Out Mounting Morris Adjustable Wet Location Emergency Light With Shield, 3.32 W LED Lamp, 120/277 VAC, 259771 MORRIS PRODUCTS INC 73398 Thermoplastic, White Morris Heavy Duty Emergency Light With Remote Capacity, 9 W Incandescent Lamp, 259769 MORRIS PRODUCTS INC 73176 120/277 VAC, 3 Head Eiko® 120V 500W T-3 R7s Base Double Ended 197594 EIKO LTD 15170 Halogen Lamp Bulb Morris Vandal/Environmental Shield Guard, 7 in L x 8-1/2 in W x 19-1/2 in D, Emergency Lights, 259779 MORRIS PRODUCTS INC 73091 Polycarbonate, Clear Unit of Contract CATEGORY Measure List Price % Discount Price Lighting PK $14.95 30.97% $10.321 Lighting EA $2.92 30.94% $2.01 Lighting EA $2.95 30.38% $2.05 Lighting EA $7.96 26.10% $5.89 Lighting EA $54.33 25.36% $40.551 Lighting EA $47.02 25.34% $35.10 Lighting EA $100.74 23.90% $76.66 Lighting EA $38.73 23.32% $29.701 Lighting EA $15.06 22.43% $11.68 Lighting PK $12.90 22.42% $10.01 Lighting EA $24.94 22.41% $19.35 Lighting EA $25.46 22.41% $19.76 Lighting EA $73.98 22.41% $57.40 Lighting EA $85.82 22.40% $66.59 Lighting EA $95.02 22.40% $73.73 Lighting EA $233.77 22.40% $181.411 Lighting EA $1.38 22.40% $1.07 Lighting EA $118.70 22.40% $92.11 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Morris Emergency Lighting Ballast, Fluorescent T8 - T12, 17 - 215 W Lamp, 120/277 VAC, 259701 MORRIS PRODUCTS INC 72904 Instant/Rapid Start, Single/Bi-Pin Base Lighting EA $101.66 22.40% $78.89 Morris High Output Round Head Emergency Light, 0.85 W Micro LED Lamp, 120/277 VAC, 259750 MORRIS PRODUCTS INC 73112 Thermoplastic, White Lighting EA $46.00 22.40% $35.70 Morris Low Profile Time Delay Emergency Lighting Ballast, T5 - T8, 14 - 54 W/14 - 39 W 259705 MORRIS PRODUCTS INC 72913 Lamp, 120/277 VAC, Instant/Rapid Start Lighting EA $113.06 22.40% $87.74 Morris Motion Activated Security Flood Light, 24 W W LED Lamp, 120/240 VAC, CRI 80,3000 K, 259889 MORRIS PRODUCTS INC 72562 2060lumens, Die -Cast Aluminum Lighting EA $80.50 22.40% $62.47 Morris Emergency Lighting Ballast, Fluorescent T8 - T12, 17 - 110 W Lamp, 120/277 VAC, 259702 MORRIS PRODUCTS INC 72903 Instant/Rapid Start, Single/Bi-Pin Base Lighting EA $89.10 22.40% $69.15 GE 48" LED18ET8/G/4/840 Integrated Refit LED 173198 GE LIGHTING 35769 Lighting Tubes 20/Case Lighting CS $304.00 22.39% $235.92 Morris Round Head Standard Combination Exit/Emergency Light, Micro LED, 6.7 W Lamp, 259718 MORRIS PRODUCTS INC 73042 120/277 VAC, White Housing, Green Light Lighting EA $61.30 22.39% $47.58 Morris Edge Lit Single Sided Exit Sign, LED, 3.2 W Lamp, 120/277 VAC, Anodized Aluminum 259820 MORRIS PRODUCTS INC 73310 Housing Lighting EA $118.78 22.39% $92.18 Morris Prism Emergency Light, 5.4 W Incandescent Lamp, 120/277 VAC, 259749 MORRIS PRODUCTS INC 73111 Thermoplastic, Black Lighting EA $61.46 22.39% $47.70 Morris Emergency Lighting Ballast, Fluorescent T8 - T12, 17 - 40 W Lamp, 120/277 VAC, 260040 MORRIS PRODUCTS INC 72900 Instant/Rapid Start, Single/Bi-Pin Base Lighting EA $69.82 22.39% $54.19 kAYCO Bayco® 500 Watt Halogen Single Fixture Portable 87158 PRODUCTS INC SL-1002 Work Light Lighting EA $26.79 22.38% $20.79 kATCO Satco® Nuvo® Hi -Pro LED HID Replacement 321850 PRODUCTS INC 539390 Lamp, 18 W, 5000K, Medium Base Lighting EA $32.12 22.38% $24.93 Morris Dimmable Recessed Lighting Retrofit Kit, 260110 MORRIS PRODUCTS INC 72607 4 in, LED, 10.5 W Lamp, 120 VAC, Aluminum Lighting EA $11.96 22.36% $9.28 GE 24" LED8ET8/G/3/830 Integrated Refit LED 173177 GE LIGHTING 35775 Lighting Tubes 20/Case Lighting CS $196.72 22.23% $152.99 GE 24" LED8ET8/G/3/835 Integrated Refit LED 173180 GE LIGHTING 35776 Lighting Tubes 20/Case Lighting CS $196.72 22.23% $152.99 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # 173182 173191 173192 173195 173203 173196 173183 173186 173215 173150 324454 259897 MANUFACTURER NAME Mfg Product # Manufacture Product Description GE 24" LED9ET8/2/850 Integrated Refit LED GE LIGHTING 35779 Lighting Tubes 20/Case GE 48" LED15ET8/G/4/830 Integrated Refit LED GE LIGHTING 35790 Lighting Tubes20/Case GE 48" LED15ET8/G/4/835 Integrated Refit LED GE LIGHTING 35791 Lighting Tubes20/Case GE 48" LED15ET8/G/4/865 Integrated Refit LED GE LIGHTING 35798 Lighting Tubes 20/Case GE 48" LED18ET8/4/850 Integrated Refit LED GE LIGHTING 93140 Lighting Tubes25/Case GE 48" LED18ET8/G/4/830 Integrated Refit LED GE LIGHTING 35767 Lighting Tubes 20/Case GE 36" LED11ET8/G/3/830 Integrated Refit LED GE LIGHTING 35783 Lighting Tubes 20/Case GE 36" LED11ET8/G/3/835 Integrated Refit LED GE LIGHTING 35784 Lighting Tubes 20/Case GE LED6DMR16-V82735 6-Watt 2700°K AC/DC MR16 White Directional Accent Narrow Beam GE LIGHTING 39468 LED Flood Lamp GE LED12A21/830FE 3000°K 12-Watt 1100 Lumens A21 Replacement White LED Light Bulb GE LIGHTING 73384 1/Box GENERAL MANUFACTURING IN 1925-4009 SafTLite Stubby® LED Worklight & 25' 18/2 Cord MORRIS PRODUCTS INC 173206 GE LIGHTING 259874 MORRIS PRODUCTS INC 259877 MORRIS PRODUCTS INC 260099 MORRIS PRODUCTS INC 308160 VOLTEC INDUSTRIES 272287 EIKO LTD Morris Motion Activated Security Flood Light, 36 W W LED Lamp, 120/240 VAC, CRI 80,5000 K, 72570 3090lumens, Die -Cast Aluminum GE LED10DR303/827W 10-Watt 2700°K BR30 68160 Frosted Can & Down Light LED Reflector Lamp Morris Classic Low -Bay 120° Aluminum 71507 Reflector, For Use With 100 Watt Fixture Morris Classic Hi -Bay Reflector For Use With 150 71512 Watt Fixture Morris FlatPanel Wall Pack, LED, 80 W Lamp, 120/277 VAC, Bronze Housing, Cool White Light, 71573A 40 Lamps Voltec Power & Lighting 1000 08-00211 WATT Halogen Tripod Work Light Eiko® LiteSpanLED® Non -Dimmable Replacement Miniature Reflector Flood Lamp, 2.5 W, LED, LED2WMR11/120/i GU4, MR11, 140 lumens, CRI 80,3000 K Unit of Contract CATEGORY Measure List Price % Discount Price Lighting CS $196.72 22.23% $152.99 Lighting CS $295.08 22.23% $229.48 Lighting CS $295.08 22.23% $229.48 Lighting EA $295.08 22.23% $229.48 Lighting CS $409.84 22.23% $318.73 Lighting EA $249.18 22.23% $193.79 Lighting CS $229.51 22.23% $178.49 Lighting CS $229.51 22.23% $178.49 Lighting BX $12.26 22.09% $9.55 Lighting EA $19.91 22.04% $15.521 Lighting EA $93.87 21.32% $73.86 Lighting EA $105.00 21.32% $82.61 Lighting EA $7.02 21.22% $5.53 Lighting EA $20.17 20.99% $15.94 Lighting EA $20.17 20.99% $15.94 Lighting EA $221.76 20.74% $175.76 Lighting EA $72.66 20.63% $57.67 Lighting EA $6.70 20.53% $5.32 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price GE LED4DA15-C3/827 4-Watt 300 Lumens A15 173160 GE LIGHTING 34051 Replacement A -Line Clear LED Light Bulbs, 1/Box Lighting BX $6.14 20.30% $4.89 kE GE 24" LED8ET8/G/3/840 Integrated Refit LED 173181 LIGHTING 35778 Lighting Tubes 20/Case Lighting CS $196.72 20.16% $157.07 Eiko® LiteSpanLED® Dimmable Replacement Reflector Flood Lamp, 7 W, LED, Medium Screw 272592 EIKO LTD LED7WBR20/830-D (E26), BR20, 550lumens, CRI 80+, 3000 K Lighting EA $5.58 20.12% $4.46 Eiko® Advantage'" Non -Dimmable Light Bulb, 7 �EIKO W, LED, Medium Screw (E26), A19, 420 lumens, 272566 LTD LED7WA19/240/83 CRI 80+, 3000 K Lighting EA $4.88 20.05% $3.91 �EIKO Eiko® Dimmable Slim Panel Troffer, LED, 30 W, 272301 LTD SLM14-4CB-40K-U 100 - 227 VAC, 4000 K, CRI 80, 3750 lumens Lighting EA $91.61 20.04% $73.25 Eiko® LiteSpanLED® Non -Dimmable Elevator �EIKO Light, 3 W, LED, BA15d DC Bayonet, 125 lumens, 272290 LTD LED3WGBF/30/830 CRI 80,3000 K Lighting EA $11.92 20.02% $9.54 Eiko® LiteSpan® PL Horizontal Direct Fit �EIKO Replacement Lamp, 5 W, LED, G23, 500 lumens, 272572 LTD LED5W2PH/G23/8z CRI 80+, 4000 K Lighting EA $13.97 20.00% $11.18 Eiko® LiteSpan® PL Horizontal Direct Fit �EIKO Replacement Lamp, 5 W, LED, G23, 500 lumens, 272573 LTD LED5W2PH/G23/81 CRI 80+, 5000 K Lighting EA $13.97 20.00% $11.18 Eiko® Advantage'"' Non -Dimmable Light Bulb, 6 �EIKO W, LED, Medium Screw (E26), A19, 440 lumens, 272561 LTD LED6WA19/240/83 CRI 80+, 3000 K Lighting EA $4.18 20.00% $3.34 NSI ActivGARD® Polyethylene -Coated 19891 NSI - Northern Safety 134-19891 L Polypropylene Disposable Lab Coat Lab Supplies EA $3.75 55.64% $1.66 NSI N-Specs® Clear Anti -Fog Lens Splash 21543 NSI - Northern Safety 3142FF Protection Safety Goggles Lab Supplies EA $6.99 32.31% $4.73 NSI Disposable 2-Pocket Polypropylene Lab 155141 NSI - Northern Safety 155141 XL Coats, 30/Case Lab Supplies CS $44.99 27.15% $32.77 31818 �JANT PHARMACAL IP97AC125 Accutest® Accustrip Saliva Alcohol Test Strip Lab Supplies EA $3.43 25.64% $2.55 23726 �JANT PHARMACAL KC82UCC Accutest® Combination Drug Test Plastic Cup Lab Supplies EA $0.69 24.64% $0.52 �JANT Accutest® 5-Panel & Methamphetamine 23471 PHARMACAL IP01AC425 Combination Drug Test Card Lab Supplies EA $6.13 22.43% $4.75 Accutest® Accustrip Breath Alcohol Detector Test 31820 �JANT PHARMACAL IP95AC220 Strip Lab Supplies EA $3.60 22.32% $2.79 LTERLAKE Interlake Mecalux Pallet Rack Beam, Teardrop 28454 MECALUX, INC 1B65ET14400RSA4C Design -144" L x 6 9/16" H, 6,370 lb. Capacity Hardware EA $140.34 24.95% $105.32 29355 JORS NASCO INC C58HM 5/8" Hose Mender Coupler Hardware EA $5.10 23.50% $3.901 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 313932 APEX TOOL GROUP, LLC 5410705 7/16 ANCHOR SHACKLE,SCREW PIN,PAINTED EA Hardware $13.72 22.64% $10.61 313961 APEX TOOL GROUP, LLC 5390635 3/8 ANCHOR SHACKLE,BOLT TYPE,H/G Hardware EA $25.33 22.57% $19.611 313915 APEX TOOL GROUP, LLC 5200434 1/4 CONNECTING LINK,REG,752G,10/BOX Hardware EA $10.19 22.53% $7.891 313894 APEX TOOL GROUP, LLC 7506495 LATCH,9/32 REG & CIA SLING HOOK Hardware EA $10.15 22.53% $7.861 Melnor® 3/4" GHT Garden Hose Metal Male 318053 MELNOR, INC. 47C Product Adapter 2/Pack Hardware EA $4.68 22.49% $3.63 318045 MELNOR, INC. ZBM3/4 Melnor® XT Metal 3/4" Male Hose Repair Hardware EA $4.46 22.49% $3.461 FallTech® SteelGrip® 14%" Horizontal Trailing 181070 FALLTECH/ALEXANDER ANDRE 7530 Beam Clamp Anchor with Dual -adjust Jaws Hardware EA $217.59 21.72% $170.32 313925 APEX TOOL GROUP, LLC 4530735 7/16 SNAP HOOK,478-G GALV. Hardware EA $17.51 21.55% $13.741 313977 APEX TOOL GROUP, LLC 3630535 SWIVEL,EYE/EYE,272-G,5/16GALV. Hardware EA $22.73 21.54% $17.831 313923 APEX TOOL GROUP, LLC 6991834 1-1/8 WIRE ROPE CLIP FORGED 1000G Hardware EA $30.53 21.52% $23.961 313893 APEX TOOL GROUP, LLC 6991634 1 WIRE ROPE CLIP FORGED 1000G Hardware EA $25.80 21.51% $20.251 314019 APEX TOOL GROUP, LLC 4503815 5/8 HOOK,CLEVIS GRAB,473A Hardware EA $64.61 21.50% $50.721 313857 APEX TOOL GROUP, LLC 5391035 5/8 ANCHOR SHACKLE,BOLTTYPE,H/G Hardware EA $35.28 21.49% $27.701 313946 APEX TOOL GROUP, LLC 4403815 5/8 SLIP HK,CLEVIS,ALLOY,PAINTED Hardware EA $63.99 21.49% $50.241 313948 APEX TOOL GROUP, LLC 5201004 CONNECTING LINK,REG,5/8,7525,10/BX Hardware EA $18.59 21.48% $14.601 314042 APEX TOOL GROUP, LLC T9641635 SHACKLE,SCREW PIN,1,H/G,TAGGED Hardware EA $42.98 21.47% $33.751 313999 APEX TOOL GROUP, LLC 3991406 LATCH KIT,UNIVERSAL,9/29 Hardware EA $22.22 21.45% $17.451 313995 APEX TOOL GROUP, LLC 5420505 5/16 CHAIN SHACKLE ROUND PIN PAINTED Hardware EA $7.45 21.42% $5.851 Melnor® 3/4" GHT Garden Hose Metal Female 318051 MELNOR, INC. 46C Product End Connector & Water Stop Hardware EA $3.29 21.11% $2.60 Melnor® Classic Heavy -Duty Metal Twist Water 318054 MELNOR, INC. 525C Hose Spray Nozzle Hardware EA $5.25 20.91% $4.15 5" Economical Medium/Heavy-Duty Swivel 15076 FAIRBANKS COMPANY E29-5-IRB Caster, Semi -Steel Hardware EA $32.74 20.78% $25.94 Wesco® 10" Diameter Steel Hub Cellular Foam Wheel, 280 Ibs Capacity, 3" Tread Width, 5/8" 179930 WESCO INDUSTRIAL PRODUCT 053446 Bore Id, 2-1/4" Hub Length Hardware EA $66.50 20.77% $52.69 Melnor® Classic Heavy -Duty Rear Trigger Metal 318039 MELNOR, INC. 20491-10 Water Hose Spray Nozzle Hardware EA $7.37 20.70% $5.84 22230 NSI - Northern Safety 11G3619 NSI 12' Tape Measure Hand Tools EA $3.99 46.82% $2.12 1 206508 APEX TOOL GROUP, LLC C18CCRN C-Clamp Heat Trtd Aly Stl NP 18in Long Hand Tools EA $31.25 37.14% $19.641 292786 NSI - Northern Safety SX323 NSI Flip -Open Quick Change Utility Knife Hand Tools EA $8.99 35.82% $5.771 177536 KLEIN TOOLS, INC D2038 KLEIN 2000 SERIES SIDE CUT NOSE PLIERS Hand Tools EA $38.00 31.36% $26.081 177530 KLEIN TOOLS, INC 5078 KLEIN 8" ADJUST WRNCH EXTRA CAP 11.8" Hand Tools EA $37.22 30.46% $25.881 177541 KLEIN TOOLS, INC 6034 KLEIN PHILLIPS TIP SCREWDRIVER Hand Tools EA $13.33 30.28% $9.301 208105 APEX TOOL GROUP, LLC RD12BKN DRIVE RCHT 3/81N 7-3/41N CRVAN 72 RVSBL EA Hand Tools $20.03 30.24% $13.97 Bondhus® 9-Piece Prohold Balldriver L-Wrench 293359 BONDHUS 74999 Set 1.5-10mm Hand Tools ST $28.14 29.71% $19.78 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI Professional Self -Retracting Safety Utility 22127 NSI - Northern Safety SX792 Knife Hand Tools EA $4.99 29.48% $3.52 16470 HARRIS INDUSTRIES, INC. MF-1 BL 2 1/2" x 3 1/2" Vinyl Flag15" Marker 100/Pack Hand Tools PK $17.34 26.46% $12.75 212839 JAPEX TOOL GROUP, LLC SAS3210 STRIPPER W 10 - 32AWG 7-1/21N STIR Hand Tools EA $131.49 25.83% $97.531 Klein Cutlery Heritage 8" Stainless Steel Bypass 155554 KLEIN CUTLERY, LLC 8BP Cutter Hand Tools EA $17.91 25.39% $13.36 Rayovac® Brite Essentials'" 2D Incandescent 207646 ENERGIZER LLC/RAYOVAC BEK2D-A Flashlight Hand Tools EA $2.12 25.39% $1.58 85565 BLACK & DECKER US. 2073112 2046617 SNIPS AVIATION RIGHT Hand Tools EA $19.02 24.12% $14.43 1 250177 JAPEX TOOL GROUP, LLC 56615G 913C BALL POINT LONG ARM HEX KE Hand Tools ST $8.69 23.96% $6.61 1 250174 JAPEX TOOL GROUP, LLC 56612G 13PC BALL POINT LONG ARM HEX K Hand Tools ST $18.41 23.84% $14.02 1 207402 1 BLACK & DECKER US. 1779801 2L T2 ARBOR 4.25 DRILL Hand Tools EA $27.25 23.38% $20.881 �CHANNEULOCK Channellock® 430® 10" Straight Jaw Tongue & 220337 INC 430 BULK Groover Pliers Hand Tools EA $26.29 22.72% $20.32 250164 BLACK & DECKER US. STHT77148 STHT77148 STANLEY LASER LEVEL Hand Tools EA $36.60 22.48% $28.371 227453 BLACK & DECKER US. STHT77340 LASER LN CROSS 40FT +/-5/161N AA ALK Hand Tools EA $94.81 22.45% $73.521 250173 JAPEX TOOL GROUP, LLC FB13 12-3/8"WONDER BAR Hand Tools EA $11.52 22.43% $8.941 31498 NSI - Northern Safety 440-31498 NSI 12-In-1 Stainless Steel Multi -Tool Hand Tools EA $11.55 22.19% $8.991 Markal® Industrial Marker -Hard Lead 10336 LACO INDUSTRIES, INC. 96927 HARD Carpenter Pencil Hand Tools EA $1.18 21.95% $0.92 84838 BLACK & DECKER US. 7261 IRWIN DIE BOLT 7/8" 9NC HEXAGON TYPE Hand Tools EA $43.26 21.76% $33.85 1 85564 BLACK & DECKER US. 2073111 2073111 SNIPS AVIATION LEFT Hand Tools EA $17.95 21.20% $14.15 1 6259 JAPEX TOOL GROUP, LLC W22N HVY DTY INDUST SHEARS 12 .25' RT HAND Hand Tools EA $58.04 21.18% $45.751 6255 JAPEX TOOL GROUP, LLC W20 HVY DTY INDUST SHEARS 10 3/8' RT HAND Hand Tools EA $52.02 21.14% $41.021 6257 JAPEX TOOL GROUP, LLC W20LH HVY DTY INDUST SHEARS 10.25' LT HAND Hand Tools EA $55.07 21.14% $43.431 213612 APEX TOOL GROUP, LLC 82303D SET HMR 513C COMFORTABLE GRIP FGD ALY STL EA Hand Tools $143.28 20.89% $113.34 309259 BLACK & DECKER US. 2082101 6.25-IN RETRACTABLE ALM UTILITY KNIFE Hand Tools EA $5.92 20.81% $4.691 50484 BLACK & DECKER US. 11-988 UTILITY KNIFE ROUND POINT BLADE 100/PK Hand Tools EA $23.82 20.46% $18.951 198501 BLACK & DECKER US. 1779804 5L T2 ARBOR 3.25 DRILL Hand Tools EA $16.02 20.24% $12.781 207119 BLACK & DECKER US. 12092 STEEL DRILL BIT GUAGE Hand Tools EA $8.52 20.18% $6.801 Milwaukee® Heavy Duty Electronic Fluorescent Lamp and Ballast Tester Kit, T2 to T12, LED 248603 MILWAUKEE ELECTRIC TOOL C, 2210-20 Display, Alkaline Battery Hand Tools EA $149.92 20.18% $119.67 199588 BLACK & DECKER US. 10221 IRWIN STEP DRL #21 13/16-1-3/8 Hand Tools EA $114.75 20.16% $91.611 Coilhose Pneumatics® A400 Economy Auto Tire 274061 COIL HOSE PNEUMATIC A400 Pressure Gauge, 5 - 50 lb., Aluminum Body Fleet EA $6.74 52.04% $3.23 NSI Reinforced Pyramid Wheel Chock with Carry 31346 NSI - Northern Safety TS003-U Handle, 10" x 8" x 6" (9.5 lb.) Fleet EA $22.99 46.60% $12.28 Eagle Polyethylene Funnel Attachment for Type 1 5060 EAGLE MANUFACTURING CON F-15 Safety Can Fleet EA $11.84 23.85% $9.02 28337STAR WIPERS NSTRSPB-50 Red Shop Towels, 50/Bag Fleet BG $15.36 22.40% $11.921 202732 IVESTIL MANUFACTURING CON RWC-2-PR Vestil Rubber Wheel Chock W/Rope 8X5X4 Fleet EA $49.41 21.77% $38.661 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Baldwin Filters® BF592 Heavy Duty Diesel Fuel 84928 APACHE OIL COMPANY BF592 Spin -On Filter Fleet EA $9.60 21.47% $7.54 84911 M & D DISTRIBUTORS PA1712 Baldwin Filters® PA1712 Air Filter Element Fleet EA $12.10 20.77% $9.591 NOCO® Genius® BOOST® MAX'" UltraSafe 324139 THE NOCO CO GB500 20000A 12V & 24V Lithium Battery Jump Starter Fleet EA $1,969.65 20.25% $1,570.74 Rayovac® Ultra Pro" AA Alkaline Batteries, 20877 ENERGIZER LLC/RAYOVAC ALAA-24PPJ 24/Pack Electronics PK $9.93 48.13% $5.15 Duracell" Procell Professional C-Cell Alkaline 6213 SELECTA SWITCH INC PC-1400 Batteries, 12/Box Electronics BX $19.24 33.39% $12.82 Rayovac® Industrial Plus" D-Cell Alkaline 20879 ENERGIZER LLC/RAYOVAC ALD-12PPJ Batteries, 12/Pack Electronics PK $15.69 32.01% $10.67 185862 ENERGIZER LLC/RAYOVAC 815-30PPFUSK Rayovac® Fusion'" AA Alkaline Batteries 30/Pack Electronics PK $30.00 31.29% $20.61 94596 ENERGIZER LLC/RAYOVAC DIY3AAA-BXTB Rayovac® Indestructible 3AAA LED Flashlight Electronics EA $21.98 25.78% $16.31 32043 NSI - Northern Safety 302-32043 NSI LED Flashlight Electronics EA $7.00 24.60% $5.281 93609 ENERGIZER LLC/RAYOVAC ALAAA-8J Rayovac® AAA -Cell Alkaline Battery Electronics EA $0.49 23.26% $0.381 Streamlight® PolyStinger DS® LED Rechargeable 30930 STREAMLIGHT INC 76813 Flashlight Electronics EA $195.23 22.75% $150.81 85124 ENERGIZER LLC/RAYOVAC 941C Rayovac 6-Volt Alkaline Battery Electronics EA $2.92 22.64% $2.261 205350 LOGISTICS CORPORATION AAABTF TruForce'" AAA Alkaline Batteries 4/Pack Electronics PK $0.85 22.08% $0.661 Streamlight® Streamlight AAAA Alkaline 159736 STREAMLIGHT INC 65030 batteries Electronics PK $8.31 21.93% $6.49 Rayovac® 303 357 Silver 1.5-Volt Watch 288892 ENERGIZER LLC/RAYOVAC 303/357-1ZMG Electronic Battery Electronics EA $1.92 21.83% $1.50 262433 SELECTA SWITCH INC ECR2032BP Energizer® 2032 3-Volt Lithium Coin Battery Electronics PK $2.12 21.76% $1.66 1216 STREAMLIGHT INC 71500 Streamlight® Jr." LED Flashlight Electronics EA $50.37 21.74% $39.421 Energizer® AA Industrial Alkaline Batteries 155735 SELECTA SWITCH INC EN91 24/Pack Electronics PK $14.84 21.72% $11.62 23412 STREAMLIGHT INC 51038 Streamlight® Twin Task" 3 AA Flashlight Electronics EA $46.63 21.72% $36.501 Night Stick® Intrinsically Safe Dual Function 94838 BAYCO PRODUCTS INC XPP-5452G Headlamp Electronics EA $44.63 21.45% $35.06 Streamlight® Survivor® LED Flashlight with Right 1229 STREAMLIGHT INC 90540 Angle Head, Alkaline Batteries Electronics EA $93.96 20.17% $75.01 ACT Advanced Cable Ties 7" Black UV Nylon 13595 ADVANCED CABLE TIES, INC. AL-07-50-0-C Cable Ties Electrical PK $4.28 50.52% $2.12 ACT Advanced Cable Ties 14" Heavy -Duty 120 lb. 312049 ADVANCED CABLE TIES, INC. AL-14-120-0-C Black UV Nylon Cable Ties 100/Bag Electrical PK $16.05 34.68% $10.48 Voltec Power & Lighting E-ZEELOCK® & Lighted End 25' 12/3 Gauge 300V Outdoor Extension 291164 VOLTEC INDUSTRIES 05-00105 Cord Electrical EA $45.76 31.47% $31.36 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description Southwire® 50' Pro -Power 12/3 Gauge Outdoor 29347 SOUTHWIRE COMPANY, LLC. 2588 Extension Power Cord with Power Indicator Light Southwire® GFCI Protected 2' Right Angle Tri- 8347 SOUTHWIRE COMPANY, LLC. 14880-023 Cord Bryant® 15A 125V Industrial Grade Plug, Straight 226672 BRYANT ELECTRIC BRY5266NP Blade, NEMA 5-15, Grounding, Black / White ACT Advanced Cable Ties 7" Color Cable Ties, 14287 ADVANCED CABLE TIES, INC. AL-07-50-6-C 100 Per Pack 265146 KLEIN TOOLS, INC 69410 KLEIN TEST LEAD SET Wire Armour'" Professional 3/4"W x 661 x 293865 IDEAL INDUSTRIES 46-33 0.007"THK Roll Vinyl Electrical Tape 14285 ADVANCED CABLE TIES, INC. AL-04-18-6-C ACT Advanced Cable Ties 4" Cable Ties 100/Pack Bryant" 3-Way 15A 120V 277V AC Commercial 320320 BRYANT ELECTRIC CSB315B Back & Side Wired Electrical Toggle Switch 225309 KLEIN TOOLS, INC NCVT-2 Klein Tools® Dual Range Non -Contact Voltage Tester 212820 APEX TOOL GROUP, LLC XHT612N TWEEZER STL 61N CROSS LOCK POLISHED NIP 255067 KLEIN TOOLS, INC NCVT-3 TESTER, VOLTAGE NON CONTACT+ FLASHLIGHT 212821 APEX TOOL GROUP, LLC XHT678N TWEEZER SST 6-7/81N CURVED 212819 APEX TOOL GROUP, LLC XHT434N TWEEZER SST 4-3/41N SMOOTH SHARP 212818 APEX TOOL GROUP, LLC XHT600N TWEEZER STL 61N SERRATED POLISHED NIP 212822 APEX TOOL GROUP, LLC XSST4VN TWEEZER SST 4-1/41N FINE TPR Voltec Power & Lighting 2' Electrical 12/3 291731 VOLTEC INDUSTRIES O4-00097 Adapter Locking Plug & 3 Lighted Ends Klein Tools® 50-1000V AC Non -Contact Voltage 192684 KLEIN TOOLS, INC NCVT-1SEN Tester 3M• 3/4" x 60' Temflex- General Use Black 289160 3M CORP 7000008400 Vinyl Electrical Tape Ideal® 410 Electrical Crimp Sleeve Connectors 193075 IDEAL INDUSTRIES 30-410 100/Box 25181 SC JOHNSON PROFESSIONAL / 91128 BLACK DEB Aero® Proline® Curve 1-Liter Dispenser 31789 SC JOHNSON PROFESSIONAL / TF2CHR DEB Touch -Free II Chrome Dispenser 14776 NSI - Approved Vendor 200308 Tolco Pro -Blend Gallons Bottle Proportioner 155708 3M CORP 71000673119-PD52 3M Scotch-Brite General Purpose Scouring Pad 160285 HYDRA SPONGE CO., INC. AQ4GREEN Aquawash-n-Dri® Synthetic Sponge 197988 NSI - Approved Vendor 48SC-1 ArcMate 48" EZ Outdoor Standard Reacher Unit of Contract CATEGORY Measure List Price % Discount Price Electrical EA $49.14 29.14% $34.821 Electrical EA $90.15 28.28% $64.66 Electrical EA $12.55 24.52% $9.47 Electrical PK $8.27 23.43% $6.33 Electrical EA $25.09 22.67% $19.401 Electrical RL $6.17 22.40% $4.79 Electrical PK $2.69 22.35% $2.09 Electrical EA $7.48 22.35% $5.81 Electrical EA $28.14 22.05% $21.93 Electrical EA $15.77 21.78% $12.34 Electrical EA $36.83 21.77% $28.81 Electrical EA $16.08 21.76% $12.581 Electrical EA $13.90 21.75% $10.881 Electrical EA $13.44 21.74% $10.521 Electrical EA $31.67 21.73% $24.791 Electrical EA $20.25 21.10% $15.98 Electrical EA $22.76 20.73% $18.04 Electrical EA $1.39 20.63% $1.10 Electrical BX $19.55 20.41% $15.56 Cleaning EA $6.95 66.55% $2.32 Cleaning EA $28.69 59.90% $11.501 Cleaning EA $4.00 52.33% $1.91 Cleaning CS $14.71 47.64% $7.70 Cleaning EA $1.49 45.89% $0.811 Cleaning EA $21.69 43.57% $12.241 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 25155 IMPACT PRODUCTS 1451-50 Restroom Odor Control Urinal Screen Cleaning EA $1.68 42.58% $0.961 NSI Hazmat Duffel Bag Sorbent Spill Kit 12.5 gal. 225236 NSI - Northern Safety SPKHZ-DUFF Capacity Cleaning EA $155.95 42.45% $89.75 197986 NSI - Approved Vendor 48PC-1 ArcMate 48" EZ Reacher w/ Lock Handle Cleaning EA $24.26 41.13% $14.281 Sanitary Napkin & Tampon Receptacle Disposal 157631 IMPACT PRODUCTS / MALT IN[ 25025088 Bags 500/Case Cleaning CS $32.56 40.88% $19.25 155794 ARCMATE MANUFACTURING C 32S-DC ArcMate 32" EZ Reacher® Pick -Up Tool Cleaning EA $11.60 34.67% $7.581 155985 NSI - Approved Vendor 155985 FLOOR POLISH PAD WHITE 20" 5/CS AM-20WH Cleaning CS $32.46 34.40% $21.30 30881 NSI - Northern Safety 23662 NSI ActivGel Antibacterial Hand Sanitizer, 2 oz. Cleaning EA $1.69 33.56% $1.12 88014 NSI Approved Vendor RAC89334 Brasso® Multi -purpose Metal Polish 8 oz Bottle Cleaning EA $4.62 33.46% $3.07 Kimberly-Clark Professional* Kimtech* KIMWIPES® POP-UP* 4.4" x 8.4" Delicate Task 5186 KIMBERLY-CLARK CORPORATIC 34155 Wipers, 280/Box Cleaning BX $3.56 32.70% $2.40 Scott® 8" x9.4" White Multi -Fold Paper Towels 287377 KIMBERLY-CLARK CORPORATIC 37490 4000/Case Cleaning EA $67.03 32.26% $45.40 63650 SC JOHNSON PROFESSIONAL / 98104 DEB SBS 1 GAL SOAP DISPEN Cleaning EA $15.40 32.07% $10.461 Tolco® 32 oz. General Purpose Maintenance 17286 TOLCO CORPORATION 110508 Solution Trigger Sprayer Cleaning EA $1.20 32.00% $0.82 NSI C-Clear'" Non -Silicone Anti -Fog Moist Safety 22768 NSI - Northern Safety 75-NORTHERN LOG Glasses Lens Cleaning Towelettes, 100/Canister Cleaning EA $8.33 32.00% $5.66 17295 TOLCO CORPORATION 120125 Tolco® 32 oz. Plain Maintenance Solution Bottle Cleaning EA $1.36 31.73% $0.93 5643 IMPACT PRODUCTS / MALT IN[ 7150 Impact® The Amazing Sponge- Cleaning EA $1.76 31.50% $1.211 MAPA® AdvanTech StanSoly" A-10CR 11 mil 24079 RUBBERMAID/MAPA 519310-A10CR Unlined 13" Clean Process Nitrile Gloves, Pair Cleaning PR $6.31 30.32% $4.40 Purell® Advanced Instant Hand Sanitizer Wipes, 24551 GOJO INDUSTRIES INC 9113-06 270/Canister Cleaning EA $20.02 29.57% $14.30 GOJO® Pro Bag -in -Box Dispensing System Refill - 25496 GOJO INDUSTRIES INC 7220-04 Rich Pink- Antibacterial Lotion Soap, 2000 ml Cleaning EA $18.98 29.45% $13.39 DEB InstantFOAMTM Instant Hand Sanitizer, 47 ml 30690 SCJOHNSON PROFESSIONAL/ IFS50ML Pump Cleaning EA $4.91 29.15% $3.48 GOJO® Natural* Orange- Professional Hand 4528 GOJO INDUSTRIES INC 0958-04 Cleaner, 1/2 Gallon Pump Dispenser Cleaning EA $19.37 27.93% $13.96 21455 GOJO INDUSTRIES INC 1109-12 GOJO® Original Formula Hand Cleaner, 14 oz. Cleaning EA $4.11 27.54% $2.98 NSI C-Clear'" Lens Cleaning Station Tissue Refill, 3535 NSI - Northern Safety 90 LOGO NORTHER 300/Box Cleaning BX $2.08 27.14% $1.52 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price GOJO® Pro Bag -in -Box Dispensing System Refill - 30166 GOJO INDUSTRIES INC 7230-04 Shower Up® Soap & Shampoo, 2000 ml Cleaning EA $23.02 27.12% $16.78 GOJO® Pro Bag -in -Box Dispensing System Refill - 4547 GOJO INDUSTRIES INC 7255-04 Natural* Orange Pumice Hand Cleaner, 2,000 ml Cleaning EA $27.07 27.12% $19.73 3M'" Scotch-Brite'" Heavy -Duty Scouring Pad 86, 30285 3M CORP 7000045876 12/Box Cleaning BX $26.23 27.09% $19.12 NSI Industrial 60 gal. 2.65 mil Low Density 38" x 209926 NSI - Northern Safety B2259XHBL 58" Can Liners 100/Case Cleaning CS $86.50 27.05% $63.10 Enviro Conscious'" Repro 40-45 gal. Recycled Super Heavy -Duty Black Commercial Can Liners, 30159 NSI Approved Vendor JAGR4046H 100/Case Cleaning CS $41.49 26.96% $30.31 61754 Shop Vac 801-82-00 Shop Vac 2 5' Deluxe Pick Up Kit Cleaning EA $43.87 26.88% $32.081 88028 NSI - Approved Vendor SSAF-16 POLISH BUSCH SUPERSHINE ALUM POLISH 16oz Cleaning EA $30.88 26.61% $22.66 29724 UNGER ENTERPRISES INC PWKOO Unger® PROWindow Cleaning Kit Cleaning EA $148.36 26.56% $108.961 Carlisle® Extra -Large 8.25" x 4.25" x 2.25" 155844 CARLISLE SANITARY MAINTENE 36550100 Natural Color Sponge, 24/Case Cleaning EA $3.27 26.28% $2.41 196647 REMCO PRODUCTS CORPORAT 63003 Remco 16 oz. Hand Scoop Cleaning EA $4.31 25.78% $3.201 Rubbermaid® Dura-Pro® 4-Ply Mop -16 oz., 17551 RUBBERMAID COMMERCIAL PI FGF15600WH00 Cotton, 5" Headband Cleaning EA $7.98 25.66% $5.93 Restroom Odor Control Non -Para Urinal Screen, 25221 NSI Approved Vendor BWKNUS Green Apple Cleaning EA $2.80 25.42% $2.09 4428 NSI Approved Vendor BWKK2500 Toilet Seat Covers Cleaning PK $4.10 25.27% $3.061 314826 NSI Approved Vendor SJN000116 Drano® 32 oz. Liquid Drain Cleaner Cleaning EA $5.92 25.21% $4.431 NSI Industrial 60 gal. 1.4 mil Low Density 38" x 209921 NSI - Northern Safety PPK5-58XX 58" Can Liners 100/Case Cleaning CS $50.46 24.90% $37.89 180692 ESSITY PROFESSIONAL HYGIEN 6520281 Tork® Floor Stand Cleaning EA $67.32 24.85% $50.591 Rust-Oleum Krud Kutter® 12 oz. Foam AII- 174600 RUST-OLEUM CORPORATION KR124 Purpose Tough Task Remover Cleaning EA $7.28 24.62% $5.49 Weiler® Tapered Tip Squeegee Handle, 7/8 in 280340 WEILER CORPORATION 44574 Dia x 48 in L, Wood Tip, Hardwood Handle Cleaning EA $5.61 24.58% $4.23 25321 UNGER ENTERPRISES INC SR500 Unger" Safety Scraper Cleaning EA $4.37 24.22% $3.311 NSI Industrial 45 gal. 1.2 mil Low Density 40" x 209907 NSI - Northern Safety PPK4-46X 46" Can Liners 100/Case Cleaning CS $36.39 24.15% $27.60 NSI Industrial 45 gal. 14 mic High Density 40" x 209903 NSI - Northern Safety PLR404814N 48" Can Liners 250/Case Cleaning CS $44.78 24.14% $33.97 NSI Industrial 45 gal. 1.4 mil Low Density 40" x 209909 NSI - Northern Safety 209909 46" Can Liners 100/Case Cleaning CS $42.28 24.13% $32.08 NSI Industrial 7-10 gal. 6 mic High Density 24" x 209879 NSI - Northern Safety PAL242406N 24" Can Liners 1000/Case Cleaning CS $24.52 24.12% $18.61 NSI Industrial 7-10 gal. 0.7 mil Low Density 24" x 209880 NSI - Northern Safety LL23HC 23" Can Liners 500/Case Cleaning CS $21.44 24.11% $16.27 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI Industrial 33 gal. 16 mic High Density 33" x 209896 NSI - Northern Safety PAL334016B 40" Can Liners 250/Case Cleaning CS $31.61 24.11% $23.99 NSI Industrial 20-30 gal. 0.5 mil Low Density 30" 209892 NSI - Northern Safety 209892 x 36" Can Liners 250/Case Cleaning CS $40.85 24.10% $31.01 NSI Industrial 33 gal. 1.4 mil Low Density 33" x 209900 NSI - Northern Safety PPK5-39XX 39" Can Liners 100/Case Cleaning CS $29.87 24.09% $22.67 GOJO® MICRELL® Antibacterial Lotion Soap, 8 oz. 4557 GOJO INDUSTRIES INC 9752-12 Pump Bottle Cleaning EA $5.49 24.05% $4.17 86900 NSI Approved Vendor WDF10383 Lava® Heavy -Duty Hand Cleaner 4 oz Bar Cleaning EA $1.42 24.03% $1.081 30550 3M CORP 50048011056062 3M1" 20" Tan Burnisher Pad 3400 Cleaning EA $10.00 23.27% $7.671 NSI Industrial 33 gal. 1.9 mil Low Density 33" x 209901 NSI - Northern Safety 209901 39" Can Liners 100/Case Cleaning CS $40.61 23.12% $31.22 NSI Industrial 12-16 gal. 8 mic High Density 24" x 209886 NSI - Northern Safety 209886 33" Can Liners 1000/Case Cleaning CS $38.72 23.11% $29.77 Spot Shot® Instant Carpet Stain & Odor 28705 W D-40 COMPANY 9716 Eliminator Spray, 22 oz. Trigger Bottle Cleaning EA $7.14 23.11% $5.49 NSI Industrial 20-30 gal. 16 mic High Density 30" 209891 NSI - Northern Safety 209891 x 37" Can Liners 500/Case Cleaning CS $59.35 23.11% $45.64 198385 NSI Approved Vendor BWK341ACT Boardwalk" 18.5 oz. Foaming Glass Cleaner Cleaning EA $4.75 23.08% $3.65 Rubbermaid® HYGEN'" Microfiber Mop System 94084 RUBBERMAID COMMERCIAL PI FGQ75500 YL00 Quick Connect Extension Handle Cleaning EA $31.07 23.00% $23.92 155702 AMERICAN PLASTICS C401036/BUST121: DUSTMOP 5X36 CUTEND TRTD 12/CS C401036 Cleaning EA $15.03 22.99% $11.57 6935 UNGER ENTERPRISES INC MW450 Unger" 18" Floor Squeegee Cleaning EA $13.98 22.97% $10.771 Weiler® Whisk Broom, 10 in LTrim, 8-1/2 in, 280305 WEILER CORPORATION 44266 Corn/Fiber Bristle Cleaning EA $8.82 22.87% $6.80 Simple Green" Crystal 20 oz. Foaming Industrial 315369 SUNSHINE MAKERS INC 19010 Cleaner & Degreaser Cleaning EA $5.56 22.77% $4.29 86888 NSI Approved Vendor PGC74844 Bounty® 40 Sheet Roll White Paper Towels Cleaning RL $2.57 22.65% $1.991 15937 INTERNATIONAL PLASTICS INC TT -PA -BR 8" Paper Twist Ties, 2000/Box Cleaning CS $26.30 22.57% $20.361 Instant Power Professional" Heavy -Duty Single 259459 SCOTCH CORP / INSTANT POW 8877 Use Drain Opener 20 oz. Cleaning EA $4.64 22.49% $3.60 Continental Commercial Products® Continental 155872 AMERICAN PLASTICS 27281443/932CG 32 oz. Spray Bottle Cleaning EA $0.99 22.22% $0.77 3M'" 17" High Productivity Floor Machine Pad 30275 3M CORP 70000028430 7300 Cleaning EA $15.72 22.20% $12.23 NSI Industrial 60 gal. 1.2 mil Low Density 38" x 209919 NSI - Northern Safety 209919 58" Can Liners 100/Case Cleaning CS $43.39 22.03% $33.83 70715 PACIFIC HANDY CUTTER RSC432 PHC® Food Service Safety Cutter Utility Knife Cleaning EA $3.59 22.02% $2.80 Febreze 8.8 oz. Crisp Clean Scent Air Effects 193403 NSI Approved Vendor PGC96257 Spray Cleaning EA $5.32 21.99% $4.15 NSI N-Swipes® Medium Duty 12" x 13.5" White 30874 NSI - Northern Safety MW70-CPJ Towel Wipers, 870/Jumbo Roll Cleaning RL $74.97 21.92% $58.54 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Comet® Professional 21 oz. Deodorizing Cleanser 194649 NSI Approved Vendor PGC32987CT with Chlorinol® Cleaning EA $2.80 21.86% $2.19 Weiler® Threaded Tip Floor Brush Handle, 15/16 in Dia x 72 in L, Metal Tip, Hardwood Handle, 280327 WEILER CORPORATION 44302 Natural Cleaning EA $10.08 21.84% $7.88 Weiler® Threaded Tip Floor Brush Handle, 15/16 in Dia x 72 in L, Wood Tip, Hardwood Handle, 280329 WEILER CORPORATION 44303 Natural Cleaning EA $8.65 21.78% $6.77 Tork® 1,000' Universal Jumbo 2-Ply Bath Tissue 180680 ESSITY PROFESSIONAL HYGIEN TJ0922A Roll, 12/Case Cleaning CS $60.30 21.59% $47.28 Hoover® Commercial TaskVac' Bagged 5977 STEEL CITY VACUUM COMPAN CH53005 Commercial Vacuum with Tools, 12 amp Cleaning EA $281.23 21.56% $220.58 Simple Green® 22 oz. Carpet Cleaner & 185237 SUNSHINE MAKERS INC 0510001257024 Deodorizer Cleaning EA $5.47 21.53% $4.29 Tork® 800' Heavy -Duty Blue Giant Roll Paper 180684 ESSITY PROFESSIONAL HYGIEN 450304 Wiper, 800 Sheets/Roll Cleaning EA $83.77 21.43% $65.82 Weiler® Lobby Upright Broom, 36 in CAL, 5 in 280379 WEILER CORPORATION 44546 Trim, 8 in, Flagged Plastic Bristle Cleaning EA $7.90 21.38% $6.21 Accuform Signs Restroom Closed For Cleaning & Do Not Enter Reversible Fold -Ups® Sign with 15291 ACCUFORM SIGNS PFE495 Graphic Cleaning EA $45.28 21.33% $35.62 3M' 20" High Productivity Floor Machine Pad 30547 3M CORP 7000000654 7300 Cleaning EA $20.07 21.33% $15.79 Rubbermaid® Caution Wet Floor Sign - 2-Sided, 17571 NSI Approved Vendor RCP611277YW 26"L x 11"W x 12"H Cleaning EA $25.28 21.31% $19.89 288350 GOJO INDUSTRIES INC 3341-06 Purell® 32 oz. Foodservice Surface Sanitizer Cleaning EA $6.86 21.17% $5.41 Rubbermaid® Disposaduster® Disposable Dust 17534 NSI Approved Vendor RCPL255 Mop -36"Lx5"W Cleaning EA $13.88 21.16% $10.95 159956 IMPACT PRODUCTS / MALT IN[ 1525 Impact® Impact Z-Mat Deodorizing Urinal Mat Cleaning CS $55.38 21.01% $43.74 207176 NSI - Northern Safety RWKMDMC-10 NSI Recycled White T-Shirt Cloth Rag Wipers Cleaning CS $12.05 21.00% $9.52 30548 3M CORP 7000000663 3M' 20" Red Buffer Floor Machine Pad 5100 Cleaning EA $10.20 20.99% $8.06 3M1" 20" White Super Polish Floor Machine Pad 30552 3M CORP 7000000665 4100 Cleaning EA $10.20 20.99% $8.06 30551 3M CORP 7000120652 3M1" 20" Aqua Burnisher Pad 3100 Cleaning EA $10.20 20.99% $8.061 296563 KIMBERLY-CLARK CORPORATIC 32848 Scott® 8" x 800' Hard Roll Paper Towels 6/Case Cleaning CS $40.54 20.98% $32.03 General Supply 2-Ply White Bath Tissue 500 90027 NSI Approved Vendor GEN500 Sheets/Roll Cleaning RL $0.93 20.97% $0.74 88615 HAGEMEYER NORTH AMERICA 642P100 642P100 SCOTT PARTICULATE FILTER Cleaning PR $20.13 20.93% $15.921 17699 UNGER ENTERPRISES INC PPPPO Unger® 42" Litter Pin Litter Collection Tool Cleaning EA $24.42 20.93% $19.311 5641 ITW PROBRANDS 42230 ITW Scrubs® Hand Towels, 30/Bucket Cleaning EA $11.25 20.93% $8.901 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description Green Works'" Biodegradable Glass & Surface 27555 NSI Approved Vendor CL000459CT Cleaner, 32 oz. 309330 CRC INDUSTRIES, INC. 05379 CRC® Clean-R-Carb'" 05379 Carburetor Cleaner 5927 IMPACT PRODUCTS / MALT IN[ LWYS18 Impact® Mopster'" Bucketless Mop Heads 148516 NSI Approved Vendor CLO8832OCT S.O.S Steel Wool Soap Pads 10/Box Weiler® Utility Scrub Brush, 8 in OAL, 2 in 280405 WEILER CORPORATION 44013 Polypropylene Yellow Trim Weiler® Heavy Duty Threaded Tip Squeegee Handle With Plastic Hang Cap, 15/16 in Dia x 60 280342 WEILER CORPORATION 44578 in L, Metal, Black Weiler® Threaded Tip Squeegee Handle, 15/16 280348 WEILER CORPORATION 75555 in Dia x 60 in L, Plastic Tip, Metal Handle, Black 4690 NSI Approved Vendor BWK6202 Multi -Fold Natural Paper Towels, 4,000/Case ITW Scrubs® Graffiti & Spray Paint Remover 5347 ITW PROBRANDS 90130 Towels, 30 count 4286 NSI Approved Vendor HOS4147 Gards® Feminine Napkins, 250/Case Windsoft® Facial Tissues, 100/Box,30 4426 NSI Approved Vendor WIN2360 Boxes/Case 17359 KIMBERLY-CLARK CORPORATIC 21400 Kleenex® Facial Tissues, 36 Boxes/Case 5987 KIMBERLY-CLARK CORPORATIC 21270 Kleenex® Facial Tissues, 95/Box,36 Boxes/Case Pine -Sol" Multi -surface Cleaner/Disinfectant 86618 NSI Approved Vendor CL097326CT Original Pine 24 oz Bottle Rubbermaid®HYGEN'" Microfiber Mop System 94089 RUBBERMAID COMMERCIAL PI FGQ41000 RD00 Damp Mop 89262 NSI Approved Vendor CL031009CT Clorox® 64 oz. Germicidal Bleach OLFA® Self -Retracting Safety Cutter with Tape 30854 CORELLE BRANDS 1086095 Slitter CRC® HydroForce® Foaming Citrus All -Purpose 87280 G.F. LASSWELL CO. INC. 14400 Cleaner Dymon® 20 oz. Jelled Graffiti & Spray Paint 5344 ITW PROBRANDS 07820 Remover Weiler® Threaded Tip Broom Handle, 7/8 in Dia x 280324 WEILER CORPORATION 42381 5 ft L, Metal Tip, Solid Bamboo Pine Sol" Cleaner, Disinfectant, Deodorizer, 60 17270 NSI Approved Vendor CL041773CT oz. Simple Green" Crystal 24 oz. Trigger Spray Bottle 6506 SUNSHINE MAKERS INC 19024 All -Purpose Cleaner/Degreaser Weiler® Dust Pan, 12-1/4 in x 12 in, Molded 280319 WEILER CORPORATION 71077 Plastic Unit of Contract CATEGORY Measure List Price % Discount Price Cleaning EA $4.69 20.89% $3.71 Cleaning EA $6.88 20.87% $5.44 Cleaning EA $6.14 20.87% $4.861 Cleaning BX $4.85 20.86% $3.841 Cleaning EA $5.59 20.86% $4.42 Cleaning EA $9.96 20.83% $7.89 Cleaning EA $7.10 20.80% $5.621 Cleaning CS $37.08 20.79% $29.37 Cleaning EA $16.66 20.78% $13.20 Cleaning CS $62.76 20.77% $49.721 Cleaning CS $37.97 20.77% $30.09 Cleaning CS $77.49 20.77% $61.401 Cleaning CS $92.40 20.77% $73.21 Cleaning EA $3.18 20.76% $2.52 Cleaning EA $15.95 20.76% $12.64 Cleaning EA $4.93 20.76% $3.911 Cleaning EA $12.17 20.75% $9.64 Cleaning EA $10.29 20.75% $8.15 Cleaning EA $11.40 20.72% $9.04 Cleaning EA $8.45 20.67% $6.70 Cleaning EA $7.59 20.58% $6.03 Cleaning EA $8.18 20.52% $6.50 Cleaning EA $8.12 20.52% $6.45 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Simple Green® 1 Gallon All -Purpose 6503 SUNSHINE MAKERS INC 13005 Cleaner/Degreaser Cleaning EA $17.49 20.51% $13.90 25322 UNGER ENTERPRISES INC TX100 Unger® ProTrim 10 Surface Scraper Cleaning EA $13.28 20.46% $10.561 Green Works'" Biodegradable Bathroom 27557 NSI Approved Vendor CLO00452CT Cleaner, 24 oz. Cleaning EA $3.39 20.45% $2.70 Simple Green® 24 oz. Trigger Spray Bottle All- 6502 SUNSHINE MAKERS INC 13012 Purpose Cleaner/Degreaser Cleaning EA $7.07 20.44% $5.62 Dawn® Professional 38 oz. Manual Pot & Pan 194247 NSI Approved Vendor PGC45112CT Dish Detergent Cleaning EA $9.78 20.44% $7.78 Weiler® Industrial Grade Wet Mop Handle With LEILER Plated Metal Head, 54 in L, Hardwood, Spring 280437 CORPORATION 75132 Connection Cleaning EA $17.38 20.43% $13.83 86895 NSI Approved Vendor PGC08833 Safeguard'" 4 oz Antibacterial Bar Soap Cleaning EA $1.84 20.39% $1.461 Shop Vac® Ultra Pro 12 gal., 5.5 HP Wet/Dry 20838 SHOP VAC CORPORATION 5951200 /NEW#82 Utility Vac Cleaning EA $165.09 20.38% $131.44 Weiler® Full Swivel Heavy Duty Professional LEILER Grade Dust Mop Frame, 36 in L, Tie -On 280440 CORPORATION 75138 Connection Cleaning EA $19.30 20.38% $15.37 Magnolia Brush 24" Prime Stiff Palmyra No. 14 223703 G.F. LASSWELL CO. INC. 1424-SL Line Garage Floor Brush Cleaning EA $15.17 20.38% $12.08 VonDrehle Preserve Multi -Fold White Paper 158654 VON DREHLE CORPORATION 548W Towels, 16 Packs/Case Cleaning CS $27.59 20.37% $21.97 Unger® MicroWipe'" 200 UltraLite Microfiber 31774 UNGER ENTERPRISES INC ME40B Cloth, 10/Pack Cleaning PK $14.64 20.37% $11.66 Weiler® Industrial Grade Wet Mop Handle With LEILER Plated Metal Head, 54 in L, Hardwood, Screw 280436 CORPORATION 75131 Connection Cleaning EA $19.38 20.37% $15.43 Scrubbing Bubbles® Disinfectant Restroom 86614 NSI Approved Vendor SJN682264 Cleaner 25 oz. Aerosol Can Cleaning EA $6.02 20.37% $4.79 Weiler® Heavy Duty Professional Grade Dust LEILER Mop Handle, 60 in L, Wood, Clamp -On 280439 CORPORATION 75133 Connection Cleaning EA $28.25 20.36% $22.50 Weiler® Tapered Tip Squeegee Handle, 1-1/8 in LILER Dia x 72 in L, Wood Tip, Hardwood Handle, 280330 CORPORATION 44306 Natural Cleaning EA $11.04 20.35% $8.79 Charmin Essentials Soft Bath Tissue Individually 193423 NSI Approved Vendor PGC96610 Wrapped 24 Rolls/Case Cleaning CS $23.05 20.33% $18.36 NSI N-Swipes® Light Duty 9" x 17" White Wipers, 30870 NSI - Northern Safety MW60P 100/Box Cleaning BX $9.22 20.33% $7.35 VonDrehle Preserve® - 7.9" x 800' Roll Brown 267726 VON DREHLE CORPORATION B80N Hardwound Towels Cleaning CS $37.66 20.32% $30.01 Weiler® Bowl Brush Set, 3-1/2 x 3-3/4 in Brush, LEILER 14-1/2 in OAL, Plastic Bristle and Handle, White 280429 CORPORATION 75000 Bristle Cleaning EA $6.63 20.29% $5.28 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Clorox® 24 oz. Tough Stain Remover Toilet Bowl 205222 NSI Approved Vendor CL000275 Cleaner Cleaning EA $8.46 20.27% $6.74 159556 BETTER BRUSH PRODUCTS, LL( 151560 Wet Mop 60" Wood Screw Mop Handle Cleaning EA $10.33 20.27% $8.241 17545 NSI Approved Vendor RCPV116 Rubbermaid® Value -Pro"" Cotton Mop - Size #16 Cleaning EA $5.12 20.25% $4.08 Loren PUR 300 Medium Kurly Kate Stainless 86880 NSI Approved Vendor PUR300 Steel Sponge Cleaning EA $1.55 20.24% $1.24 Green Works'"' Natural Biodegradable Cleaning 29716 NSI Approved Vendor CL030380 Wipes, 62/Container Cleaning EA $6.49 20.17% $5.18 5639 IMPACT PRODUCTS / MALT IN[ 7130P Impact® Cellulose Scrubber Cleaning EA $1.47 20.13% $1.171 159579 BETTER BRUSH PRODUCTS, LLC 433012 Angled Vertical Broom Head Cleaning EA $4.98 20.09% $3.981 90019 NSI Approved Vendor GEN1805 Hard -Wound Roll Paper Towels Cleaning EA $2.52 20.09% $2.011 Boardwalk® Premium White Half -Fold Toilet Seat 190859 NSI Approved Vendor BWKK5000 Covers 250/Pack Cleaning PK $2.34 20.08% $1.87 EnviroCare'" Moldex Mold Cleaner and 5378 RUST-OLEUM CORPORATION 5310 Disinfectant Deep Stain Remover, 32 oz. Cleaning EA $6.92 20.06% $5.53 287375 KIMBERLY-CLARK CORPORATIC 28640 Scott® 8" x 800' Hard Roll Paper Towels 6/Case Cleaning CS $49.59 20.03% $39.66 5637 IMPACT PRODUCTS 7160P Impact® Cellulose Sponge Cleaning EA $1.91 20.00% $1.531 Adhesives, Sealants & 190779 3M CORP 7000047492-C103i 3M Vinyl Foam Tape 3/406 yards Tape EA $74.43 54.51% $33.86 3M'" Scotch'" #893 Filament Strapping Tape, Adhesives, Sealants & 8890 3M CORP 7000123805 3/4" x 60 yd. Tape EA $12.62 33.93% $8.34 Adhesives, Sealants & 26007 HARRIS INDUSTRIES, INC. VE-75BK Vinyl Electrical Tape, 3/4" x 60' Tape EA $1.33 33.71% $0.88 3M'" Scotch'" #893 Filament Strapping Tape, 1" Adhesives, Sealants & 8891 3M CORP 7000048809 x 60 yd. Tape EA $16.83 33.04% $11.27 3M'" #8934 Tartan'"" Filament Strapping Tape, 1" Adhesives, Sealants & 8888 3M CORP 7000028887 x 60 yds. Tape EA $7.63 31.33% $5.24 Adhesives, Sealants & 29220 BERRY GLOBAL, INC. 1087239 Nashua® Utility Grade Cloth Duct Tape Tape RL $6.45 30.61% $4.48 NSI Heavy -Duty Production Grade Carton Sealing Adhesives, Sealants & 22850 NSI - Northern Safety SC-2311 Tape - 3" x 110 yd. Tape RL $4.99 29.31% $3.53 Adhesives, Sealants & 205184 3M CORP 7000047463 3M Vinyl Tape 471 Bluej" x36 yd 5.2mil Tape EA $28.59 28.24% $20.52 Adhesives, Sealants & 218169 3M CORP 7000006094 SCOTCH VNYL ELECTRIC TAPE 35 3/4X66 RD Tape EA $7.14 27.27% $5.19 J-B Weld® 3 oz. Tube Clear All Purpose RTV Adhesives, Sealants & 207507 J-B WELD COMPANY 31310 Silicone Sealant & Adhesive Tape EA $4.88 25.45% $3.64 Adhesives, Sealants & 8901 3M CORP 00-021200-18526-, 3M'" Transparent Tape -3/8" x 72 yds. Tape EA $4.17 25.33% $3.11 Adhesives, Sealants & 190870 3M CORP 7000048401 3M VINYLTAPE BLACK 2"X36YDS Tape EA $54.07 25.13% $40.48 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 3M- General Use Duct Tape 2929 Silver, 1.88 in x 50 yd 5.5 mil, 24 per case, Conveniently Adhesives, Sealants & 194718 3M CORP 7000029030 Packaged Tape EA $14.24 23.19% $10.94 Adhesives, Sealants & 194722 3M CORP 7000049580 3M VINYL DUCT TAPE 2"X50YD 6.3MIL WE Tape EA $13.19 23.10% $10.14 Adhesives, Sealants & 194675 3M CORP 7010375912 3979 SILVER 1.881N X 60YD 24/CV IW Tape EA $10.95 22.56% $8.48 Adhesives, Sealants & 196859 3M CORP 7000050005 Scotch 665 Dble Sde Tpe 3/4x36yd Tape EA $9.95 22.50% $7.71 3M- #372 Scotch'" Carton Sealing Tape, 2" x 55 Adhesives, Sealants & 9609 3M CORP 00021200723353 yds. Tape EA $7.89 22.45% $6.12 Adhesives, Sealants & 194533 3M CORP 00051125748926 8934 FILAMENTTP CL 48MM X 55M 24/CV IW Tape EA $15.02 22.44% $11.65 Adhesives, Sealants & 190802 3M CORP 7100180415 3M SCOTCH BLUE TAPE 2"X60YD RL Tape EA $10.65 22.42% $8.26 3M- Scotch® Printed Message Tape, 2" x 110 Adhesives, Sealants & 14211 3M CORP 7000123942 yd. - Check Seal Before Accepting Tape EA $13.62 22.41% $10.57 301+ PERFORMANCE MASKING TAPE 36MM X Adhesives, Sealants & 194738 3M CORP 7000124890 55M Tape EA $9.03 22.40% $7.01 3M- Scotch® Printed Message Tape, 2" x 110 Adhesives, Sealants & 14214 3M CORP 00021200724589 yd. - Mixed Merchandise Enclosed Tape EA $23.15 21.42% $18.19 Adhesives, Sealants & 26111 BERRY GLOBAL, INC. 1087206 Colored Cloth Duct Tape, 2" X 60 yd. Tape EA $7.31 21.35% $5.75 Adhesives, Sealants & 258726 THE GORILLA GLUE CO. 7805001 Gorilla® 15g Bottle Original Clear Super Glue Tape EA $6.91 21.02% $5.46 Dap® Alex Plus® 10.1 oz. Cartridge All Purpose Adhesives, Sealants & 295588 DAP INC 7079818156 Acrylic Latex Caulk with Silicone Tape EA $3.56 20.86% $2.82 Adhesives, Sealants & 254924 THE GORILLA GLUE CO. 052427610010 Gorilla® 1" x 10 yd. Roll Black Duct Tape Tape EA $4.30 20.74% $3.41 Adhesives, Sealants & 254923 THE GORILLA GLUE CO. 052427600356 Gorilla® 1.88" x 35 yd. Roll Black Duct Tape Tape EA $14.88 20.59% $11.82 3M- Scotch'" Magic'" Invisible Tape, 1/2" x 36 Adhesives, Sealants & 8876 3M CORP 7000029141 yd. Tape RL $2.79 20.22% $2.23 32257 BLACK & DECKER US. DW8251 Flap Disc 4.5in Z60 Grit Lng life Abrasives EA $8.12 29.35% $5.741 22466 BLACK & DECKER US. DW8312 Flap Disc 4.5in 5/8-11 Arbor 60 grit Abrasives EA $8.56 29.28% $6.05 1 22464 BLACK & DECKER US. DW8308 FLAP DISC 4-.5' 7/8' 60 DW8308 Abrasives EA $7.06 29.21% $5.001 32223 BLACK & DECKER US. DW8424H Abrasive Cut Off 4.5in Metal 27/HUB Abrasives EA $4.20 27.36% $3.05 1 22475 BLACK & DECKER US. DW4999 DEPRESSED CTR GRIND/WHEEL 7"-1/4"5/8" Abrasives EA $7.08 25.70% $5.261 DeWALT® Metal Portable Gas & Electric Saw 32232 BLACK & DECKER US. DW8022 Blade, 12" x 1/8" x 1" with 5,500 Max RPM Abrasives EA $7.31 25.52% $5.44 32263 BLACK & DECKER US. DW4623 Depressed CTR Grind/Wheel Hubbed Metal Abrasives EA $5.15 25.48% $3.84 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description 3M' Silver 4 1/2"D x 0.045"THK 7/8" Depressed 293375 3M CORP 00051125874663 Center Hole T27 Abrasive Cut -Off Wheel 22474 BLACK & DECKER US. DW4719 Depressed CTR Grind/Wheel 7-1/4-7/8 3M' Silver 6"D x 0.045"THK 7/8" Center Hole T1 289518 3M CORP 7010412152 Abrasive Cut -Off Wheel 3M' Silver 3"D x 0.060"THK 3/8" Center Hole T1 293628 3M CORP 00051125874595 Abrasive Cut -Off Wheel CGW® 48010 Standard Coated Abrasive Disc, 4- 257990 CGW ABRASIVES 48012 1/2 in Dia, 7/8 in Arbor Aluminum Oxide Bosch® 4 1/2" x 0.098" X-LOCK Arbor T27A 30G 323015 ROBERT BOSCH TOOL -CST CWX27M450 Metal Cutting & Grinding Abrasive Wheel Bosch® 4 1/2" x 0.045" X-LOCK Arbor T1A 60G 323029 ROBERT BOSCH TOOL -CST TCWX1S450 Fast Metal & Stainless Cutting Abrasive Wheel 3M• Silver 3"D x 0.035"THK 1/4" Center Hole T1 293625 3M CORP 7100138406 Abrasive Cut -Off Wheel CGW® Premium Z3 Zirconia Alumina Grain 4 189975 CGW ABRASIVES 42322 1/2" x 7/8" 40G Type T29 Abrasive Flap Disc 257758 CGW ABRASIVES 49653 CGW® C3 Buffing Compound, 5.6 oz, Green Standard Abrasives•" 522106 TSM Type Quick - Change Coated Abrasive Disc, 3/4 in Dia, 5/8-11 298960 3M CORP 00051115324000 Arbor, 80 Grit, Medium, Aluminum Oxide DeWALT® Heavy -Duty Depressed Center Concrete & Masonry Grinding Wheel, 41/2" x 32262 BLACK & DECKER US. DW4524 1/4" x 7/8" with 13,300 Max RPM Bosch® Bosch® WB509 Single Row Cup Brush, 3 in Dia, 5/8-11 Arbor, 12500 rpm, Carbon Steel 217463 ROBERT BOSCH TOOL -CST WB509 Knotted Wire 3M' Silver 4 1/2"D x 0.040"THK 7/8" Center 293649 3M CORP 00051125874649 Hole T1 Abrasive Cut -Off Wheel Milwaukee® Type 1 Cut -Off Wheel, 4-1/2 in Dia x 250634 MILWAUKEE ELECTRIC TOOL 0 49-94-4500 0.045 in THK, 7/8 in Arbor, 60T Grit Milwaukee® Reinforced Type 27 Grinding Wheel, 250635 MILWAUKEE ELECTRIC TOOL C, 49-94-4510 4-1/2 in Dia x 1/8 in THK, 7/8 in Arbor, A30S Grit 250655 MILWAUKEE ELECTRIC TOOL C, 49-94-7050 WHEEL CUT-OFF 7X5/8X3/321NA24RA/OCRS 250656 MILWAUKEE ELECTRIC TOOL C, 49-94-7055 WHEEL CUT-OFF 7X5/8X1/81N C24T SILI CAB 250625 MILWAUKEE ELECTRIC TOOL C, 49-94-1405 WHEEL CUT-OFF 14X1X3/321N A36P A/0 MTL Unit of Contract CATEGORY Measure List Price % Discount Price Abrasives EA $3.98 25.47% $2.97 Abrasives EA $4.48 25.36% $3.341 Abrasives EA $6.44 24.94% $4.83 Abrasives EA $3.31 23.98% $2.52 Abrasives BX $15.94 23.33% $12.22 Abrasives EA $2.08 23.24% $1.60 Abrasives EA $2.55 22.36% $1.98 Abrasives EA $2.92 22.34% $2.27 Abrasives EA $5.76 22.32% $4.47 Abrasives BX $15.21 22.13% $11.851 Abrasives CS $17.53 21.96% $13.68 Abrasives EA $3.04 21.81% $2.38 Abrasives EA $18.87 21.76% $14.76 Abrasives EA $3.98 21.72% $3.12 Abrasives EA $2.94 21.72% $2.30 Abrasives EA $3.38 21.46% $2.65 Abrasives EA $3.62 21.43% $2.84 Abrasives EA $3.62 21.43% $2.841 Abrasives EA $11.24 21.42% $8.83 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description 3M' Cubitron'" II Cut -Off Wheel T27 Quick Change 66530, 4.5 in x .045 in x 5/8-11 in, 25 per 195105 3M CORP 7100034773 inner, 50 per case 250661 MILWAUKEE ELECTRIC TOOL C, 49-94-9085 WHEEL GRIND 9X5/8-11X1/41N ZA24R CRS MTL 250644 MILWAUKEE ELECTRIC TOOL C, 49-94-5010 WHEEL GRIND 5X7/8X1/81N A30S A/O CRS 250643 MILWAUKEE ELECTRIC TOOL C, 49-94-5020 WHEEL GRIND 5X7/8X1/41N A24R A/0 CRS 250647 MILWAUKEE ELECTRIC TOOL C, 49-94-6300 WHEEL CUT-OFF 6X7/8X0.0451NA60TA/OVFN Milwaukee® Reinforced Type 27 Grinding Wheel, 4-1/2 in Dia x 1/4 in THK, 7/8 in Arbor, ZA24R 250639 MILWAUKEE ELECTRIC TOOL C, 49-94-4580 Grit kM 3M' Fibre Disc 381C, 7 in x 7/8 in 36, 25 per 194768 CORP 7000118934 case Milwaukee® General Purpose Reinforced Type 27 Grinding Wheel, 6 in Dia x 1/4 in THK, 5/8-11 250648 MILWAUKEE ELECTRIC TOOL C, 49-94-6330 Arbor, A24R Grit DeWALT® Type 27 Thin Depressed Center Abrasive Cut -Off Wheel for Metal, 4" x 0.045" x 32221 BLACK & DECKER US. DW8420 5/8" with 15,200 Max RPM 323056 ROBERT BOSCH TOOL -CST MGX0100 Bosch® X-LOCK Backing Pad Clip Bosch® 5" X-LOCK Medium Hardness Backing 323054 ROBERT BOSCH TOOL -CST MGX0500 Pad & X-LOCK Clip DeWALT® 12" Heavy -Duty General -Purpose 22477 BLACK & DECKER US. DW8004 Chop Saw Wheel - 1" Arbor DeWALT® 4" Heavy -Duty Depressed Center 22471 BLACK & DECKER US. DW4419 Grinding Wheel - 5/8" Arbor 191076 GREENFIELD INDUSTRIES C17575 1/4 SHNK X 2 OAL BURR 5/8 LTH 1/4 CD" kM 3M' Paint Masking Tape 231/231A Tan, 24 mm 194579 CORP 00021200037771 x 55 m 7.6 mil, 36 per case Bulk Milwaukee® General Purpose Reinforced Type 27 Grinding Wheel, 6 in Dia x 1/4 in THK, 7/8 in 250650 MILWAUKEE ELECTRIC TOOL C, 49-94-6340 Arbor, A24R Grit Milwaukee® General Purpose Type 1 Cut -Off Wheel, 12 in Dia x 3/32 in THK, 1 in Arbor, A36P 250621 MILWAUKEE ELECTRIC TOOL C, 49-94-1220 Grit 250658 MILWAUKEE ELECTRIC TOOL C, 49-94-9025 WHEEL GRIND 9X5/8-11X1/41N A24R A/O CRS 250640 MILWAUKEE ELECTRIC TOOL C, 49-94-4585 WHEEL GRIND 4-1/2X5/8-11X1/4IN ZA24R CRS 250653 MILWAUKEE ELECTRIC TOOL C, 49-94-7020 WHEEL GRIND 7X7/8X1/41N A24R A/0 CRS DeWALT® Type 1 Thin Flat Abrasive Cut -Off Wheel for Metal, 4" x 0.045" x 5/8" with 15,200 32219 BLACK & DECKER US. DW8061 Max RPM Unit of Contract CATEGORY Measure List Price % Discount Price Abrasives EA $10.24 21.41% $8.05 Abrasives EA $13.11 21.41% $10.30 Abrasives EA $4.06 21.38% $3.191 Abrasives EA $4.06 21.38% $3.191 Abrasives EA $4.06 21.38% $3.19 Abrasives EA $7.50 21.35% $5.90 Abrasives EA $3.63 21.33% $2.86 Abrasives EA $6.40 20.97% $5.06 Abrasives EA $1.84 20.96% $1.45 Abrasives BG $7.60 20.91% $6.011 Abrasives EA $23.15 20.79% $18.34 Abrasives EA $6.10 20.67% $4.84 Abrasives EA $2.86 20.63% $2.27 Abrasives EA $13.75 20.56% $10.921 Abrasives EA $13.44 20.54% $10.68 Abrasives EA $5.75 20.52% $4.57 Abrasives EA $7.96 20.47% $6.33 Abrasives EA $10.59 20.47% $8.42 Abrasives EA $9.50 20.45% $7.56 Abrasives EA $5.52 20.43% $4.391 Abrasives EA $1.84 20.41% $1.46 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description DeWALT® Metal Abrasive Portable Circular Saw 32229 BLACK & DECKER US. DW3511 Blade, 7" x 1/8" x 5/8" with 8,700 Max RPM DeWALT® Concrete & Masonry Portable Circular 32230 BLACK & DECKER US. DW3521 Saw Blade, 7" x 1/8" x 5/8" with 8,700 Max RPM 250666 MILWAUKEE ELECTRIC TOOL C, 49-94-4520 WHEEL GRIND 4-1/2X7/8X1/41N A24R A/O RSN 3M' Cubitron'" II 4 1/2" x 5/8"-11967A T27 293033 3M CORP 7100058067 Flap Disc 3M' Cubitron'. II 5" x 0.045"THK 7/8" Arbor T1 195104 3M CORP 00051115665264 Ceramic Abrasive Grain Cut -Off Wheel Milwaukee® Type 27 Cut -Off Wheel, 6 in Dia x 0.045 in THK, 7/8 in Arbor, 60T Grit, Aluminum 250649 MILWAUKEE ELECTRIC TOOL C, 49-94-6305 Oxide Abrasive 3M' Silver 4 1/2"D x 0.093"THK 7/8" Depressed 293377 3M CORP 00051125876599 Center Hole T27 Abrasive Cut -Off Wheel 3M' Cubitron- II 3" x 0.035"THK 1/4" Arbor T1 187104 3M CORP 7100094770 Ceramic Abrasive Grain Cut -Off Wheel Bosch® X-LOCK 5" Coarse 24 Grit Zirconia 323065 ROBERT BOSCH TOOL -CST FBX524 Abrasive Fiber Discs 25/Pack Unit of Contract CATEGORY Measure List Price % Discount Price Abrasives EA $4.65 20.39% $3.70 Abrasives EA $4.65 20.39% $3.70 Abrasives EA $2.94 20.37% $2.34 Abrasives EA $14.51 20.36% $11.56 Abrasives EA $9.20 20.18% $7.34 Abrasives EA $5.52 20.15% $4.41 Abrasives EA $4.98 20.06% $3.98 Abrasives EA $7.65 20.05% $6.12 Abrasives PK $42.31 20.02% $33.84 Docusign Envelope ID: 2FB5EBB3-8430-4821 -B8AC-CE81 B0756DAO Maintenance, Repair antl Operations lMR0l Supplies, Equipment, REGION 4 ESC and Related produttz and Services CORE LIST/MARKET BASKET RFP.4-08 APPENDIX E - PRICE SHEET OFFEROR ITEM NUMBER W396 G00$ OFFEROR MANUFACTURER MANUFARURER ANUMBER DDELN Bf OQUOTEUM R NO QUOTE ITEM DESCRIPTION 3-6 AO WHITE SUBWAYTHE D 2W-B KDWWSELECTSTUD ALTERNATE DESCRIPTION SUPPLY CAGEGO NO QUOTE RY NO QUOTE UND OF UNR OF INDIC4TEOTHER MEASURE IEACH, MEASURE (PACK, UNITOFM ifavailablel if available) lit neetletl) pERCENi SURE DISCOUNT OFF NET UNIT PRICE ALTERNATEUNIT OF ALTERNATEUNROF ALTERNATEINDICATE ALTERNATE PER CENT ALTERNATE NET UNIT MEASURE (EACH, If MEASURE IPACK,H OTHER IINITOF LTERNATE LIST PRICE available) available) MSURE (knretletl) A DISCOUNT OFF LIST PRICE 446993 16351 10305 NOOVOTE NOQUOIE NOQUOTE 12-2ALEONIASILVERPORCTILE55 NE%CLN WH VNL TL 801E GraNHieh Strength Concrete Mix NO QUOTE NDDOTE NO QUOTE 40069] 112384 NOQUOTE NOQUOIE ACL 1-.0]nK 130nnleramic Floor The )Common. l3-InK13- 4 RICE MELT NO QUOTE NO QUOTE 1 1. 222730 1.2 134917 NO QUOTE NO QUOTE NO QUOTE NO QUOTE 144i 2 TC WHITEWOOD BOARD QUIKKETE 50-LB CONCRETE MIX 111�2.J% 1(!T[TTi �'&&jjQQ�+�\ QPR 50-l� 11 �Nf ��1�1� NO QUOTE NO QUOTE NO QUOTE NO QUOTE 34$501 85281 40869] —d 118181E NOQUOIE 0�80%1 2-CUFTAB.i.eMREDMULCH eige M REDMUD Ceramic Floor Tile Dn'. 13-inx 1D,Vn, ARoa1. 130] x130J+n) NO QUOTE NO QUOTE IEACH s3.99 91130] 1202922 0NOIJ11 NO QUOTE NO QUOTE WATERCOLOR FLORAL FABRIC CURTAIN 518-5-1/2-6 DE PT PICKET NO QUOTE NO QUOTE OilPACK 12]394] ]001 432401 BJ365 353050 NOQUOTE �NO QUOTE NSI Approved Ventlor 96038 R1/4-IN ZINC FLAT WASHER per perk 2W-B TOP CHOICE 12-PRIMESTU 2-0-12 TOP CHOICE ADWHITEOFIE E OOfeetperroll S.040 perk NoCUOTE NO QUOTE BPlIdmL Supplies Roll 503— 54.60 543.21 31.01% 529.01 112212 �1— 228823 d 84805C NOQUOTE 62262 NO QUOTE ]/16 CAT OSB SHEATHINGLR H M 1 CT 114 IN ZINC INUT 300 per Pack HM-1/4-IN%1-IN ZC FNDRWAS Z CEIL STB CRS TEE WHITE NO QUOTE Fasteners NO QUOTE NO QUOTE PACK 3.8E 36.J9% 2.4 1 NSI Approved 187367end0r o96043 NSI Approved 150 Vendor I45 NSI Approved ryH 16352 HOCROTEW NOQUOTE 99649 NOQUOTE BIN 5/16-INSLDBRDNYLONRP-600—perroll S.061perk HM-3/B-IN ZINC FIAT WASHER-IB0/pk Medium Cardboard Moving Boxwkh Handle HoleslARual 18Hnx 16-inx18-in) 2-0-92-5/8KDWWSELECr STUDN 5/8-6d DE PT PICKET BUAtlin¢Supplies Roll Fasteners PACK _ NO QU _ NO QUOTE NO QUOTE ".. 30.30% 541.00 $1400 35.86% $8.98 51290 .Z]% 992 NO QUOTE 7-pp—d6169] IHD381 20WHI D381212D ryH 2. 221 HO QUOTE W COCKA NO QUOTE INTERNATIONAL 12-241EONIA SAND POflCLN TILE HM—NO103/4IN STLFNDWSHR 100/PN mall rdbo rd Mo ing Box wkh Handle Hol IA ua116-Inx12- 2-inl 41L6 TOP SOIL 2-CU FT PREMIUM BROWN MULCH NO QUOTE rs NO QUOTE NO QUOTE PACK $1433 05]% 59.95 546] zz% 53.02 220003 320912 Tell 192122 I6]390 6J341 848054 NO QUOTE NO QUOTE NO QUOTE NO QUOTE NO QUOTE NO QUOTE HMI CT 3/S IN ZINC HEX NUT -LED per Pack NIAGAPA 32-CT PURIFIED WATER 2-CU Fi PINE BARKNUGGET500 OGATE HM 1{T 3/8-IN GALV FIAT WASHER -XI N 16 GALV HE%NUT Fasteners NO QUOTE NO QUOTE NO QUOTE NO QUOTE NO QUOTE NO QUOTE PACK + 292% 55.2E 14511 I100039 NOQUOTE APE%TOOL 1-2A PNM SPRUCE PNE FIR FS BHK3/32INCUPVNYLCOATCBL-250FeNperroll $0.189per NO QUOTE 1J96045] 11214 146349 1664919 IB]]98 GROUP, LLC 9J ]OQUOTE NO QUOTE NO QUOTE OQUOTE ".INC'001 foot OW4 AO WHITE TILE �Y II 2-CU Fr PREMIUM BLACK MULCH 2.6E-54 FT AUGUSFINE 500 PBS PROTECT SOURCE 2IN CHIP BRUSH omcz NOCMITE NO QUOTE NO QUOTE NO QUOTE Paint I %I 58653 $56.65 043 $031 I 1433460 NOQUOTE b4-11 TOP CHOICE KD WHITE FIR NO QUOTE 189198 163554E NOQUOTE �NO QUOTE SOS WIRING DEVICES 5/e-5-1/Z-6 DE PT PICKET NO QUOTE NO QU� 2]194 INCGRNATIONAL 353100 HM 1{T S/]6-I NZINCFIATWASHER- per paA Fasteners PACK $11 ]] 3 % $J 666529 GE UGHl1NG F32T8/SP%4]/ECO2 IuOresceM Unear LamO.Te,C0oIp100K LigM1One EACH $65 fI 35.23J $4 I]2866 GE LIGHTNG F28T6/%L/SP%41/Ei( Fluorescent Linear Lamp.T8,Coo1,4100K URM1tinR EACH 565E/I 3 X 54 1162235 DURACELL PC35DDBKD Standard Battery,M,AIkallne,PK24 Batteries PACK S1615 38859� 59 168851 GE LIGHDNG F32MSPX351ECO2 Fluorescent Unear Lamp.T8,Neikm1,3500K URDtmR EACH 5654 35.58 1 5a I3D18J NSRE., ed Ventlor 3018J Trash Bags,45 Ra1,200 miI.PK100 Cleaning SE 56152 % 539 1319669 AC DUR ELL PC2400BKD Standard BatterY,AAA,AIkaline,PK24 es Bared PACK y $1J 02 339 $10 1241" OFF 629350 RAI B-11ent,Aerosol,fi oz SafeN EACH 591i 3 55 664J4 GEUGHTING F34/C%41/WM/EGO Fluorescent Unear lame,T12,C0oIp100K Lighting EACH $654 35.239J� $4 168853 GE LIGHTNG F32T8/SP%SD/ECE2 Fluorescent Lamp,T8,Ve C001,5000K LIBM- EACH 565� 35.23% 54 30799 NORTHERN SAFETY &INDUSTRIAL 30799 Saint Glasses,Clear,UncOated Safety EACH $1. 7062% 5o HVAC/Refrige ` 43635 AAFF11,-, 172-112-800 Std Cap.Pleated Fllter,20x25x2,NE 12/0ase EACH $839 5193% $4 129]53 AMBER INC-ZEP RDD301 Toil—ICleaner,32oz,Bottle C17'" EACH �GH 5419 EARN`34.52 I4D463 AC/It-gi— PAF Flantlers DD Sttl CY,Pleated Filter,16x20rc2,MERV LED— EACH 569E 2.0J% 53 I38948 AC/0.efdgerati PAF Flantlers 1J21-00 S[tl Cap.Pleatetl Fll[er,16x25rc2,MERVB 12/Gaze 4 5]02 7.35% 53 I386 AC,Refdgemtt PAC Flantlers 00 Cap.Pl1,L,N Hl[er.20x20x2,MERVB ]2/Case 5]43 1.3J% 53 36J24 RSafery K11 9658L12 iz GlOves,LNatural,PR Safety EACH $083 6566 5o —...tvfles P2!M1B6r E,p� QUOTE SO I3594 NORTHERN SAFETY I & NDU�NOW— 91, EACH 5302 6503% 51 ova s�$ i it s b A A mzo 3 M. U 'lm' 9 ^' a 'E e r E 4 m= d c E v ` v a 3 - AEz. a E _ q Q- E._ c 00 r 2 g C = d 9 rEz a > _ T a 2 0 G G `T ' o LLG w c Q co a i q a w e 3 V N N w 9 m 3 3 p m z Z. z�z �a o W L LL� - aLU W -� p s Fw Wa,- ki - a �s¢ < S'a_ WG =c We w� =c =� m a� Ga A A A, A A -- q q- E€ o ;� o o A z A s =os N s ii�`pJ, a 8o��az>� pa_a 8 83� 8�oa 8��'a� ��°�,�., sz> zw u� x �a Q< zm �'"z> zm z.a zm zee ��_ = of p� Q a O N -w > of W o xmos r $�a�.. ..� m r r m r���� $ M ..� .. �� .. a 2 M U O 0 u c LO O LU Eg 3 w S oo a W d\0 3 4 s iszo d d k m o f 9 J S v E & ` I` `a p t C sS. = `u G r r m c 3 r m g 'o a r r `a E ,"• &' _ o m $ _ _ z a F f z m m d z z 5 & N oc)z S g S _ W z N z z ��. .�. a 8 .. z z x O o 0 ' <z coz' f:LU a - m af_3 S a aRF- S a ab - o oy �b o3 -s -� zo i i - - ��� W Wx_s i - i - fix- Wx_s i - z z �x_� W Wx_s -` _E E z mo a Wb L.L i �o_ LL - - �m >o �� -,�° Ca' �'m" p w = W pww = W = W E E"m' a' N z> zw zmE �z » �� ¢ ¢az> _ zroz>"�Ef mz>"3 _ � ?3 �'�z> z z3�� z3F� z3�� z3F� z z3F:z>3F�z>z> _ _ z zz> Q mom of ova 0 R U O f $ W 7 U O 0 0�9 s�$ s In E oo c n m S 00 LU 42 w z u w ¢ $ ry c w - - Q m 3 zg 3 w m z 0 8 "d e - F ''' v = & - - c m 5 d C 5 5 S d Y 3 C m - y `3 cm x - 'a 5 'g S c 3 d$d$d$ a =< S _ g 5" v� 9 N i S f x $ d E a - _ b A Q$ Q$ Q$ S 3 3 3 3 3 3 3 ��. _ = sue. m Nam. .. o r > > > > > a 8 s E s E s 9 LL x x u u x O M p f o� 5w = o 8 8 8 8 v 8 8 8 8 8 M m �� ry ry ry ry e ry v ry m ry n a ry ry .. v m e ry e m m ry n n n n n m ry ry ry n a ry e e a a e m LU m f _ _ _ o _ _ _ a b _ a _ _ _ a _ a _ a _ _ _ a _ - LL w x mFd mfd w x W mFd rc w w mFdmf x z a w w z mFd=> mid p w 'm" a _ mFd=>=>=>_>_>_>_>_>= w w a mFd= mF� 'm" t w rz s 'm" a w z mFd N s 3 z 3. ? 3 = = 3 3 .. >" 3 3 r d= __> >" 3 ? 3 r Fdm�d=>= 3 3 r > 3 >" 3 > 3 F: F�=>= 3 3 >" 3 Q mom of oWa 0 3 47 n $ ry ry > of W ry ry 4 ry 4 m 8 4 ry .. ry m v v m ry 4 ry ry m ry ry ry W $ $ S S 4 Wo n n o n ry n d ry o n o n n n a n o o u u o 27) 7 U O 0 LO o00 8 S E _ 00 3\ m 6 �'y 3 3 9 x x O M p $ $ T $ $ M x o o v 8 8 m LU m _ L.L z '2 te � E t Vi a' t; c t; � t; �c to �a to = i Vi a' z> z> z >" 3 F 3 r 3 F 3 r - z> z> - - z> z >" 3 F 3 r 3 F? >" 3 r 3 F 3 r?> 3 F 3 r?> - - z> z> - z> 3 F?> - - z> z Q mom of 0Wa p j Y Y d S 8 V V & d W C 7 U O 0 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81 B0756DAO REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 INDICATE WHAT THE DISCOUNT IS OFF (MANUFACTURER'S LIST PRICE, MANUFACTURER OR OTHER NAME FIXED DISCOUNT OFF LIST PRICE WHOLESALE PRICE, CATALOG, ETC.) IN/A I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 Northern Safety Response NSI offer's standard Volume Discounts published on our Website for mutliple product lines. The 10% discount offered is off lowest price advertised with ** Items marked on CLEARENCE on Website are final prices- no additional discounts may be applied ** All Prices include standard shipping. Emergency shipments may require additional fees CATEGORY MANUFACTUR AME Percentage Discount off NSI List Price Abrasives All 10% off Lowest Advertised Price (Adhesives, Sealents and Tape All 10% off Lowest Advertised Price (Cleaning All 10% off Lowest Advertised Price IElectrical All 10% off Lowest Advertised Price IElectronics, Appliances and Batteries All 10% off Lowest Advertised Price (Fasteners All 10% off Lowest Advertised Price (Fleet and Vehicle Maintenance All 10% off Lowest Advertised Price IFurniture, Hospitality and Food Service All 10% off Lowest Advertised Price I Hand Tools All 10% off Lowest Advertised Price (Hardware All 10% off Lowest Advertised Price I HVAC and Refridgeration All 10% off Lowest Advertised Price I Lab Supplies All 10% off Lowest Advertised Price I Lighting All 10% off Lowest Advertised Price I Lubrication All 10% off Lowest Advertised Price I Material Handling All 10% off Lowest Advertised Price I Motors All 10% off Lowest Advertised Price (Office Supplies All 10% off Lowest Advertised Price (Outdoor Equipment All 10% off Lowest Advertised Price I Paint, Equipment and Supplies All 10% off Lowest Advertised Price (Plumbing All 10% off Lowest Advertised Price (Pneumatics All 10% off Lowest Advertised Price I Power Tools All 10% off Lowest Advertised Price I Power Transmission All 10% off Lowest Advertised Price (Pumps All 10% off Lowest Advertised Price I Safety All 10% off Lowest Advertised Price ISecurity All 10% off Lowest Advertised Price ITest Instruments All 10% off Lowest Advertised Price Melding All 10% off Lowest Advertised Price I HVAC Filters All 10% off Lowest Advertised Price I Emergency Preparedness/Response All 10% off Lowest Advertised Price I All other categories All 10% off Lowest Advertised Price ISourced Items I I I I I I I I I I I I I I I I I I I I I All 10% off I I I I I I I I I I I I I I I I I I I I I Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81BO756DA0 REGION 4 ESC MAINTENANCE, REPAIR AND OPERATIONS (MRO) SUPPLIES & RELATED SERVICES RFP #24-08 SERVICES Northern Safety Response *** All Prices include standard shipping. Emergency shipments may require additional fees ISERVICE DESCRIPTION RATE PER HOUR DISCOUNT Air Sampling (Send to lab for certification) $ 185.00 $10 Discount off test. Labor to be quoted if travel is needed. $10 off labor Breather Box Inspection/Repairs $ 115.00 5%off Parts, $10 off labor Emergency Eye Wash and Shower Inspections $ 115.00 5%off Parts, $10 off labor Emergency Exit Light Inspections $ 115.00 5%off Parts, $10 off labor Fall Protection Inspections $ 115.00 5%off Parts, $10 off labor I Fire Extinguisher Inspections/Refill 10% discount off quoted price Fire Hose Testing 10% discount off quoted price Fire Pump Testing 10% discount off quoted price Fit Testing $ 55.00 Per Test. $10 off labor. Would need to quote if travel is needed. I Fixed Instrument Repair/Calibration 10% discount off quoted price Foam Sampling 10% discount off quoted price Harness Laundering $ 75.00 $75 Per piece. $10 Discount. OMNIA price is $65 Level A Suit Pressure Testing $ 55.00 PIV Inspections 10% discount off quoted price Portable Instrument Calibration $ 115.00 Portable Ladder Inspections $ 115.00 Respirator Cleaning $ 25.00 $S Discount ISCBA Inspections Functional Testing (In -House) $ 115.00 10% discount offquoted price ISCBA Inspections Functional Testing (Mobile) 10% discount off quoted price Parts I 10% Discount off website pricing (SERVICE DESCRIPTION RATE PER Month IAED-Heartsine 350P $ 125.00 Pricing varies by make and model IAED-Zolls $ 125.00 Pricing varies by make and model I5-Min Escape Packs (ELSA) Rental - Quoted at the time of request - at least 10% off of list price on website I10-Min Escape Packs (ELSA Rental - Quoted at the time of request - at least 10% off of list price on website I Scott Airpak 2.2, w/30 min Cylinder & AV2000 or AV3000 Rental - Quoted at the time of request - at least 10% off of list price on website I Scott Airpak 4.5, w/60 min Cylinder & AV2000 or AV3000 Rental - Quoted at the time of request - at least 10% off of list price on website IScott 5 Min SKA-PAK w/AV2000 or AV3000 Rental - Quoted at the time of request - at least 10% off of list price on website IScott 10 Min SKA-PAK AT w/AV2000 or AV3000 Rental - Quoted at the time of request - at least 10%off of list price on website I Scott AV2000 or AV3000 Facepiece Rental -Quoted at the time of request - at least 10% offof list price on website I Scott Weldovista Rental -Quoted at the time of request -at least 10% off of list price on website I Scott Bayonet Adapter Rental -Quoted at the time of request -at least 10% off of list price on website I3M Full Face - 6000 Series Rental -Quoted at the time of request -at least 10% off of list price on website I3M Half Face - 6000 Series Rental - Quoted at the time of request - at least 10% off of list price on website I3M SA2000 LP Rental - Quoted at the time of request - at least 10% off of list price on website I3M SA LP Hose Rental - Quoted at the time of request - at least 10% off of list price on website I8-outlet Manifold Stand w/Regulator & Alarm Rental - Quoted at the time of request - at least 10% off of list price on website I Breathing Air Regulator w/Alarm (w/o stand) Rental - Quoted at the time of request - at least 10% off of list price on website Splitter 5-wav, Hex Rental - Quoted at the time of request - at least 10% off of list price on website Scott Hose, 50-ft Low Pressure Rental - Quoted at the time of request - at least 10% off of list price on website I Scott Hose, 300-ft Low Pressure Rental - Quoted at the time of request - at least 10% off of list price on website I Hose, 300-ft Low Pressure Rental - Quoted at the time of request - at least 10% off of list price on website I Hose, 300-ft High Pressure Rental - Quoted at the time of request - at least 10% off of list price on website I Breather Box 50-CFM Rental - Quoted at the time of request - at least 10% off of list price on website I Breather Box 100-CFM Rental - Quoted at the time of request - at least 10% off of list price on website I RamFan Ventilation Kit Rental - Quoted at the time of request - at least 10% off of list price on website I Air Cart, dual cylinders *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website 12216 psi - Spare Cylinder *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website I4500 psi - Spare Cylinder *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website I Single Cylinder ODD Cu Ft) *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website 16 Cylinder Cascade *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website 112 Cylinder Cascade *(air charge additional) Rental - Quoted at the time of request - at least 10% off of list price on website I ASI Air Cart, dual cylinders Rental - Quoted at the time of request - at least 10% off of list price on website 12216 psi - Spare Cylinder Rental - Quoted at the time of request - at least 10% off of list price on website I4500 psi - Spare Cylinder Rental - Quoted at the time of request - at least 10% off of list price on website I Single Unit Cylinder 300 C.F. Rental - Quoted at the time of request - at least 10% off of list price on website 16 Cylinder Cascade Rental - Quoted at the time of request - at least 10% off of list price on website 112 Cylinder Cascade Rental - Quoted at the time of request - at least 10% off of list price on website I DBI / Protecta Tripod, SO'SRL, Winch Rental - Quoted at the time of request - at least 10% off of list price on website I DBI / Protecta Tripod Rental - Quoted at the time of request - at least 10% off of list price on website I33-ft SRL Rental - Quoted at the time of request - at least 10% off of list price on website I50-ft SRL Rental - Quoted at the time of request - at least 10% off of list price on website I85-ft SRL Rental - Quoted at the time of request - at least 10% off of list price on website I3-N-1 Rental - Quoted at the time of request - at least 10% off of list price on website I Winch Rental - Quoted at the time of request - at least 10% off of list price on website I Personal SRL -Nano Lok Twin Leg 8 in w/Steel Rebar Hooks Rental - Quoted at the time of request - at least 10% off of list price on website I Harness- Dbi Sala ExoFit Vest Style Harries Rental - Quoted at the time of request - at least 10% off of list price on website I Anchorage Verifcation Device (AVD) Rental - Quoted at the time of request - at least 10% off of list price on website I Industrial Scientific Tango (H2S/CO) Rental - Quoted at the time of request - at least 10% off of list price on website I Industrial Scientific MX6 Rental - Quoted at the time of request - at least 10% off of list price on website Industrial Scientific MX6 PID Rental - Quoted at the time of request - at least 10% off of list price on website Industrial Scientific MX4 Rental - Quoted at the time of request - at least 10% off of list price on website ISC Stainless Steel Probe Rental - Quoted at the time of request - at least 10% off of list price on website Docking Station DSX- Cloud Connected Rental - Quoted at the time of request - at least 10% off of list price on website Docking Station DSX - Stand Alone Rental - Quoted at the time of request - at least 10% off of list price on website Demand Flor Regulator Rental - Quoted at the time of request - at least 10% off of list price on website Extra Battery Rental - Quoted at the time of request - at least 10% off of list price on website Extra 6-Bank Charger Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair iO4 Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair io Dock Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair io Charger 5-Bank Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair io Dock Cylinder Holder (Spare) Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair 4X/4XR Rental - Quoted at the time of request - at least 10% off of list price on website MSA Altair 5X - 4 Gas Rental - Quoted at the time of request - at least 10% off of list price on website Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81BO756DA0 I MSA Altair 5X - 5 Gas I MSA Altair 5X - PID IGX2 Docking Station w/1 Cylinder holder Extra Charger - Single Extra Charger-4-Bank Extra Cylinder Holder Extra Probe Extra Battery RKI GX-3R RKI Docking Station Rae Systems MiniRae 3000 Rae Systems Ultra Rae 3000 Rae Systems MiniRae 2000 Extra Charging Cradel D16 NH3 Sensor Noise Dosimeters Single Unit Noise Dosimeters 5-pack Svantek Sound Level Meter, Type 1, W/1/1 Octave Band GilAir Plus Personal Air Sampling Pump -Single Unit GilAir Plus Personal Air Sampling Pump - 5/Pk Gilian Gilibrator-2-Standard Air Flow Calibrator Portable Eyewash Station Portable Safety Shower / eyewash TSI Portacount Fit Test Machine 8038 ITSI Portacount Fit Test Machine 8030 Fit Test Adapter Honeywell PosiCheck 3 IAED IKubota I I I I Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Rental - Quoted at the time of request - at least 10% off of list price on website Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 REGION 4 ESC MAINTENANCE, REPAIR AND OPERATIONS (MRO) SUPPLIES & RELATED SERVICES RFP #24-08 Additional Items to include in a National Market Basket Northern Safety Response *** All Prices include standard shipping. Emergency shipments may require additional fees NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description NSI N-Specs® VexorTm FX Gray Anti -Scratch Lens 156769 NSI - Northern Safety 5906 GRAY LENS Safety Glasses NSI FlexShield® Nitrile 5 mil Powder -Free 9.5" 8589 NSI - Northern Safety 8589 Disposable Nitrile Gloves, 100/Box NSI N-Specs® Tridon® Indoor Outdoor Lens 24545 NSI - Northern Safety 24545 Safety Glasses NSI ActivGARD® Low Lint Polyethylene 16945 NSI - Northern Safety SC-36WCPE Disposable Shoe Covers, 50 Pair 19841 NSI - Northern Safety 19841 NSI Ergonomic Knee Pads 23928 NSI - Northern Safety 23928 KNEE PAD NSI Quick Release Knee Pads 27249 NSI - Northern Safety EP103 NSI Ultra Light Dielectric NRR 20 Ear Muffs 24544 NSI - Northern Safety 110-24544 NSI N-Specs® Tridon® Gray Lens Safety Glasses NSI N-Specs® Voyage'"' Clear Anti -Fog Lens 24553 NSI - Northern Safety 104-24553 Direct Vent Dust Protection Safety Goggles NSI FlexShield® Vinyl Premium 5 mil Powder- 22078 NSI - Northern Safety 22078 Free 9.5" Vinyl Disposable Gloves, 100/Box NSI N-Specs® Economical Safety Glasses Neck 22232 NSI - Northern Safety C101 BLUE Cord Retainer NSI N-Specs® Riptide® Gray Anti -Fog Lens Safety 13285 NSI - Northern Safety 1104-042/AF Glasses NSI 4 Mil Powder -Free 9.5" Disposable Industrial 155245 NSI - Northern Safety 155245 L 4.4 GRAN Grade Nitrile Gloves, 100/Box NSI N-Specs® Tridon® Sport Gray Anti -Fog Lens 13303 NSI - Northern Safety 13303 GRAY ANTI -I Safety Glasses 22187 NSI - Northern Safety UV-2008 CLEAR NSI N-Specs® Avenger® Clear Lens Safety Glasses NSI N-Specs® Tridon® Sport Gray Lens Safety 30803 NSI - Northern Safety 30803 Glasses NSI ActivGARD® Disposable Polypropylene Lab 19898 NSI - Northern Safety 19898 Coat NSI Foamflex® Nitrile Palm Coated Nylon Work 22066 NSI - Northern Safety 22066 Gloves NSI Foamflex® Plus Nitrile Palm Coated Nylon 24238 NSI - Northern Safety 24238 String Knit Work Gloves NSI Standard Straight Thumb Goatskin Leather 1637 NSI - Northern Safety 1637 L STANDARD i Driver's Gloves Unit of Contract CATEGORY Measure List Price % Discount Price Safety EA $2.69 64.94% $0.94 Safety BX $10.99 61.78% $4.20 Safety EA $2.89 60.21% $1.15 Safety BG $14.99 63.84% $5.42 Safety PR $17.00 64.28% $6.071 Safety PR $23.39 62.98% $8.661 Safety EA $6.99 62.48% $2.621 Safety EA $2.79 62.27% $1.05 Safety EA $8.49 62.20% $3.21 Safety BX $4.89 61.25% $1.89 Safety EA $0.94 61.18% $0.36 Safety EA $4.09 60.14% $1.63 Safety BX $10.88 57.94% $4.58 Safety EA $3.89 57.45% $1.66 Safety EA $3.95 57.38% $1.68 Safety EA $3.19 57.19% $1.37 Safety EA $2.08 57.14% $0.89 Safety PR $2.99 56.69% $1.30 Safety EA $4.04 56.13% $1.77 Safety PR $4.99 55.51% $2.22 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI Ultrabrite'" Workwear Class 2 Breathable 29150 NSI - Northern Safety 29150 Mesh Reflective Hi-Vis Traffic Safety Vest Safety EA $14.49 54.75% $6.56 NSI FlexShield® HD Nitrile 8 mil Powder -Free 226628 NSI - Northern Safety 226628 9.5" Heavy -Duty Disposable Gloves, 50/Box Safety BX $9.99 53.90% $4.61 NSI Industrial Grade 4 mil Powdered Nitrile 24172 NSI - Northern Safety 24172 Disposable Gloves, 100/Box Safety BX $10.33 53.25% $4.83 NSI KutShieldz® 2G Polyurethane Palm Coated 215249 NSI - Northern Safety 215249 HPPE Level A2 Cut Resistant Gloves Safety PR $6.99 52.97% $3.29 162618 NSI - Northern Safety EP-8531 BLUE NSI 1 1/2" Nylon Shackle Safety Padlock Safety EA $11.99 52.49% $5.701 NSI PolyFlex'" Polyurethane Coated White Nylon 26200 NSI - Northern Safety CC9009 WHITE LAIR Gloves Safety PR $2.19 52.46% $1.04 NSI N-Specs® Slip -On Acetate Eyeglasses Safety 2359 NSI - Northern Safety 2359 Side Shields, Pair Safety PR $0.79 52.24% $0.38 19798 NSI - Northern Safety 19798 NSI Premium Grain Leather Driver's Gloves Safety PR $10.59 51.73% $5.111 NSI Flat Fold N95 Disposable Respirator Masks, 23642 NSI - Northern Safety 23642 20/Box Safety EA $18.91 51.66% $9.14 NSI ActivGARD® SMS Hood, Boots, & Elastic Wrists White General Purpose Disposable 19848 NSI - Northern Safety 19848 Coveralls Safety EA $5.69 51.64% $2.75 NSI Insulated Grain Leather Cold Weather 1668 NSI - Northern Safety 1668 Driver's Gloves Safety EA $10.69 51.48% $5.19 River City Classic Plus 49" PVC Polyester 3073 MCR SAFETY INC 240CL Raincoat Safety EA $18.52 51.37% $9.01 20095 NSI - Northern Safety SH605A NSI 7000 Dust Masks, 50/Box Safety BX $8.95 51.36% $4.351 NSI 7" x 7" Ear Protection Required Graphic 30494 NSI - Northern Safety 30494 P77 Safety Sign Safety EA $5.81 51.33% $2.83 NSI 7" x 7" Emergency Eye Wash Graphic Safety 30496 NSI - Northern Safety 30496 P77 Sign Safety EA $5.81 51.33% $2.83 30497 NSI - Northern Safety 30497 P77 NSI 7" x 7" Fire Extinguisher Graphic Safety Sign Safety EA $5.81 51.33% $2.83 30499 NSI - Northern Safety 30499 P77 NSI 7" x 7" Flammable Graphic Safety Sign Safety EA $5.81 51.33% $2.83 1 2 Mil Yellow Economy Barrier Tape, 3" x 500' - 8783 NSI - Approved Vendor BT-AL-8 3X500' YE Caution Do Not Enter Safety RL $5.49 51.31% $2.67 296955 NSI - Northern Safety D-51W-K3 L NSI Grain Cowhide Driver with Split Leather Back Safety PR $5.99 51.18% $2.92 NSI N-Specs® Tridon® Sport Clear Anti -Fog Lens 13287 NSI - Northern Safety 13287 CLR ANTI-FC Safety Glasses Safety EA $2.99 50.87% $1.47 21863 NSI - Northern Safety 137-21863 2XL NSI Premium 3-Piece Rain Suit Safety EA $23.39 50.48% $11.581 NSI N-Specs® Xcelerator® LT Red Mirrored Anti- 312038 NSI - Northern Safety AA197 RDMR Scratch Lens Safety Glasses Safety EA $4.89 50.11% $2.44 NSI N-Specs® Xcelerator® Gray Lens Safety 32311 NSI - Northern Safety 32311 Glasses Safety EA $3.49 49.69% $1.76 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 23398 NSI - Northern Safety 23398 KNEE PAD NSI Non -Marring Knee Pads Safety PR $19.99 49.56% $10.081 16293 NSI - Northern Safety 60 GRAM MESH OF NSI Economy Hi-Vis Orange Safety Vest Safety EA $4.19 49.03% $2.141 NSI PolyFlex'" Thermo PPU Coated Black 161780 NSI - Northern Safety PP013 L Polyester Cold Temperature Work Gloves Safety PR $8.87 48.84% $4.54 NSI N-Specs® Vexor'" FX Clear Anti -Fog Anti- 184597 NSI - Northern Safety 5906 CLEAR ANTI Fi Scratch Lens Safety Glasses Safety EA $2.89 48.59% $1.49 NSI N-Specs® Xcelerator® Indoor Outdoor Lens 32315 NSI - Northern Safety L419 IND/OUTDOO Safety Glasses Safety EA $3.59 48.52% $1.85 NSI Ruf-flex® Lite Black Rubber Palm Coated 27504 NSI - Northern Safety 121-27504 L Nylon String Knit Gloves Safety PR $2.59 48.41% $1.34 NSI PolyFlex'" Polyurethane Palm Coated Gray 31935 NSI - Northern Safety CG9009 GRAY LARC Nylon Gloves Safety PR $1.69 48.09% $0.88 NSI Ruf-flex® Thermo Black Rubber Palm Coated 15385 NSI - Northern Safety 15385 Hi-Vis Orange Cold Temperature Work Gloves Safety EA $5.99 47.69% $3.13 NSI N-Specs® Xcelerator® Amber Lens Safety 32314 NSI - Northern Safety L419 AMBER Glasses Safety EA $3.49 47.46% $1.83 14993 NSI - Northern Safety EM-5002A NSI Hi-Vis NRR 27 Ear Muffs Safety EA $14.99 47.32% $7.901 NSI Extra Heavy -Duty 12 oz. Cotton Canvas Work 1679 NSI - Northern Safety 126-1679 Gloves Safety PR $2.29 47.29% $1.21 162611 NSI - Northern Safety EP-8551 BLUE NSI 3" Steel Shackle Safety Padlock Safety EA $12.99 47.01% $6.881 NSI Standard Size Standard Grade General 3890 NSI - Northern Safety 3890 Purpose Welding Gloves Safety EA $7.95 46.75% $4.24 3390 NSI - Northern Safety 123-3390 NSI Premium Russet Cowhide Welding Gloves Safety PR $8.49 46.67% $4.53 NSI FlexShield® Nite 4 mil Powder -Free 9.5" 32520 NSI - Northern Safety 122-32520 LARGE Black Nitrile Exam Gloves, 100 & 95/Box Safety BX $10.49 46.59% $5.60 NSI ActivGARD® GP Hood, Boots, & Elastic Wrists 19893 NSI - Northern Safety 134-19893 L Polypropylene Disposable Coveralls Safety EA $5.30 45.14% $2.91 NSI Side Split Leather Palm Safety Cuff Work 3120 NSI - Northern Safety 3120 Gloves Safety EA $4.49 45.11% $2.46 Water -Jell' 0.9 gm First Aid Burn Cream & Aloe 4648 NSI - Approved Vendor WJFA-1728 Vera, 144/Box Safety BX $29.31 45.02% $16.11 PIP Extra Heavy Weight Seamless Knit Cotton 151143 PROTECTIVE INDUSTRIAL PRO[ 35-0510/L Polyester Gloves Safety PR $1.71 44.72% $0.95 NSI 7210 N95 Disposable Respirator Masks, 20093 NSI - Northern Safety SH9550 20/Box Safety BX $17.49 44.44% $9.72 NSI Knitwrist Premium Duty 8 oz. Cotton Canvas 1678 NSI - Northern Safety 126-1678 Work Gloves Safety PR $1.69 44.07% $0.95 NSI 15 mil Unlined 13" Z-Grip Nitrile Chemical 19875 NSI - Northern Safety 120-19875 L Resistant Gloves Safety PR $2.30 44.02% $1.29 NSI N-Specs® Rival® Indoor Outdoor Lens Safety 24217 NSI - Northern Safety 24217 BK Glasses Safety EA $4.59 43.97% $2.57 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description K4517QStandard Weight Cotton/Poly String Knit 38484 LIBERTY GLOVE & SAFETY CO K4517Q-L Glove, 1 dz./per Bag 14609 NSI - Approved Vendor VST-2 BLUE Surveyor's Vinyl Flagging Tape 31171 NSI - Northern Safety 2136R BLUE/CLR LE NSI N-Specs® Scion'" LT Clear Lens Safety Glasses NSI WeatherGARD® Full Face Fleece Lined 26126 NSI - Northern Safety 26126 Neoprene Winter Face Mask 2 Mil Red Economy Barrier Tape, 3" x 500' - 8784 NSI - Approved Vendor BT-AL-49 3X500' RI Danger 2 Mil Yellow Economy Barrier Tape, 3" x 500' - 8781 NSI - Approved Vendor BT-AL-S 3X500' YEI Caution NSI Standard Size 9 oz. Brown Jersey Plastic Dot 2569 NSI - Northern Safety 126-2569 Palm Coated Work Gloves NSI Ruf-flex® Lite Blue Rubber Palm Coated 22398 NSI - Northern Safety 22398 L NY on String Knit Gloves NSI Unitized First Aid Kit Refill Unit, Sting Relief 31964 NSI - Northern Safety 54016 Wipes, 10/Box 163569 NSI - Northern Safety 163569 L NSI Premium Goatskin Driver's Gloves, Pair 32061 PROTECTIVE INDUSTRIAL PRO[ 200-010 PIP 28" x 38" No Pocket Denim Apron NSI ActivGARD® GP Collar, Open Wrists & Ankles 19892 NSI - Northern Safety 134-19892 XL Polypropylene Standard Disposable Coveralls NSI Power Shell® II 4-Point Pinlock Suspension 93004 NSI - Northern Safety 93004 BE Full Brim Hard Hat NSI Select Shoulder Full Leather Safety Cuff Work 3500 NSI - Northern Safety 123-3500 Gloves 32345 NSI - Northern Safety L111 CLEAR NSI N-Specs® Enforcer® Clear Lens Safety Glasses NSI Insulated Leather Palm Cold Resistant Work 7445 NSI - Northern Safety 123-7445 Gloves NSI Performer® Rubber Coated String Knit Work 22067 NSI - Northern Safety 126-22067 L Gloves Traffic Safety Barrel with 4" Engineer Grade 28806 CORTINA SAFETY PRODUCTS 03-780-4EGG Stripes Neese RainWear DuraChem PVC 3-Piece 23000 RADIANS/TECHNA 10096-55-1 LARGE Chemical & Flame -Resistant FIR Rain Suit Insta-Kool® 5" x 7" Junior Size HazMat Free 24487 NORTECH LABORATORIES, INC. TKINST5748 Instant First Aid Cold Pack NSI N-Specs® Xcelerator® Clear Lens Safety 32310 NSI - Northern Safety L419 CLEAR Glasses 32346 NSI - Northern Safety L111 GRAY NSI N-Specs® Enforcer® Gray Lens Safety Glasses Unit of Contract CATEGORY Measure List Price % Discount Price Safety PR $0.57 43.48% $0.32 Safety RL $2.63 42.86% $1.501 Safety EA $3.04 42.75% $1.74 Safety EA $15.99 42.75% $9.15 Safety RL $5.49 42.52% $3.16 Safety RL $5.49 42.16% $3.18 Safety PR $2.28 42.03% $1.32 Safety PR $2.59 41.67% $1.51 Safety BX $2.66 41.58% $1.55 Safety PR $8.49 41.48% $4.97 Safety EA $6.12 41.34% $3.59 1 Safety EA $4.95 41.23% $2.91 Safety EA $15.89 41.01% $9.37 Safety PR $4.49 40.81% $2.66 Safety EA $3.19 40.00% $1.91 Safety PR $5.69 39.97% $3.42 Safety PR $1.69 39.86% $1.02 Safety EA $61.16 39.69% $36.89 Safety EA $48.41 39.51% $29.28 Safety EA $0.98 39.42% $0.59 Safety EA $3.19 39.15% $1.94 Safety EA $3.39 39.07% $2.07 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI ActivGARD® LX Collar, Elastic Wrists & Ankles Polyethylene Coated Polypropylene Standard 285663 NSI - Northern Safety 285663 L Disposable Coveralls Safety EA $5.31 38.97% $3.24 Honeywell North® Tectonic'" Silver Mirrored 31344 HONEYWELL SAFETY PRODUCT XV203 Lens Safety Glasses Safety EA $5.50 38.80% $3.37 Sqwincher® Powder Pack" 5 gal. Instant Drink 14473 SQWINCHER CORP. 016402-CC Mix Safety EA $8.49 38.65% $5.21 NSI ActivGARD® LX Collar, Open Wrists & Ankles Polyethylene Coated Polypropylene Standard 285662 NSI - Northern Safety 285662 L Disposable Coveralls Safety EA $5.29 38.61% $3.25 NSI Premium Shoulder Leather Palm Safety Cuff 8841 NSI - Northern Safety 8841 L Work Gloves Safety PR $3.49 38.58% $2.14 808 DUPONT COMPANY TY273BWH0001001 DuPont" Tyvek® 28" x 36" Disposable Apron Safety EA $1.75 38.50% $1.08 NSI 3" Shackle Keyed Differently Solid Body 311902 NSI - Northern Safety 311902 BE Aluminum Padlock Safety EA $11.49 38.49% $7.07 NSI MonsterZorb® Contractor Grade 15" x 18" Medium Weight Oil Sorbent Pads 100/13ale & 20 223954 NSI - Northern Safety WP--M gal. Capacity/Bale Safety BL $47.64 37.57% $29.74 NSI Foamflex® 4695 Nitrile Dot Palm Coated 4695 NSI - Northern Safety 9990D L Work Gloves Safety PR $3.79 37.54% $2.37 PIP 16 mil Flock Lined 12" Honeycomb Grip Latex 151156 PROTECTIVE INDUSTRIAL PRO[ 48-L162Y/L Gloves Safety PR $1.48 37.50% $0.93 NSI Select Shoulder Leather Palm Safety Cuff 1342 NSI - Northern Safety 123-1342 Work Gloves Safety PR $3.89 37.43% $2.43 3 Mil Yellow Barrier Tape, 3" x 1,000' - Caution 8718 NSI - Approved Vendor BT08EC Do Not Enter Safety RL $22.58 37.42% $14.13 NSI Select Grade Double Leather Palm Safety 3140 NSI - Northern Safety 123-3140 Cuff Work Gloves Safety PR $4.99 37.31% $3.13 NSI Ruf-flex® 2 Blue Rubber Palm Coated Work 23268 NSI - Northern Safety 2310 2XL SHOWA 5 Gloves Safety PR $2.79 37.23% $1.75 NSI MonsterZorb® Contractor Grade 15" x 18" Lightweight Universal Sorbent Pads 100/13ale & 223964 NSI - Northern Safety GP-S-100 17.5 gal. Capacity/Bale Safety BL $37.41 36.90% $23.61 OccuNomix® Full Face Hard Hat Winter Head 22542 OCCUNOMIX INTERNATIONAL LK810 Warmer Safety EA $8.62 36.81% $5.45 Vinyl -Coated Steel Safety Lockout Hasp - Red, 1" 21901 NSI - Approved Vendor 93110 Diameter Safety EA $8.20 36.78% $5.18 NSI Activflex® Economical Elastic Lifting Back 23925 NSI - Northern Safety 23925 LARGE Support Safety EA $16.99 36.72% $10.75 NSI Premium Shoulder Leather Palm Gauntlet 8843 NSI - Northern Safety 123-8843 L Cuff Work Gloves Safety PR $4.09 36.61% $2.59 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Honeywell North® Tectonic'" Amber Lens Safety 31343 HONEYWELL SAFETY PRODUCT XV202 Glasses Safety EA $4.66 36.56% $2.96 NSI 28 mil 13" Neoprene Over Natural Latex 19880 NSI - Northern Safety 120-19880 L Chemical Resistant Gloves Safety PR $2.08 36.51% $1.32 3M'" E-A-R'" UltraFit'" Corded NRR 25 Reusable 4004 kM CORP 7000002320 Ear Plugs in Polybag Safety PR $2.15 36.36% $1.37 NSI Economical Electrical Lockout Tagout Safety 3040 NSI - Northern Safety 3040 Kit Safety EA $104.24 36.32% $66.38 kCCUNOMIX OccuNomix® Wrist Assist Adjustable Wrist 1500 INTERNATIONAL 310 Support Wrap Safety EA $3.08 35.99% $1.97 NSI Performer® Flex Rubber Latex Palm Coated 30747 NSI - Northern Safety 121-30747 LARGE Polyester Gloves Safety PR $2.29 35.94% $1.47 NSI Heavy -Duty Knitwrist Leather Palm Work 3220 NSI - Northern Safety 123-3220 Gloves Safety PR $3.39 35.84% $2.18 NSI Power Shell" II 4-Point Pinlock Suspension 93000 NSI - Northern Safety 93000 BE Cap Hard Hat Safety EA $9.99 35.71% $6.42 NSI Power Shell" II 4-Point Ratchet Suspension 93005 NSI - Northern Safety 93005 BE Full Brim Hard Hat Safety EA $20.99 34.99% $13.65 22867 ENERGIZER LLC/RAYOVAC W8-A Rayovac® Industrial Traffic Wand Safety EA $3.29 34.45% $2.161 Master Lock® Safety Lockout Padlock with 4441 MASTER LOCK COMPANY 410BLU Standard Body Safety EA $12.98 34.36% $8.52 Hi -Visibility Warning Barrier Fencing, 4' x 100' 7781 MUTUAL INDUSTRIES INC 14993-48 Roll Safety EA $38.27 34.33% $25.13 14991 NSI - Northern Safety 14991 NSI Ultra NRR 29 Ear Muffs Safety EA $21.99 34.02% $14.51 1 2 Mil Red Economy Barrier Tape, 3" x 1000' - 11966 NSI - Approved Vendor BT49AL Danger Safety RL $15.43 33.77% $10.22 NSI Soft Fit® EX Uncorded NRR 33 Disposable Ear 14987 NSI - Northern Safety 14987 Plugs, 200 Pair Safety BX $31.34 33.70% $20.78 Master Lock" Non-Resettable Combination 18723 MASTER LOCK COMPANY 1500 Padlock -3/4" Shackle Clearance Safety EA $8.40 33.33% $5.60 Jackson® Safety Nemesis'" Blue Mirrored Lens 26497 KIMBERLY-CLARK CORPORATIC 14481 Safety Glasses Safety EA $6.07 33.28% $4.05 7975 NSI - Northern Safety 7975 NSI 3" x 5 Yards Co-Lastic Safety EA $5.25 33.24% $3.501 NSI Ultrabrite'" Workwear Class 3 Reflective 3- 29774 NSI - Northern Safety 136-29774 LARGE Piece Hi-Vis Rain Suit Safety EA $71.99 33.22% $48.08 kCCUNOMIX OccuNomix® Occumitts'" Therapeutic Support 1374 INTERNATIONAL 450 XLARGE Gloves Safety PR $8.98 33.14% $6.00 TrueGrip Traction Tape® Anti -Slip Grit Floor 24104 INCOM MFG/ TOP TAPE & LAB SG7001CB Surface Tape, 1" x 60' Safety EA $10.68 32.73% $7.18 TrafFix Grabber'" 28" Traffic Delineator Cone & 7274 �VIZCON 28164-CRU-10 10 lb. Base Safety EA $36.47 32.69% $24.55 NSI N-Specs® Clear Anti -Fog Lens Splash 21543 NSI - Northern Safety 3142FF Protection Safety Goggles Safety EA $6.99 32.69% $4.70 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description Honeywell Howard Leight Laser Lite" Corded 4560 HONEYWELL SAFETY PRODUCT LL-30 NRR 32 Disposable Ear Plugs, 100 Pair NSI N-Specs® Clear Anti -Fog Lens Dust 21542 NSI - Northern Safety 3141FF Protection Safety Goggles Master Lock® V-Line Brass Lock-3/4" Lock 23666 MASTER LOCK COMPANY 4120KA KEY#123 Width, 7/16" Shackle Clearance Extra Large Size 8" Lightweight Cotton Lisle 2876 PROTECTIVE INDUSTRIAL PRO[ 97-500J Inspector Gloves 10897 NSI - Northern Safety 123-10897 L NSI Grain Pigskin Leather Driver's Gloves 23330 NSI - Northern Safety 223-U/NTHN NSI 25 Person First Aid Kit NSI Green Cuff Bleached Cotton Poly Blend Knit 162598 NSI - Northern Safety 162598 Gloves 6615 NSI - Northern Safety 54018 NSI 10 Person Economy First Aid Kit 30145 NSI - Northern Safety 54024 NSI 25 Person ANSI Compliant First Aid Kit 31559 IMPACTO PROTECTIVE PRODU, EL5002L Impacto® Economical Tennis Elbow Support CoreTexl' IvyX Pre -Contact 4 oz. Bottle Poison 29795 CORETEX PROD,INC/FIRST GRC 83666 Ivy, Oak, & Sumac Lotion NSI 3/4" x 3" Woven Adhesive First Aid 31952 NSI - Northern Safety 54003 Bandages, 50/Box NSI 1" x 3" Plastic Adhesive First Aid Bandages, 31954 NSI - Northern Safety 54005 50/Box TrueGrip Traction Tape" 3/4" x 24" Anti -Slip 3744 INCOM MFG/TOP TAPE & LAB SG7125CBS Stair Tread Water -Jell' 2 oz. Hydrogen Peroxide First Aid 24478 NSI - Approved Vendor HP2-24 Spray Zing'" 1" Steel Lockout Hasp With Recycled 31181 ZING ENTERPRISES LLC 7106 Material 4699 NSI - Northern Safety 4699 NSI Hydraulix Goatskin Sport Utility Gloves 3M'" Organic Vapors/P100 Respirator 6623 3M CORP 7000029639 Cartridges, 2/Pack NSI 1" x 3" Plastic Adhesive First Aid Bandages, 31953 NSI - Northern Safety 54004 100/Box 155956 HART HEALTH & SAFETY 7744 Hart Health" Plastic Non -Sterile Eye Cups 6/Pack Master Lock® Black & White, 1-Sided Lockout 3669 BRADY WORLDWIDE, INC. LID-2 Identifiers (14/Pkg) 22059 MASTER LOCK COMPANY 488 Master Lock® Electrical Plug Lockout - Large 7271 JBC SAFETY PLASTICS N-TOP+3M/8-12 42" Traffic Delineator Post & Base TrueGrip Traction Tape® Anti -Slip Grit Floor 3747 INCOM MFG/ TOP TAPE & LAB SG7004CB Surface Tape, 4" x 60' DeWALTI SecureFit'" General Utility Work 32032 RADIANS/TECHNA DPG217L Gloves Unit of Contract CATEGORY Measure List Price % Discount Price Safety BX $40.21 32.60% $27.101 Safety EA $5.59 32.30% $3.78 Safety EA $3.38 32.23% $2.29 Safety DZ $13.26 31.82% $9.04 Safety PR $8.49 31.81% $5.791 Safety EA $15.52 31.74% $10.591 Safety EA $5.99 31.66% $4.09 Safety EA $14.14 31.62% $9.671 Safety EA $29.90 31.42% $20.511 Safety EA $27.31 31.32% $18.76 Safety EA $2.79 31.17% $1.92 Safety BX $3.43 31.14% $2.36 Safety BX $2.94 31.14% $2.02 Safety EA $0.51 31.03% $0.35 Safety EA $3.44 30.99% $2.38 Safety EA $9.04 30.99% $6.24 Safety EA $13.49 30.94% $9.321 Safety PK $39.69 30.61% $27.54 Safety BX $4.65 30.02% $3.25 Safety PK $2.53 30.00% $1.77 Safety PK $2.69 29.96% $1.88 Safety EA $18.28 29.68% $12.85 Safety EA $34.24 29.66% $24.091 Safety RL $41.23 29.60% $29.03 Safety PR $19.89 29.57% $14.01 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price TrueGrip Traction Tape® Anti -Slip Grit Floor 3746 INCOM MFG/TOP TAPE & LAB SG7002CB Surface Tape, 2" x 60' Safety RL $20.61 29.53% $14.52 28023 IOCCUNOMIX INTERNATIONAL LUX-KCR YELLOW OccuNomix® Hi-Vis Knitted Watch Cap Hat Safety EA $9.21 29.48% $6.501 27997 �JOHN TILLMAN COMPANY 10106 Tillman'" Size Large Cowhide Welding Gloves Safety PR $18.77 29.47% $13.24 8073 IVIZCON 26036-EM-NF MW TrafFix Zephyr® Men Working Roll -up Sign Safety EA $55.88 29.45% $39.431 kZCON TrafFix Zephyr® Road Construction Ahead Roll- 8077 26036-EM-NF RCOI up Sign Safety EA $55.88 29.45% $39.43 8075 VIZCON 26036-EM-NF-FAW TrafFix Zephyr® Flagger Ahead Roll -up Sign Safety EA $55.88 29.45% $39.43 MCR Safety Driver Glove, Brown Split Cow 85250 MCR SAFETY INC 3130XL Leather, Regular Grade, Keystone Thumb Safety PR $5.78 29.33% $4.08 NSI 1/8 oz. Burn Cream Packets First Aid Kit 31972 NSI - Northern Safety 54039 Refill, 6/Box Safety BX $2.42 29.21% $1.71 KleenGuard* A20 White 28" x 40" Disposable Bib 2434 KIMBERLY-CLARK CORPORATIC 36550 Apron Safety EA $1.96 29.19% $1.39 NSI 40" x 40" x 56" Triangular Bandage Sling First 31963 NSI - Northern Safety 54014 Aid Kit Refill, 1/Box Safety EA $2.45 29.17% $1.74 6615 NSI - Northern Safety 54018 NSI 10 Person Economy First Aid Kit Safety EA $14.14 29.13% $10.02 1 Honeywell Servus® CT'" Economy Knee Boot, 26611 HONEYWELL SAFETY PRODUCT 18821-BLM-100 Steel Toe Safety PR $30.73 29.10% $21.79 31962 NSI - Northern Safety 54013 NSI 0.5g Triple Biotic First Aid Kit Refill, 20/Box Safety BX $3.48 29.10% $2.47 244780 KIMBERLY-CLARK CORPORATIC 91554-30197891 Kleenex Antimicrobial Foam Skin Safety EA $74.76 29.02% $53.061 31967 NSI - Northern Safety 21-009-001 NSI First Aid Booklet First Aid Kit Refill Safety EA $2.60 29.00% $1.85 1 kUPONTCOMPANY DuPont®Tyvekl' 400 2-Pocket Disposable Lab 1212 TY212SWHLG0030( Coat Safety EA $5.74 28.96% $4.08 NSI Bloodstopper Multi -Functional Dressing First 28002 NSI - Northern Safety 61910 Aid Kit Refill Safety EA $4.33 28.93% $3.08 16168 NSI - Approved Vendor 90447 Liquid Skin 0.5g Liquid Bandage First Aid Kit Safety EA $8.26 28.88% $5.87 1440 JALLEGRO INDUSTRIES 7211 Allegro® Black Rist-Rap'"', Pair Safety PR $4.51 28.87% $3.211 LSELL Ansell Scorpio® 14" Gauntlet Cuff Interlock Lined 8353 HEALTHCARE PRODUC 212516 Neoprene Coated Chemical Resistant Gloves Safety PR $9.23 28.80% $6.57 PIP General Purpose Coated Gloves, Nylon with 230970 PROTECTIVE INDUSTRIAL PRO[ 33-G125/L Urethane Coating Safety PR $1.80 28.57% $1.29 kCCUNOMIX OccuNomix® Terry Toppers® Snap-On Hard Hat 16637 INTERNATIONAL 870-01 Sweatband Safety EA $2.92 28.57% $2.09 7417 I3M CORP 7000002037 3M' 6000 Series Full Face Respirator Safety EA $260.44 28.49% $186.241 Water -Jell' Specialty Emergency First Aid Burn 27926 NSI - Approved Vendor EBSS-HA Station Safety EA $46.82 28.48% $33.48 91814 1IRONWEAR 92586-10 Ironwearl' Steel Toe Treaded Sole Boots Safety PR $37.00 28.22% $26.561 22056 IBRADY WORLDWIDE, INC. BL07 Brady" Three -Phase Breaker Lockout Safety EA $31.54 28.19% $22.651 3667 1 HONEYWELL SAFETY PRODUCT MS01 Dielectric Nylon Safety Lockout Hasp Safety EA $7.07 28.15% $5.081 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price First Aid Only® Right Response® Auto First Aid 30776 NSI - Approved Vendor 730098 Zip Pack Safety EA $10.20 28.02% $7.34 4248 NSI - Northern Safety 90352 NSI Tick Removal First Aid Kit Refill Safety EA $9.92 27.95% $7.15 1 NSI Tags By -The -Roll, 100/Roll - Danger Locked 28426 NSI - Northern Safety 28426 Out with Red Stripes Safety EA $52.19 27.91% $37.62 NSI Tags By -The -Roll, 250/Roll - Danger Locked 28427 NSI - Northern Safety 28427 Out with Red Stripes Safety EA $117.40 27.90% $84.64 314732 MEDLINE INDUSTRIES MDS098003Z ISOPROPYL ALCOHOL 16OZ BOTTLE Safety EA $1.98 27.78% $1.431 314733 MEDLINE INDUSTRIES OTC001228 16OZ ALOE VERA MOISTURIZING GEL Safety EA $6.73 27.61% $4.871 36"MESH 5GN NO FRME'MOWING CREW 20181 VIZCON 26036EMNF-MCA AHEAD" Safety EA $53.92 27.54% $39.07 Honeywell North® Swift 0.5g Triple Antibiotic 37964 HONEYWELL SAFETY PRODUCT 232124 First Aid Ointment Foil Packets, 20/Box Safety BX $4.55 27.54% $3.30 4229 NSI - Northern Safety 7-009-001 NSI Eye Care Pack First Aid Kit Refill Safety EA $4.94 27.49% $3.581 SHOWA® ATLAS® 451 Rubber Palm Coated Cold 32035 SHOWA-BEST GLOVE INC 451L-09 Temperature Work Gloves Safety PR $6.36 27.17% $4.63 4246 NSI - Northern Safety 7103 NSI Snake Bite Kit First Aid Kit Refill Safety EA $17.06 27.04% $12.45 1 Honeywell North® A900 Series Gray Anti -Scratch 29106 HONEYWELL SAFETY PRODUCT A902 Lens Safety Glasses Safety EA $7.78 27.03% $5.68 NSI Tags By -The -Roll, 100/Roll - Danger Do Not 28428 NSI - Northern Safety 28428 Operate with Red Stripes Safety EA $52.19 26.96% $38.12 Viking® Open Road "BTE" Type R Class 2 Mesh 192636 ALLIANCE MERCANTILE, INC. U6110G-L/XL Safety Vest Safety EA $10.70 26.90% $7.82 14283 NSI - Northern Safety 6100NS NSI 25 Person Metal First Aid Kit Safety EA $35.25 26.85% $25.781 7332 CORTINA SAFETY PRODUCTS 03-10-3WAY6V-CS 6-Volt Barricade Flasher Light with Photo Cell Safety EA $26.84 26.79% $19.65 NSI 1" x 3" Fabric Adhesive Bandages First Aid Kit 4233 NSI - Northern Safety 1-008-001 Refill, 16/Box Safety EA $1.37 26.79% $1.00 30143 NSI - Northern Safety 54023 NSI 10 Person ANSI Compliant First Aid Kit Safety EA $22.75 26.72% $16.671 NSI Refillable Biohazard Response Kit Spill Clean- 3534 NSI - Northern Safety 13534 REPLACEME Up Pack Refill Safety EA $20.35 26.55% $14.95 NSI Refillable Biohazard Response Kit Door 3536 NSI - Northern Safety VENDOR 13536 Pocket Pack Refill Safety EA $13.63 26.53% $10.01 NSI 2" x 2" Sterile Gauze Pads First Aid Kit Refill, 31955 NSI - Northern Safety 54006 6/Box Safety BX $1.58 26.47% $1.16 NSI 3" x 3" Sterile Gauze Pads First Aid Kit Refill, 31956 NSI - Northern Safety 54007 4/Box Safety BX $1.58 26.47% $1.16 NSI Biohazard Response Kit Personal Protection 3532 NSI - Northern Safety 13532 REPLACEME Pack Replacement Refill Safety EA $13.86 26.43% $10.20 7411 SUPERIOR MANUFACTURING C 419 2'X3' BLACK NOTRAX® Diamond Sof-Tred'" Matting, 2' x 3' Safety EA $33.74 26.41% $24.83 Tec Labs® Tecnu® 4 oz. Bottle Poison Oak-N-Ivy® 4533 TEC LABORATORIES INC FG10279 Cleanser Safety EA $7.92 26.39% $5.83 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI 3" Cotton Tip Applicators First Aid Kit Refill, 28007 NSI - Northern Safety 12803VI 100/Vial Safety EA $4.48 26.37% $3.30 4231 NSI - Northern Safety 7-008-001 NSI 1 oz. Eye Wash First Aid Kit Refill Safety EA $4.08 26.28% $3.01 1 93008 ENCON SAFETY PRODUCTS 05068204 ENCON 160 SERIES 2-59 36/BX Safety BX $312.99 26.12% $231.231 Zing'" 1" Plastic Lockout Hasp With Recycled 31185 ZING ENTERPRISES LLC 7108 Material Safety EA $9.04 26.11% $6.68 Zing'" 1" Aluminum Lockout Hasp With Recycled 31183 ZING ENTERPRISES LLC 7127 Material Safety EA $9.04 26.11% $6.68 28008 NSI - Northern Safety 17-020 NSI Plastic Tweezers First Aid Kit Refill Safety EA $0.59 26.09% $0.44I MDI® Micromask Adjustable First Aid CPR Mask 4360 ECOLAB / MICROTEK MEDICAL 73-402 Kit Safety EA $22.32 26.03% $16.51 28808 CORTINA SAFETY PRODUCTS 03-732-25# 25 lb. Recycled Rubber Traffic Barrel Base Safety EA $34.47 25.93% $25.531 NSI Soft Fit® Uncorded NRR 29 Disposable Ear 21672 NSI - Northern Safety 303L-1R-NS Plugs, 200 Pair Safety BX $25.84 25.93% $19.14 317310 NSI - Northern Safety DFT522 NSI Gel Knee Pads Safety EA $23.99 25.91% $17.771 OccuNomix® MiraCool® 7.2 Cal Cooling Hard Hat 5652 OCCUNOMIX INTERNATIONAL 969-FR Pad & Neck Shade Flame -Resistant FIR Safety EA $12.90 25.82% $9.57 151053 OCCUNOMIX INTERNATIONAL 870-15 OccuNomix® Snap-On Hard Hat Sweatband Safety EA $2.92 25.75% $2.17 MSA V-Gard® 4-Point Ratchet Suspension Full 6958 MSA SAFETY SALES LLC 475368 Brim Hard Hat Safety EA $30.98 25.71% $23.01 NSI Fingertip Premium Fabric Adhesive First Aid 6407 NSI - Northern Safety 6407 Bandages, 100/Box Safety BX $13.15 25.59% $9.79 NSI 1" x 3" Premium Fabric Adhesive First Aid 6405 NSI - Northern Safety 6405 Bandages, 100/Box Safety BX $8.37 25.57% $6.23 Bug Barrier 12 oz. Personal Insect Repellent 14596 ARI 61605 Aerosol Spray Safety EA $11.31 25.48% $8.43 5690 HEARTLAND FOOTWEAR INC 44230 SZ 10 Economy Plain Toe 13" PVC Work Boots Safety PR $22.84 25.13% $17.101 Honeywell North® Swift First Aid Pain Stoppers Extra Strength Pain Reliever Tablets 100/Box 151413 HONEYWELL SAFETY PRODUCI 161615 (50/2's) Safety BX $5.90 25.00% $4.42 NSI N-Specs® Raptor® LX Clear Lens Safety 323501 NSI - Northern Safety PS-25 CLR Glasses Safety EA $1.98 25.00% $1.49 NSI N-Specs® Raptor® LX Gray Lens Safety 323503 NSI - Northern Safety PS-25 GY Glasses Safety EA $1.98 25.00% $1.49 32418 MAX PROFESSIONAL 8016 Super Blast'" Air Horn Safety EA $19.06 24.95% $14.301 Honeywell North® Swift First Aid 7/8" x 3" 152107 HONEYWELL SAFETY PRODUCT 010810 Woven Elastic Strip Adhesive Bandages 50/Box Safety BX $8.70 24.91% $6.53 NSI KutShieldZTM Polyurethane Palm Coated 4512 NSI - Northern Safety SSXGPUNS SIZE 10 Dyneema® Level A2 Cut Resistant Gloves Safety PR $7.99 24.80% $6.01 Valeo® Ergonomics Elastic Wrist Support With 11193 VALEO INDUSTRIAL TECHNOLC V14639BK Thumb Loop Safety EA $4.00 24.73% $3.01 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description 91713 PYRAMEX SAFETY PRODUCTS BBS100L Pyramex'"° General Use Back Belt Support On Site Therapy OST'"" Forearm Power Arm 287617 ON SITE THERAPY LLC & CAPIT, 6966 L Compression Sleeves NSI 1" x 3" Premium Fabric Adhesive First Aid 6401 NSI - Northern Safety 6401 Bandages, 50/Box CoreTex® IvyX Post -Contact Poison Ivy, Oak, & 24849 CORETEX PROD,INC/FIRST GRC 84640 Sumac Cleanser Towelettes, 25/Box 21547 BRADY WORLDWIDE, INC. PL021 Small Plug Lockout NSI Premium Woven Fingertip First Aid 31899 NSI - Northern Safety 54001 Bandages, 40/Box NSI Premium Woven Knuckle First Aid Bandages, 31951 NSI - Northern Safety 54002 40/Box FaIlTech® 4' Dual -loop Concrete Embed Anchor 181123 FALLTECH/ALEXANDER ANDRE 7448L for temporary single use NSI 2" x 3" Premium Fabric Adhesive First Aid 6404 NSI - Northern Safety 6404 Bandages, 50/Box Honeywell North® 2221 Silicone 4 oz. Tube Skin 8735 HONEYWELL SAFETY PRODUCT 272204 Barrier Cream Lapco FIR FIR Cotton Twill Flame Resistant 147149 LAPCO MFG P-INN7KH 30X30 Uniform Pants Medi-First® Medi-Wash 1 oz. Sterile Emergency 24799 MEDIQUE PRODUCTS 19828 First Aid Eye Wash VizCon Enviro-Cone® 28" Orange & Reflective 161376 VIZCON 16028-HIWB-10 Collars 10lb. Traffic Cone NSI Highlander® Fall Protection Harness With 22757 NSI - Northern Safety NS7018 Back & Side D-Rings, Tongue Buckle Leg Straps 1501 OCCUNOMIX INTERNATIONAL 311 OccuNomix® Wrist Assist, Black Honeywell North® A800 Series Clear Anti -Fog 31353 HONEYWELL SAFETY PRODUCT A805 Lens Safety Glasses 181082 FALLTECH/ALEXANDER ANDRE 7435H FaIlTech® Extra -large Bolt -on D-Ring Anchor FaIlTech® Extra -large Bolt -on D-Ring Anchor with 181081 FALLTECH/ALEXANDER ANDRE 7435 integral stud Smith & Wesson® EqualizerTM Smoke Anti -Fog 26529 KIMBERLY-CLARK CORPORATIC 21297 Lens & Gunmetal Frame Safety Glasses Honeywell Uvex® Bionic® Clear Polycarbonate 23965 HONEYWELL SAFETY PRODUCT S8550 Replacement Safety Face Shield Visor 3M'" DBI SALA" D-Ring & Anchorage Plate Fall 8389 3M FALL PROTECTION / CAPITI 2101630 Protection Anchor 23351 JUSTRITE MANUFACTURING C( 23310 Justrite Document Storage Box Labels, 4/Pack Unit of Contract CATEGORY Measure List Price % Discount Price Safety EA $13.34 24.66% $10.051 Safety PR $32.31 24.64% $24.35 Safety 3X $4.83 24.59% $3.64 Safety BX $15.22 24.58% $11.48 Safety EA $16.39 24.56% $12.361 Safety BX $5.76 24.55% $4.35 Safety BX $5.76 24.55% $4.35 Safety EA $11.09 24.52% $8.37 Safety BX $11.15 24.50% $8.42 Safety EA $6.88 24.47% $5.20 Safety EA $57.58 24.44% $43.51 Safety EA $3.39 24.33% $2.57 Safety EA $32.16 24.09% $24.41 Safety EA $76.93 23.98% $58.48 Safety EA $3.59 23.88% $2.731 Safety EA $5.57 23.64% $4.25 Safety EA $63.66 23.64% $48.61 Safety EA $64.81 23.49% $49.58 Safety EA $9.18 23.35% $7.04 Safety EA $9.62 23.28% $7.38 Safety EA $65.53 23.07% $50.41 Safety PK $6.82 22.88% $5.26 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Mr. Chain Crowd Control Stanchion Plastic Chain, 17857 MR. CHAIN 50006-100 100'/Box Safety BX $119.27 22.85% $92.02 3M'" Durapore'" 1" x 10 yd. Surgical First Aid 24503 3M CORP 7100057168 Tape, 12 Rolls Safety BX $22.53 22.80% $17.39 VizCon Enviro-Cone® 36" Orange & Reflective 161377 VIZCON 16036-HIWB-10 Collars 12 lb. Traffic Cone Safety EA $34.31 22.76% $26.50 31937 NSI - Northern Safety 54022 NSI #50 Person Original First Aid Kit Safety EA $80.14 22.64% $61.99 1 Memphis Size L Regular Weight PVC Dot Palm 83203 MCR SAFETY INC 9650L Coated Cotton Poly Knit Gloves PR Safety PR $0.90 22.64% $0.70 Honeywell Eyesaline® 32 oz. Emergency Eye 1113 HONEYWELL SAFETY PRODUCT 32-000455-0000 Wash Station Refill Safety EA $19.28 22.62% $14.92 31938 NSI - Northern Safety 54020 NSI 75 Person 556-Piece Original First Aid Kit Safety EA $153.88 22.62% $119.07 Honeywell Eyesaline® 16 oz. Emergency Eye 3154 HONEYWELL SAFETY PRODUCT 32-000454-0000-HI Wash Station Refill Safety EA $13.55 22.62% $10.48 Honeywell Eyesaline® Double 16 oz. Bottles 12698 HONEYWELL SAFETY PRODUCT 32-000465-0000 Emergency Eye Wash Station Safety EA $73.74 22.56% $57.10 Honeywell Eyesaline® Single 16 oz. Bottle 3153 HONEYWELL SAFETY PRODUCT 32-000460-0000-HI Emergency Eye Wash Station Safety EA $45.57 22.55% $35.29 Honeywell Eyesaline® Double 32 oz. Bottles 1112 HONEYWELL SAFETY PRODUCT 32-000462-0000-H! Emergency Eye Wash Station Safety EA $77.75 22.54% $60.22 Honeywell Eyesaline® Single 32 oz. Bottle 1111 HONEYWELL SAFETY PRODUCT 32-000461-0000 Emergency Eye Wash Station Safety EA $51.45 22.54% $39.85 NSI Insulated Split Leather Cold Weather Driver's 2430 NSI - Northern Safety 2430 Gloves Safety EA $7.49 22.48% $5.81 Honeywell Howard Leight Sync NRR 25 Digital 1502 HONEYWELL SAFETY PRODUCT 1030331 AM FM Radio Ear Muffs Safety PR $143.46 22.45% $111.26 NSI Assorted Plastic Adhesive First Aid Bandages, 32044 NSI - Northern Safety 54000 80/Box Safety BX $5.26 22.43% $4.08 4279 SINGER SAFETY COMPANY 10-090301 15-30 lb. Fire Extinguisher Cover Safety EA $22.06 22.39% $17.121 Liberty Glove and Safety DuraSkin" II 4 mil Powder -Free 9.5" Disposable Ultra Soft Nitrile 161501 LIBERTY GLOVE & SAFETY CO T2026W-L Gloves 100/Box Safety BX $7.00 22.33% $5.43 NSI Knuckle Premium Fabric Adhesive First Aid 6406 NSI - Northern Safety 6406 Bandages, 100/Box Safety BX $12.98 22.31% $10.08 FallTech" Stainless Steel Bolt -on D-ring Plate 181080 FALLTECH/ALEXANDER ANDRE 7414SS Anchor Safety EA $52.67 22.27% $40.94 3M'" Classic'" Uncorded NRR 29 Pillow Pak'" 37472 3M CORP 7000002299 Disposable Ear Plugs Pair Safety PR $0.20 22.22% $0.15 26751 DUNLOP / ONGUARD INDUSTR 87982 SZ 10 Dunlop® Footwear Sureflex 16" Steel Toe Boot Safety PR $69.54 22.19% $54.11 CoreTex" StingX® Insect Sting Pain Relief 24847 CORETEX PROD,INC/FIRST GRC 33740 Towelettes, 25/Pack Safety PK $9.00 22.19% $7.00 NSI Premium Keystone Thumb Goatskin Leather 2580 NSI - Northern Safety Y0769L Driver's Gloves Safety PR $13.59 22.17% $10.58 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price FallTech® 2' Concrete Embed Anchor for 181121 FALLTECH/ALEXANDER ANDRE 7425 temporary single use Safety EA $11.09 22.16% $8.63 157700 ZING ENTERPRISES LLC 6033 Zing'" 1.5" Eco SIDS Binder, Spanish Safety EA $20.95 22.13% $16.311 PIP PVC Brick Fully Coated Cotton Poly String 151145 PROTECTIVE INDUSTRIAL PRO[ 36-110BB/L Knit Work Gloves Safety PR $1.71 22.08% $1.33 Valeo® Ergonomics NAS Pull On Ankle Support, 25032 VALEO INDUSTRIAL TECHNOLC VA4657LXN Men's Shoe Size 10-14 Safety EA $6.93 22.06% $5.40 Valeo® Ergonomics Performance Size 2XL 4" 157021 VALEO INDUSTRIAL TECHNOLC VA4684 2XL Leather Lifting Back Belt Safety EA $17.13 22.03% $13.35 PhysiciansCARE® 4" Titanium Medical First Aid 13732 NSI - Approved Vendor 90294-001 Scissors Safety EA $4.53 22.03% $3.53 Off!® Active'" 6 oz. 15% DEET Insect Repellant 24712 NSI Approved Vendor SJN611079 Aerosol Spray Safety EA $11.59 22.03% $9.04 Valeo® Ergonomics Terry Lined Wraparound 11111 VALEO INDUSTRIAL TECHNOLC WSS/V14666BK Wrist Support Safety EA $5.72 22.00% $4.46 Honeywell North" P100 Respirator Cartridges, 3959 HONEYWELL SAFETY PRODUCT 7580P100 2/Pack Safety PR $10.07 21.99% $7.86 NSI Power Shell® 4-Point Ratchet Suspension 23189 NSI - Northern Safety 23189 NY Cap Hard Hat Safety EA $13.82 21.85% $10.80 Sqwincher® Sqweeze Assorted Flavor Freezer 24791 SQWINCHER CORP. 159200201 Pops, 150/Case Safety CS $51.26 21.85% $40.06 Heartland Footwear Inc. 15" Premier Economy 166630 HEARTLAND FOOTWEAR INC 70667 10 Industrial Steel Toe Boot Safety PR $30.65 21.84% $23.95 Honeywell North® Organic Vapors/P100 3963 HONEYWELL SAFETY PRODUCT 7581P100L Respirator Cartridges, 2/Pack Safety PR $27.70 21.78% $21.67 Lapco FIR 8.9 Cal Flame -Resistant Long Sleeve 100866 LAPCO MFG FRT-HJE GRY LAR Henley FIR Shirt Safety EA $57.73 21.77% $45.16 Honeywell North® Organic Vapors/Acid 3964 HONEYWELL SAFETY PRODUCT 7583P100L Gases/P100 Respirator Cartridges, 2/Pack Safety PR $32.55 21.76% $25.47 NSI Multi -Purpose Concrete and Steel Rotating D- 93905 NSI - Northern Safety 7451AC Ring Fall Protection Anchor Safety EA $62.47 21.73% $48.90 3690 PETZL AMERICA L52H 002 PETZL 6' GRILLON HOOK LANYARD Safety EA $231.58 21.72% $181.281 3M'" DBI SALA" Size XL First'" Vest -Style Back D- Ring, & Pass-Thru Buckle Leg Straps Fall 63992 3M FALL PROTECTION / CAPITI AB17530 XL Protection Harness Safety EA $57.10 21.72% $44.70 VISA V-FORM Fall Protection Harness, Back D- 314695 VISA SAFETY SALES LLC 10197196 Ring, Qwik-Fit Leg Straps Safety EA $51.84 21.72% $40.58 17859 MR. CHAIN 50703BLACK(PACK, Mr. Chain Master Link for Plastic Chain, 2/Pack Safety PK $1.25 21.43% $0.98 2480 NSI - Northern Safety 161542 NSI Disposable Ear Plug Dispenser Safety EA $94.90 21.42% $74.581 145970 VESTIL MANUFACTURING CON FSBOL-36 Vestil 8" x 36" x 5" Floor Stop Bollard Safety EA $125.62 21.32% $98.831 NSI N-Specs® Raptor® XP Clear Lens Safety 323496 NSI - Northern Safety J-81 CLR Glasses Safety EA $2.29 21.15% $1.80 NSI N-Specs® Raptor® XP Gray Lens Safety 323499 NSI - Northern Safety J-81 GY Glasses Safety EA $2.29 21.15% $1.80 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Honeywell North® C-Safe Single Pole Circuit 152890 HONEYWELL SAFETY PRODUCT CB03 Breaker Lockout Safety EA $8.12 21.14% $6.40 NeeseViz- Class 3 Reflective Hi-Vis Lime Zip -Out 25369 RADIANS/TECHNA 94001-01-1 LARGE Fleece Lined Traffic Safety Bomber Jacket Safety EA $65.45 21.13% $51.62 Dunlop° Footwear DuraPro® Steel Toe & Shank 161338 DUNLOP / ONGUARD INDUSTR 8908610 Chemical Resistant Boots Safety PR $59.94 21.07% $47.31 Lapco FR 8.7 Cal 7 oz. Flame Resistant Economy 187794 LAPCO MFG CVEFR7GY-LAR REC FR Coveralls Safety EA $69.47 20.77% $55.04 3MT Protecta° 3' Tie -Off Fall Protection Pass- 198335 3M FALL PROTECTION / CAPITI 5900577 Thru Adapter Safety EA $34.81 20.27% $27.75 Lapco FR 8.7 Cal Deluxe 7oz. Flame Resistant 187864 LAPCO MFG CVFRD7GY-2XL REC 100% Cotton FR Coveralls Safety EA $82.32 20.25% $65.65 3M" Protecta® FIRST" Vest -Style Harness, back 178489 3M FALL PROTECTION / CAPITI AB17510 D-ring, pass-thru buckle leg straps Safety EA $51.29 20.25% $40.90 4362 NSI - Northern Safety 742046 NSI 21 Piece Personal First Aid Kit Safety EA $4.67 20.11% $3.73 1 Night Stick® 4-in-1 Flashlight & Flashing Safety 2935 N51 - Approved Vendor NSP-1174-K01 Light Safety EA $72.45 20.02% $57.95 11441 N51 Approved Vendor 10190 Zee Line Low Profile Metal Lever Action Pump Pumps EA $64.09 29.43% $45.23 Little Giant® Pumps 1 1/4" & 1 1/2" Universal 31556 KOLSTAD & FIESS 599303 Sump Pump Discharge Kit Pumps EA $18.59 21.63% $14.57 8317 NSI Approved Vendor 1014R Zee Line Ryton Rotary Pump with Ryton Vane Pumps EA $171.54 20.76% $135.92 Little Giant® Pumps Small Epoxy Encapsulated 13133 KOLSTAD & FIESS 518100 Submersible Pump, 80 GPH Pumps EA $55.44 20.54% $44.05 Little Giant® Pumps Water Wizard® Utility Sump 13139 KOLSTAD & FIESS 505176 Pump Pumps EA $162.80 20.34% $129.69 255683 Irwin 373114BX HOLE SAW, 1-1/4" BI-METAL Power Tools EA $7.20 31.62% $4.921 22480 BLACK & DECKER US. DW8003 Chop Saw Wheel Stud Cutter 14" Power Tools EA $9.37 29.23% $6.63 1 32236 BLACK & DECKER US. DW8024 Portable Saw Blade 14x1" Masonary Power Tools EA $10.65 27.31% $7.741 205639 JAPEX TOOL GROUP, LLC 3651 Jacobs Key Chuck 5/16 K3 Power Tools EA $8.29 23.62% $6.33 1 6334 1 BLACK & DECKER US. D180018 DEWALT 1 1/8" STANDARD HOLE SAW Power Tools EA $8.01 22.39% $6.22 1 23907 1 BLACK & DECKER US. DW1304 TITANIUM SPLIT POINT DRILL BIT 1/16" Power Tools EA $3.85 22.38% $2.991 23908 1 BLACK & DECKER US. DW1305 TITANIUM SPLIT POINT DRILL BIT 5/64" Power Tools EA $3.05 22.38% $2.371 22394 1 BLACK & DECKER US. DW1969 Pilot Point 29 PC Set w/MET index Power Tools EA $114.17 22.28% $88.73 1 20914 BLACK & DECKER US. DWA1208 Cobalt Split Point Drill Bit Power Tools EA $4.41 22.22% $3.43 1 6344 BLACK & DECKER US. D180028 DEWALT 1 3/4" STANDARD HOLE SAW Power Tools EA $9.70 22.21% $7.55 1 22370 BLACK & DECKER US. DW1910 PILOT POINT GD/FERROUS 5/32" OX/BIT Power Tools EA $2.38 22.11% $1.851 88372 BLACK & DECKER US. 2040155 BLADE HOLE SAW 1-3/4" BLU-MOLE Power Tools EA $7.74 22.02% $6.041 251397 MILWAUKEE ELECTRIC TOOL C, 48-01-9091 BLADE SAW RECIP 6X3/4X0.0351N 8/12 UNIV Power Tools EA $2.75 21.98% $2.15 251401 MILWAUKEE ELECTRIC TOOL C, 48-01-9182 BLADE SAW RECIP 6X3/4X0.0351N 14 BI-MTL Power Tools EA $2.75 21.98% $2.15 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 251400 MILWAUKEE ELECTRIC TOOL C, 48-01-9184 BLADE SAW RECIP 6X3/4XO.035IN 18 BI-MTL Power Tools EA $2.75 21.98% $2.15 251402 MILWAUKEE ELECTRIC TOOL C, 48-01-9186 BLADE SAW RECIP 6X3/4X0.0351N 24 UNIV Power Tools EA $2.75 21.98% $2.151 23911 BLACK & DECKER US. DW1308 TITANIUM SPLIT POINT DRILL BIT 1/8" Power Tools EA $3.48 21.84% $2.721 251300 MILWAUKEE ELECTRIC TOOL C, 48-39-0509 Blade Saw Bnd PTBL 35-3/8 in 1/2 in Power Tools EA $20.70 21.79% $16.191 Coilhose Pneumatics® Dual Foot Extension Tire 22109 COIL HOSE PNEUMATIC CH16 Chuck -1/4" FPT Pneumatics EA $9.54 27.05% $6.96 Coilhose Pneumatics® Industrial Interchange Manual Coupler, Series# 15 (1/4" Industrial) - 13331 COIL HOSE PNEUMATIC 150 1/4" (F)NPT Pneumatics EA $7.77 24.91% $5.83 Coilhose Pneumatics® ARO Interchange Manual 13323 COIL HOSE PNEUMATIC 140 Coupler, Series# 14 (Aro) -1/4" (F)NPT Pneumatics EA $9.49 24.52% $7.16 Coilhose Pneumatics® ARO Interchange 13327 COIL HOSE PNEUMATIC 1402 Connector, Series# 14 (Aro) -1/4" (F)NPT Pneumatics EA $2.78 24.39% $2.10 Coilhose Pneumatics® Premium Lever Style 13457 COIL HOSE PNEUMATIC 60OP-S Safety Blow Gun ergonomic Pneumatics EA $14.60 20.81% $11.56 Flexzilla® 3/8" x 25' Pneumatic Air Hose 1/4" 228217 LEGACY MANUFACTURING HFZ3825YW2 MNPT Pneumatics EA $33.31 20.79% $26.38 229797 LEGACY MANUFACTURING AG1200FZKIT Flexzilla® 6-Piece Pneumatic Air Blow Gun Kit Pneumatics EA $67.69 20.77% $53.63 Flexzilla® 3/8" x 50' Pneumatic Air Hose 1/4" 228226 LEGACY MANUFACTURING HF23850YW2 MNPT Pneumatics EA $48.26 20.77% $38.24 Flexzilla® 3/8" Barb Reusable Pneumatic Air Hose 229770 LEGACY MANUFACTURING RP900375 Fitting 1/4" MNPT Pneumatics EA $6.02 20.63% $4.78 ColorConnex® 7-Piece Pneumatic Air Hose 229778 LEGACY MANUFACTURING A73457D Coupler & Plug Kit Pneumatics EA $17.22 20.25% $13.73 170137 LACO INDUSTRIES, INC. 44072 Markal® 1/2" x 520" PTFE Thread Seal Pipe Tape Plumbing EA $0.88 33.75% $0.58 89027 GENERAL WORK PRODUCTS, II` TPT12520 1/2" x 520" Teflon® Tape Plumbing RL $0.42 32.61% $0.281 BK Resources Evolution by 4" OC SM Stainless Steel Faucet with 8" swing spout, 1/4-turn ceramic cartridges with check valves, 1/2" Inlets, Hot/Cold Indicators, 10 year warranty, NSF, 291989 BK RESOURCES INC EVO-4SM-8 cCSAus, EVO-4SM-8 Plumbing EA $156.75 28.97% $111.35 MSI 150 lb. 304 Stainless Steel Cast Threaded 2906801 MSI Products A3030416 Coupling Pipe Fitting Plumbing EA $4.87 27.09% $3.55 MSI 150 lb. 304 Stainless Steel 90' Cast 2906841 MSI Products A3010016 Threaded Elbow Pipe Fitting Plumbing EA $5.60 24.17% $4.25 MSI 150 lb. 304 Stainless Steel Cast Threaded 290680 1 1/4 MSI Products A3030420 Coupling Pipe Fitting Plumbing EA $7.76 24.11% $5.89 MSI 150 lb. 304 Stainless Steel Cast Threaded 2906781 MSI Products A3040516 Cap Pipe Fitting Plumbing EA $3.44 22.04% $2.68 MSI 150 lb. 304 Stainless Steel 45' Cast 2906851 MSI Products A3010416 Threaded Elbow Pipe Fitting Plumbing EA $6.39 22.03% $4.98 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME �MELNOR, Mfg Product # Manufacture Product Description Melnor® EZ-Flow'" 2-Way Garden Hose Faucet CATEGORY Measure List Price % Discount Price 318041 INC. 356 Control Valve Rectorseal® 1 pt. Jim® PR-1L PVC & CPVC Purple Plumbing EA $9.71 21.95% $7.58 188283 ORS NASCO INC 622-55914 Primer BK Resources Splash Mount Faucet Mounting Plumbing EA $18.13 21.87% $14.16 Kit, includes (2) 1/2" supply nipples, (2) retainer nuts, (2) lock washers, (2) rubber washers & (2) 203274 BK RESOURCES INC BK-DMMK-90 male & female short 90° elbows BK Resources T-304 Stainless Steel Wall Mount Plumbing EA $38.90 21.86% $30.40 Hand Sink, 17"W x 15-1/2"D O.A., 14"W x 10"D x 5" deep bowl, Includes lead free faucet with 3" gooseneck spout, drain and wall mounting 203285 BK RESOURCES INC BKHS-W-1410-P-G hardware, NSF BK Resources OptiFlow 8" O.C. Splash Mount Plumbing EA $195.49 21.83% $152.81 Heavy Duty Faucet with 10" swing spout, 1/4- turn ceramic cartridges with check valves, 1/2" Female Inlets, Hot/Cold Indicators, lead free, 203271 BK RESOURCES INC BKF-10-G NSF, cCSAus Loctite® Multi -Purpose Insulating & Sealing Plumbing EA $176.31 21.82% $137.84 30752 HENKEL LOCTITE CORPORATIO 1212164 Wrap, 1" x 10' Midland Metal Manufacturing Pipe Adapter, 1/2 Plumbing EA $20.60 21.77% $16.12 270611 MIDLAND METAL IWORTHINGTON CYLINDERS LICA 55744 361530 in, Slip x FIP, SCH 40, PVC, 140 deg F Benzomatic Max Heat Torch BrassCraft" 48" Speedi Plumb" PLUS Flexible Plumbing Plumbing EA EA $0.66 $75.40 21.21% 20.77% $0.52 $59.741 206551 190645 PLUMBING SUPPLY COR �UTICA 48" HOSE ASSEMBI Braided Polymer Water Connector BrassCraft" 60" Speedi Plumb" PLUS Flexible Plumbing EA $16.10 20.43% $12.81 190646 PLUMBING SUPPLY COR 60 HOSE ASSEMBLI Braided Polymer Water Connector Apollo Valves 1" Bronze Ball Valve & Spring Plumbing EA $16.10 20.43% $12.81 197607 NSI Approved Vendor 71-505-01 Return Handle Plumbing Paint, Equipment & EA $209.95 20.30% $167.32 31515 DIVERSIFIED BRANDS 99060340 Purdy" Chip Brush 4" Rust-Oleum M1400 15 oz. Construction Marking Supplies Paint, Equipment & EA $1.92 47.95% $1.00 174576 RUST-OLEUM CORPORATION 264693 Spray Paint Supplies Paint, Equipment & EA $5.84 36.16% $3.73 87796 G.F. LASSWELL CO. INC. 5010000 Magnolia Brush 1" Chip Brush Kleenwell® 9" Industrial Quality Polyester Paint Supplies Paint, Equipment & EA $0.26 35.29% $0.17 87794 G.F. LASSWELL CO. INC. PR907-C-9 Roller Cover Premier" 5-Wire 9" Cage Heavy -Duty Roller Supplies Paint, Equipment & EA $1.86 31.47% $1.27 257634 PREMIER PAINT ROLLER 91F-IMP Painting Frame Premier® 2" Single Thick White China Bristle Supplies Paint, Equipment & EA $3.19 28.51% $2.28 257656 PREMIER PAINT ROLLER WV20 General Purpose Chip Paint Brush Supplies EA $0.62 28.26% $0.44 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Premier® 3"L x 3/8" Nap General Purpose Semi- Paint, Equipment & 257613 PREMIER PAINT ROLLER PR80C3 Smooth Paint Roller Cover Supplies EA $0.94 27.03% $0.69 Premier® 51 x 1 1/8"D Tapered End Wood Paint Paint, Equipment & 257638 PREMIER PAINT ROLLER 60-TP Roller Extension Pole Supplies EA $6.35 26.37% $4.68 Premier® 18"L x 1/2" Nap General Purpose Semi- Paint, Equipment & 257620 PREMIER PAINT ROLLER PR907C18 Rough Paint Roller Cover Supplies EA $4.17 26.36% $3.07 Premier® 9"L x 1/2" Nap General Purpose Semi- Paint, Equipment & 257618 PREMIER PAINT ROLLER PR907C9 Rough Paint Roller Cover Supplies EA $1.74 26.12% $1.29 �RUST-OLEUM Paint, Equipment & 205425 CORPORATION 55270830 TNT Spray Paint Supplies EA $3.28 25.84% $2.43 LW CGW® 59729 Internal Thread Holder Pad, 1 in Paint, Equipment & 257814 ABRASIVES 59729 Dia, 1/4 in Arbor, Turn -On Attachment, Rubber Supplies BX $7.27 24.96% $5.46 Rust-Oleum Overall® 16 oz. Economical Enamel Paint, Equipment & 224490 kUST-OLEUM CORPORATION V2402830 Spray Paint Supplies EA $3.84 24.93% $2.88 Paint, Equipment & 190644 3M CORP 7010337159 3M SCOTCH BLUE PAINTERS TAPE 2"X60YD Supplies EA $10.32 24.52% $7.79 Premier® 4" Double Thick White China Bristle Paint, Equipment & 257659 PREMIER PAINT ROLLER WV40 General Purpose Chip Paint Brush Supplies EA $2.67 24.24% $2.02 Premier® 18"L x 3/8" Nap General Purpose Semi- Paint, Equipment & 257617 PREMIER PAINT ROLLER PR80C18 Smooth Paint Roller Cover Supplies EA $3.92 22.55% $3.04 kUST-OLEUM Rust-Oleum 1600 System 12 oz. Multi -Purpose Paint, Equipment & 173442 CORPORATION 1679830 Gloss Enamel Aerosol Spray Paint Supplies EA $8.79 22.30% $6.83 Paint, Equipment & 87798 G.F. LASSWELL CO. INC. 5010001 Magnolia Brush 2" Chip Brush Supplies EA $0.46 22.22% $0.36 Paint, Equipment & 31499 DIVERSIFIED BRANDS K02012 Krylon® Industrial Maintenance Paint Supplies EA $13.01 21.85% $10.17 Premier® 6" Heavy -Duty Plastic Mini Roller Paint Paint, Equipment & 257628 PREMIER PAINT ROLLER MRT Tray Supplies EA $1.98 21.83% $1.55 Purdy® Rubberset® One Coat Latex Series Paint Paint, Equipment & 31508 DIVERSIFIED BRANDS 996621150 Brush - 11/2" Angle Sash Supplies EA $3.93 21.54% $3.08 Paint, Equipment & 17752 DIVERSIFIED BRANDS K08340 Krylon® Line-UpTM Pavement Striping Machine Supplies EA $240.66 21.40% $189.16 Paint, Equipment & 87892 G.F. LASSWELL CO. INC. ECONO-4 Kleenwell® Economy 4" Paint Roller Frame Supplies EA $1.23 21.37% $0.97 Paint, Equipment & 9443 DIVERSIFIED BRANDS K01401 Krylon® Industrial Maintenance Paint Supplies EA $11.21 21.36% $8.82 Paint, Equipment & 31494 DIVERSIFIED BRANDS 144900040 Purdy® Putty Knife With 4" Flexible Blade Supplies EA $8.51 21.24% $6.70 Purdy® Bestt® Liebco Production Knit Roller Paint, Equipment & 31577 DIVERSIFIED BRANDS 508490900 Cover9" Extra Rough Surface, 11/4" Nap Supplies EA $2.58 21.10% $2.04 Paint, Equipment & 87896 G.F. LASSWELL CO. INC. 5068802 9" Paint Tray Liner Supplies EA $0.70 20.97% $0.55 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Paint, Equipment & 87894 G.F. LASSWELL CO. INC. ECONO-9 Kleenwell® Economy 9" Paint Roller Frame Supplies Shurtape® 2.83" x 60.1 yd. General Purpose Paint, Equipment & 262557 SHURTAPE TECHNOLOGIES LLC 113699 Masking Tape Roll Supplies 3M' High Performance Green Masking Tape Paint, Equipment & 194302 3M CORP 7000124895 401+, 18 mm x 55 m, 48 rolls per case Supplies Paint, Equipment & 87890 G.F. LASSWELL CO. INC. 214-9 Polyester 9" Paint Roller Cover Supplies Purdy® Rubberset® One Coat Latex Series Paint Paint, Equipment & 31506 DIVERSIFIED BRANDS 996620300 Brush -3"Wall Supplies Premier" 9"L x 3/8" Nap General Purpose Semi- Paint, Equipment & 257616 PREMIER PAINT ROLLER PR80C9 Smooth Paint Roller Cover Supplies Purdy® 3" Premium Stiff Chiseled Blade Putty Paint, Equipment & 203507 DIVERSIFIED BRANDS 14A900130 Knife Supplies Krylon® Line -Up'" Upside Down Pavement Paint, Equipment & 17754 DIVERSIFIED BRANDS K08304 Striping Paint Supplies Paint, Equipment & 87895 G.F. LASSWELL CO. INC. 9-T 9" Paint Tray Supplies Weiler® Vortec Pro® Multi -Purpose Chip and Oil Brush, 1 in Brush, 1-1/2 in L Bristle, White China Paint, Equipment & 281185 WEILER CORPORATION 40179 Bristle Brush Supplies Paint, Equipment & 87889 G.F. LASSWELL CO. INC. 9030403 Kleenwell® 4" Mini Paint Roller Frame Supplies Sharpie® Ultra Fine Point Permanent Black 5788 ACCUFORM SIGNS HMD200BK Marker Office Supplies Ghent® 24"H x 36"W Non -Magnetic Dry Erase 23100 GHENT MANUFACTURING M2-23-1 Markerboard with Aluminum Frame Office Supplies Ghent® 48"H x 96"W Non -Magnetic Dry Erase 23103 GHENT MANUFACTURING M2-48-4 Markerboard with Aluminum Frame Office Supplies Universal® Fine Bullet Tip Assorted Colors Pen 207561 NSI Approved Vendor UNV43670 Style Dry Erase Marker 4/Pack Office Supplies 24505 3M CORP 7100094204 3M• Invisible Tape Dispenser Office Supplies 8874 3M CORP 7010380169 3M'" Highland- Invisible Tape, 1/2" x 36 yd. Office Supplies 8905 3M CORP 0005113069930 3M' Tape Dispenser for Transparent Tape Office Supplies 311742 NSI Approved Vendor SAN81505 Expo® 5 1/8" x 1 1/2" Whiteboard Block Eraser Office Supplies 177598 NSI Approved Vendor BUNBCF250 Bunn® 12 Cup Coffee Filters, 250/Pack Office Supplies 177500 NSI Approved Vendor LIP291 Lipton Regular Tea Bags, 100/Box Office Supplies 177644 NSI Approved Vendor TZ0153966 TAZO® Assorted Tea Bags, 24/Box Office Supplies Expo® 8 oz. Dry Erase White Board Surface 299776 NSI Approved Vendor SAN81803 Cleaner Office Supplies BIC' Wite-Out® 0.7 oz. Quick Dry Correction 307541 NSI Approved Vendor BICWOFQD324 Fluid Office Supplies Unit of Contract Measure List Price % Discount Price EA $1.72 20.86% $1.36 EA $5.96 20.73% $4.72 EA $7.59 20.58% $6.03 EA $1.75 20.55% $1.39 EA $7.21 20.40% $5.74 EA $1.66 20.37% $1.32 EA $6.47 20.34% $5.15 EA $16.97 20.31% $13.52 EA $4.32 20.10% $3.45 EA $0.36 20.00% $0.29 EA $1.51 20.00% $1.21 EA $3.52 32.50% $2.38 EA $69.89 27.49% $50.68 EA $394.90 25.36% $294.77 PK $2.47 25.24% $1.85 EA $3.79 22.79% $2.93 1 EA $1.46 22.50% $1.13 EA $25.34 22.35% $19.681 EA $4.32 21.21% $3.40 PK $9.97 20.82% $7.891 BX $10.57 20.80% $8.371 BX $12.83 20.79% $10.161 EA $6.27 20.53% $4.98 EA $2.55 20.50% $2.03 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price BIC® Wite-Out® EZ Correct® 1/6"W x 39.31 294927 NSI Approved Vendor BICWOTAPP11 White Correction Tape Office Supplies EA $4.69 20.34% $3.74 322529 NSI Approved Vendor BICBL11GN BIC® brite liner® Chisel Tip Highlighter 12/Box Office Supplies DZ $12.87 20.31% $10.26 Post -it® Brand 1" x 1.7" Canary Yellow Flags 2 295023 3M CORP 7000052452 Dispensers/Pack Office Supplies EA $5.42 20.31% $4.32 BIC® Clic Stic Retractable Medium Ballpoint Pen 322520 NSI Approved Vendor BICCSM116K 12/Box Office Supplies DZ $10.63 20.29% $8.47 322525 NSI Approved Vendor SAN3001 Sharpie® Fine Tip Permanent Marker Office Supplies DZ $20.67 20.26% $16.48 1 Post -it® Brand 3" x 3" Super Sticky Notes 5 295020 3M CORP 00021200531224 Pads/Pack Office Supplies EA $8.76 20.23% $6.99 Post -it® Brand 2" x 2" Super Sticky Notes 8 284210 3M CORP 00051141325033 Pads/Pack Office Supplies PK $7.61 20.19% $6.07 NSI 1" x 10' Adjustable Locking Tie -Down -1,200 22809 NSI - Northern Safety 22809 lb. Capacity Material Handling EA $6.99 53.90% $3.22 218217 NSI - Northern Safety 218217 NSI Professional Folding Utility Knife Material Handling EA $6.92 49.13% $3.521 NSI 1" Shackle Keyed Differently Solid Body 311900 NSI - Northern Safety 311900 Aluminum Padlock Material Handling EA $9.99 35.24% $6.47 NSI 1.5" Shackle Keyed Differently Solid Body 311901 NSI - Northern Safety 311901 Aluminum Padlock Material Handling EA $10.49 33.72% $6.95 22781 HUMPHRY'S COVERSPORTS 101 10'X 12' BLUE Blue Poly Tarp-10' x 12' Material Handling EA $7.52 24.71% $5.671 26320 NSI - Northern Safety T15011 NSI 2" Heavy -Duty Tape Dispenser Material Handling EA $8.00 24.22% $6.061 NSI Heavy -Duty Ratchet Tie -Down with Flat 22760 NSI - Northern Safety SOA-2-FH Hooks Material Handling EA $21.99 22.65% $17.01 313910 APEX TOOL GROUP, LLC 4403415 5/16 SLIP HOOK,CLEVIS,ALLOY,PAINTED Material Handling EA $26.59 22.55% $20.591 313872 APEX TOOL GROUP, LLC 5413235 2 ANCHOR SHACKLE,SCREW PIN,H/G Material Handling EA $641.73 22.55% $497.051 16673 BRADY - SORBENT RFGRANULAR Brady" SPC Re -Form'" Industrial Absorbent Material Handling BG $19.23 21.63% $15.07 314004 APEX TOOL GROUP, LLC 3632035 SWIVEL,EYE/EYE,278-G,1-1/4GALV Material Handling EA $252.86 21.52% $198.451 313875 APEX TOOL GROUP, LLC 5412805 1-3/4 ANCHOR SHACKLE,SCREW PIN,PAINTED EA Material Handling $364.96 21.52% $286.44 313884 APEX TOOL GROUP, LLC 5393235 2 ANCHOR SHACKLE,BOLTTYPE,H/G Material Handling EA $629.89 21.52% $494.371 313976 APEX TOOL GROUP, LLC 5392495 ANCHOR SHACKLE,BOLT TYP,1-1/2,H/G,ALLOY EA Material Handling $414.30 21.51% $325.17 313952 APEX TOOL GROUP, LLC 5393295 2 ANCHOR SHACKLE, BOLT TYP, H/G,ALLOY Material Handling EA $939.40 21.51% $737.301 313939 APEX TOOL GROUP, LLC 39254151L ALLOY EYE HOIST HOOK W/LATCH,#34,22T Material Handling EA $650.47 21.51% $510.531 313876 APEX TOOL GROUP, LLC 5392835 1-3/4 ANCHOR SHACKLE,BOLT TYPE,H/G Material Handling EA $445.02 21.51% $349.281 313874 APEX TOOL GROUP, LLC 3953115PL ALLOY SWVL HOIST HK,W/LATCH,PL,#11,11T EA Material Handling $488.04 21.51% $383.04 313907 APEX TOOL GROUP, LLC 5394095 2-1/2 ANCHOR SHACKLE,BOLT TYP,H/G,ALLOY EA Material Handling $1,918.72 21.51% $1,505.93 313914 APEX TOOL GROUP, LLC 6250524 TURNBUCKLE,J&J,1X24,788G Material Handling EA $435.48 21.51% $341.791 314036 APEX TOOL GROUP, LLC 5392295 ANCHOR SHACKLE,BOLT TYP,1-3/8,H/G,ALLOY EA Material Handling $263.98 21.51% $207.19 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price LiftAll® Webmaster® 1200 Eye -to -Eye Polyester 20470 LIFT -ALL COMPANY, INC EE1602DFX6 Web Sling, 1-Ply, 2"W x 61 Material Handling EA $16.70 20.82% $13.22 313911 APEX TOOL GROUP, LLC 3951415PL ALLOY SWIVEL HOIST HOOK,PL,#14,22T Material Handling EA $1,183.86 20.45% $941.721 314030 APEX TOOL GROUP, LLC 6250510 TURNBUCKLE,)&J,5/8X9788G Material Handling EA $90.31 20.45% $71.841 Rubbermaid® Multi -Stream Collapsible Basket X- Cart, 8 Bushel, 10 cu-ft Volume, 220 lb Load, 281807 RUBBERMAID COMMERCIAL PI 1881781 Vinyl Bag, Stainless Steel Frame, Black Material Handling EA $315.77 20.38% $251.42 Fairbanks® Heavy Duty Steel Handtruck-Loop 27060 FAIRBANKS COMPANY E14-10FPN Handle Material Handling EA $133.20 20.27% $106.20 Fairbanks® Hardwood Deck Platform Truck 30"W 26906 FAIRBANKS COMPANY EL-Q-3060-8POE/4: x 60"L, 2,500 lb. Capacity Material Handling EA $570.66 20.26% $455.04 Vestil 6,000 lb. Capacity Heavy -Duty Single 100340 VESTIL MANUFACTURING CON PAL-16 Scissor Pallet Puller Material Handling EA $77.98 20.26% $62.18 Coilhose Pneumatics® ATLO04W Air Tool Lubricant, 4 oz Fliptop Bottle, Liquid, Dark 273251 COIL HOSE PNEUMATIC ATLO04W Amber, Petroleum Distillates Lubricants EA $15.95 51.24% $7.78 Rust-Oleum Krud Kutter® The Must for Rust 1 174604 RUST-OLEUM CORPORATION MR016 gal. Bottle Rust Remover & Inhibitor Lubricants EA $34.36 31.75% $23.45 Weld -Aid Weld-Kleen® 350® Heavy Duty Anti- 257712 ORS NASCO INC 007030 Spatter, 20 oz Aerosol Can, Liquid, Clear Lubricants EA $16.79 22.76% $12.97 CRC® Food Grade Synthetic PAG Chain Oil, 5 gal. 253363 CRC INDUSTRIES, INC. 04580 Pail, Liquid, Clear, 0.99 Specific Gravity Lubricants EA $527.90 22.47% $409.29 CRC® Extreme Duty Open Gear and Chain Lubricant, 16 oz. Aerosol Can, Liquid, Black, 1.23 253179 CRC INDUSTRIES, INC. 03058 Specific Gravity Lubricants CS $227.41 22.47% $176.32 CRC® Food Grade Multi -Purpose Silicone Lubricant, 16 oz. Non -Aerosol Spray Can, Liquid, 253168 CRC INDUSTRIES, INC. 03039 Clear Water -White Lubricants EA $18.63 22.43% $14.45 293258 SYNCO CHEMICAL CORP SUPEF 12016 Air Tool Pneumatic Lubricant 1 Pint Bottle Lubricants EA $14.86 22.43% $11.531 Cycle Lube Synthetic Lubricant with Syncolon® 293226 SYNCO CHEMICAL CORP SUPEF 33006 (PTFE) 6 oz. Aerosol Lubricants EA $10.64 22.34% $8.26 High Temperature Extreme Pressure Grease 293215 SYNCO CHEMICAL CORP SUPEF 70006 With Syncolon® (PTFE) 6 cc. Syringe Lubricants EA $7.87 21.96% $6.14 293227 SYNCO CHEMICAL CORP SUPEF 85011 SYNCOPEN® Synthetic Penetrant 11 oz. Aerosol Lubricants EA $12.80 21.91% $10.00 293277 SYNCO CHEMICAL CORP SUPEF 60016 H-3 Direct Food Contact Oil 16 oz. Lubricants EA $10.96 21.79% $8.571 Multi -Purpose Synthetic Grease w/ Syncolon® 293197 SYNCO CHEMICAL CORP SUPEF 21014 (PTFE) 1/2 oz. Tube Lubricants EA $4.36 21.72% $3.41 293276 SYNCO CHEMICAL CORP SUPEF 60004 H-3 Direct Food Contact Oil oz. Lubricants EA $7.73 21.71% $6.051 197800 CRC INDUSTRIES, INC. 05006 CRC® Power Lube® Multi -Purpose Lubricant Lubricants EA $9.12 21.36% $7.17 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY LPS® TKX® All Purpose Lubricant 11 wt. oz. 316354 ITW PROBRANDS 02016 Aerosol Spray Lubricants CRC® Machine Oil With Perma-Lock®, 16 oz. 253187 CRC INDUSTRIES, INC. 03081 Aerosol Can, Liquid, Clear Lubricants 87023 DEALERS ELECTRIC 3112-50740 GLOBE BLUE PLASTIC 6" Lubricants Tri-Flow® Trigger Spray Lubricant with PTFE, 18 11053 DIVERSIFIED BRANDS TF29200 oz. Lubricants 309330 CRC INDUSTRIES, INC. 05379 CRC® Clean-R-Carb`" 05379 Carburetor Cleaner Lubricants 11042 WD-40 COMPANY 490026 WD-401 Aerosol, 8 oz. Lubricants Vibra-Tite® 9070 Anti -Seize Lubricant, 8 oz Brush 248587 ND INDUSTRIES - VIBRA TITE D 90708 Top Jar, Paste, Silver, 1.13 Specific Gravity Lubricants WD-401 Specialist® 10 oz. Spray & Stay Gel 190193 WD-40 COMPANY 300103 Lubricant No -Drip Formula Lubricants 11051 DIVERSIFIED BRANDS TF20025 Tri-Flow® Aerosol Lubricant with PTFE, 6 oz. Lubricants WD-401 Specialist- Rust Release Penetrant 11 3864 WD-4000MPANY 300004 oz. Lubricants 210162 HENKEL LOCTITE CORPORATIO 270638 Loctite® 1.5 oz. Tube White Lithium Grease Lubricants 13288 COIL HOSE PNEUMATIC ATL004 Coilhose Pneumatics® 4 oz. Air Tool Lubricant Lubricants 87261 ORS NASCO INC 108-16-PB PB"" 11 oz. Spray Lubricant Lubricants 32506 JORGILL 9857285 GUNK® Thrust Quick Starting Fluid 11 oz. Lubricants �WD-40 WD-400 Specialist- Water Resistant Silicone 3864 COMPANY 300012 Lubricant 11 oz. Lubricants Sprayon® 711® The Protector- Lubricant and 11047 DIVERSIFIED BRANDS SC0711 Rust Preventative, 11 oz. Lubricants 87303 ORS NASCO INC 425-500200 Sprayon® LU200 Dry Film Moly Lubricant Aerosol Lubricants GE LED11DA19/827 11-Watt 800 Lumens A19 173144 GE LIGHTING 69117 Replacement White LED Light Bulb 1/Box Lighting GE LED11DAV3/5K 10.5-Watt 850 Lumens A19 173148 GE LIGHTING 69146 Replacement White LED Light Bulb 1/Box Lighting GE LED4DA15-W3/827 4-Watt 300 Lumens A15 Replacement A -Line White LED Light Bulbs, 173162 GE LIGHTING 34038 1/Box Lighting kATCO Satco® Nuvo® 40W Replacement A19 LED Lamp, 318310 PRODUCTS INC 59591 Non -Dimmable, 6W, 3000K, 120V Lighting kATCO Satco® Nuvo® 40W Replacement A19 LED Lamp, 318307 PRODUCTS INC S29833 Dimmable, 6W, 4000K, 120V Lighting Unit of Contract Measure List Price % Discount Price EA $9.05 21.03% $7.15 EA $13.87 20.95% $10.96 EA $13.19 20.93% $10.431 EA $30.30 20.93% $23.96 EA $6.88 20.87% $5.44 EA $8.25 20.80% $6.531 EA $16.88 20.78% $13.37 EA $13.90 20.74% $11.02 EA $9.08 20.73% $7.19 EA $6.69 20.72% $5.30 TB $4.32 20.61% $3.43 EA $6.12 20.35% $4.87 EA $5.37 20.29% $4.281 EA $6.11 20.28% $4.871 EA $8.63 20.25% $6.88 EA $10.95 20.24% $8.73 EA $10.28 20.23% $8.20 EA $5.00 47.21% $2.64 BX $7.96 39.09% $4.85 EA $5.70 32.87% $3.83 EA $2.95 32.08% $2.00 EA $2.95 31.39% $2.02 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description Satco® Nuvo® 75W Replacement A19 LED Lamp, 318328 SATCO PRODUCTS INC 528770 Non -Dimmable, 11.5W, 5000K, 120V, 4PK Satco® Nuvo® 40W Replacement A19 LED Lamp, 318309 SATCO PRODUCTS INC 59590 Non -Dimmable, 6W, 2700K, 120V Satco® Nuvo® 40W Replacement A19 LED Lamp, 318306 SATCO PRODUCTS INC S29831 Dimmable, 6W, 3000K, 120V GE LED7DA19/827 7-Watt 450 Lumens A19 173140 GE LIGHTING 11332 Replacement White LED Light Bulb 1/Box 23342 BIG BEAM EMERGENCY SYSTEP WINDSOR Big Beam® Windsor Emergency Light Big Beam® LED Lamp & Battery Back -Up 23340 BIG BEAM EMERGENCY SYSTEP EXKL2GWWU Emergency Exit Sign Big Beam® Combination Emergency Light & Exit 23341 BIG BEAM EMERGENCY SYSTEP 2EXKL2RWWU Sign 7513 SOUTHWIRE COMPANY, LLC. 691 Woods® General -Purpose Pro Light Morris Dimmable Recessed Lighting Retrofit Kit, 260104 MORRIS PRODUCTS INC 72601 5 - 6 in, LED, 14.5 W Lamp, 120 VAC, Aluminum GE LED Bright Stik7m LED9LS3/827 120 Light Bulbs 308924 GE LIGHTING 75184 3/Pack Morris Remote Weatherproof Emergency Lamp 259786 MORRIS PRODUCTS INC 73064 Head, 7.2 W, 6 VDC, Incandescent Morris Standard Exit Sign, LED, 1.64 W Lamp, 259809 MORRIS PRODUCTS INC 73012 120/277 VAC, White Housing, Red Light Morris High Output Square Head Combination Exit/Emergency Light, LED, 1.8 W Lamp, 120/277 259726 MORRIS PRODUCTS INC 73432 VAC, White Housing, Red Light Eiko® On/Off PIR Occupancy and Daylight Sensor, High Bay Lens 120 - 277 VAC, 80 A, 272298 EIKO LTD SEN-3A-KO Infrared, 1/2 in Knock Out Mounting Morris Adjustable Wet Location Emergency Light With Shield, 3.32 W LED Lamp, 120/277 VAC, 259771 MORRIS PRODUCTS INC 73398 Thermoplastic, White Morris Heavy Duty Emergency Light With Remote Capacity, 9 W Incandescent Lamp, 259769 MORRIS PRODUCTS INC 73176 120/277 VAC, 3 Head Eiko® 120V 500W T-3 R7s Base Double Ended 197594 EIKO LTD 15170 Halogen Lamp Bulb Morris Vandal/Environmental Shield Guard, 7 in L x 8-1/2 in W x 19-1/2 in D, Emergency Lights, 259779 MORRIS PRODUCTS INC 73091 Polycarbonate, Clear Unit of Contract CATEGORY Measure List Price % Discount Price Lighting PK $14.95 30.97% $10.321 Lighting EA $2.92 30.94% $2.01 Lighting EA $2.95 30.38% $2.05 Lighting EA $7.96 26.10% $5.89 Lighting EA $54.33 25.36% $40.551 Lighting EA $47.02 25.34% $35.10 Lighting EA $100.74 23.90% $76.66 Lighting EA $38.73 23.32% $29.701 Lighting EA $15.06 22.43% $11.68 Lighting PK $12.90 22.42% $10.01 Lighting EA $24.94 22.41% $19.35 Lighting EA $25.46 22.41% $19.76 Lighting EA $73.98 22.41% $57.40 Lighting EA $85.82 22.40% $66.59 Lighting EA $95.02 22.40% $73.73 Lighting EA $233.77 22.40% $181.411 Lighting EA $1.38 22.40% $1.07 Lighting EA $118.70 22.40% $92.11 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Morris Emergency Lighting Ballast, Fluorescent T8 - T12, 17 - 215 W Lamp, 120/277 VAC, 259701 MORRIS PRODUCTS INC 72904 Instant/Rapid Start, Single/Bi-Pin Base Lighting EA $101.66 22.40% $78.89 Morris High Output Round Head Emergency Light, 0.85 W Micro LED Lamp, 120/277 VAC, 259750 MORRIS PRODUCTS INC 73112 Thermoplastic, White Lighting EA $46.00 22.40% $35.70 Morris Low Profile Time Delay Emergency Lighting Ballast, T5 - T8, 14 - 54 W/14 - 39 W 259705 MORRIS PRODUCTS INC 72913 Lamp, 120/277 VAC, Instant/Rapid Start Lighting EA $113.06 22.40% $87.74 Morris Motion Activated Security Flood Light, 24 W W LED Lamp, 120/240 VAC, CRI 80,3000 K, 259889 MORRIS PRODUCTS INC 72562 2060lumens, Die -Cast Aluminum Lighting EA $80.50 22.40% $62.47 Morris Emergency Lighting Ballast, Fluorescent T8 - T12, 17 - 110 W Lamp, 120/277 VAC, 259702 MORRIS PRODUCTS INC 72903 Instant/Rapid Start, Single/Bi-Pin Base Lighting EA $89.10 22.40% $69.15 GE 48" LED18ET8/G/4/840 Integrated Refit LED 173198 GE LIGHTING 35769 Lighting Tubes 20/Case Lighting CS $304.00 22.39% $235.92 Morris Round Head Standard Combination Exit/Emergency Light, Micro LED, 6.7 W Lamp, 259718 MORRIS PRODUCTS INC 73042 120/277 VAC, White Housing, Green Light Lighting EA $61.30 22.39% $47.58 Morris Edge Lit Single Sided Exit Sign, LED, 3.2 W Lamp, 120/277 VAC, Anodized Aluminum 259820 MORRIS PRODUCTS INC 73310 Housing Lighting EA $118.78 22.39% $92.18 Morris Prism Emergency Light, 5.4 W Incandescent Lamp, 120/277 VAC, 259749 MORRIS PRODUCTS INC 73111 Thermoplastic, Black Lighting EA $61.46 22.39% $47.70 Morris Emergency Lighting Ballast, Fluorescent T8 - T12, 17 - 40 W Lamp, 120/277 VAC, 260040 MORRIS PRODUCTS INC 72900 Instant/Rapid Start, Single/Bi-Pin Base Lighting EA $69.82 22.39% $54.19 kAYCO Bayco® 500 Watt Halogen Single Fixture Portable 87158 PRODUCTS INC SL-1002 Work Light Lighting EA $26.79 22.38% $20.79 kATCO Satco® Nuvo® Hi -Pro LED HID Replacement 321850 PRODUCTS INC 539390 Lamp, 18 W, 5000K, Medium Base Lighting EA $32.12 22.38% $24.93 Morris Dimmable Recessed Lighting Retrofit Kit, 260110 MORRIS PRODUCTS INC 72607 4 in, LED, 10.5 W Lamp, 120 VAC, Aluminum Lighting EA $11.96 22.36% $9.28 GE 24" LED8ET8/G/3/830 Integrated Refit LED 173177 GE LIGHTING 35775 Lighting Tubes 20/Case Lighting CS $196.72 22.23% $152.99 GE 24" LED8ET8/G/3/835 Integrated Refit LED 173180 GE LIGHTING 35776 Lighting Tubes 20/Case Lighting CS $196.72 22.23% $152.99 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # 173182 173191 173192 173195 173203 173196 173183 173186 173215 173150 324454 259897 MANUFACTURER NAME Mfg Product # Manufacture Product Description GE 24" LED9ET8/2/850 Integrated Refit LED GE LIGHTING 35779 Lighting Tubes 20/Case GE 48" LED15ET8/G/4/830 Integrated Refit LED GE LIGHTING 35790 Lighting Tubes20/Case GE 48" LED15ET8/G/4/835 Integrated Refit LED GE LIGHTING 35791 Lighting Tubes20/Case GE 48" LED15ET8/G/4/865 Integrated Refit LED GE LIGHTING 35798 Lighting Tubes 20/Case GE 48" LED18ET8/4/850 Integrated Refit LED GE LIGHTING 93140 Lighting Tubes25/Case GE 48" LED18ET8/G/4/830 Integrated Refit LED GE LIGHTING 35767 Lighting Tubes 20/Case GE 36" LED11ET8/G/3/830 Integrated Refit LED GE LIGHTING 35783 Lighting Tubes 20/Case GE 36" LED11ET8/G/3/835 Integrated Refit LED GE LIGHTING 35784 Lighting Tubes 20/Case GE LED6DMR16-V82735 6-Watt 2700°K AC/DC MR16 White Directional Accent Narrow Beam GE LIGHTING 39468 LED Flood Lamp GE LED12A21/830FE 3000°K 12-Watt 1100 Lumens A21 Replacement White LED Light Bulb GE LIGHTING 73384 1/Box GENERAL MANUFACTURING IN 1925-4009 SafTLite Stubby® LED Worklight & 25' 18/2 Cord MORRIS PRODUCTS INC 173206 GE LIGHTING 259874 MORRIS PRODUCTS INC 259877 MORRIS PRODUCTS INC 260099 MORRIS PRODUCTS INC 308160 VOLTEC INDUSTRIES 272287 EIKO LTD Morris Motion Activated Security Flood Light, 36 W W LED Lamp, 120/240 VAC, CRI 80,5000 K, 72570 3090lumens, Die -Cast Aluminum GE LED10DR303/827W 10-Watt 2700°K BR30 68160 Frosted Can & Down Light LED Reflector Lamp Morris Classic Low -Bay 120° Aluminum 71507 Reflector, For Use With 100 Watt Fixture Morris Classic Hi -Bay Reflector For Use With 150 71512 Watt Fixture Morris FlatPanel Wall Pack, LED, 80 W Lamp, 120/277 VAC, Bronze Housing, Cool White Light, 71573A 40 Lamps Voltec Power & Lighting 1000 08-00211 WATT Halogen Tripod Work Light Eiko® LiteSpanLED® Non -Dimmable Replacement Miniature Reflector Flood Lamp, 2.5 W, LED, LED2WMR11/120/i GU4, MR11, 140 lumens, CRI 80,3000 K Unit of Contract CATEGORY Measure List Price % Discount Price Lighting CS $196.72 22.23% $152.99 Lighting CS $295.08 22.23% $229.48 Lighting CS $295.08 22.23% $229.48 Lighting EA $295.08 22.23% $229.48 Lighting CS $409.84 22.23% $318.73 Lighting EA $249.18 22.23% $193.79 Lighting CS $229.51 22.23% $178.49 Lighting CS $229.51 22.23% $178.49 Lighting BX $12.26 22.09% $9.55 Lighting EA $19.91 22.04% $15.521 Lighting EA $93.87 21.32% $73.86 Lighting EA $105.00 21.32% $82.61 Lighting EA $7.02 21.22% $5.53 Lighting EA $20.17 20.99% $15.94 Lighting EA $20.17 20.99% $15.94 Lighting EA $221.76 20.74% $175.76 Lighting EA $72.66 20.63% $57.67 Lighting EA $6.70 20.53% $5.32 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price GE LED4DA15-C3/827 4-Watt 300 Lumens A15 173160 GE LIGHTING 34051 Replacement A -Line Clear LED Light Bulbs, 1/Box Lighting BX $6.14 20.30% $4.89 kE GE 24" LED8ET8/G/3/840 Integrated Refit LED 173181 LIGHTING 35778 Lighting Tubes 20/Case Lighting CS $196.72 20.16% $157.07 Eiko® LiteSpanLED® Dimmable Replacement Reflector Flood Lamp, 7 W, LED, Medium Screw 272592 EIKO LTD LED7WBR20/830-D (E26), BR20, 550lumens, CRI 80+, 3000 K Lighting EA $5.58 20.12% $4.46 Eiko® Advantage'" Non -Dimmable Light Bulb, 7 �EIKO W, LED, Medium Screw (E26), A19, 420 lumens, 272566 LTD LED7WA19/240/83 CRI 80+, 3000 K Lighting EA $4.88 20.05% $3.91 �EIKO Eiko® Dimmable Slim Panel Troffer, LED, 30 W, 272301 LTD SLM14-4CB-40K-U 100 - 227 VAC, 4000 K, CRI 80, 3750 lumens Lighting EA $91.61 20.04% $73.25 Eiko® LiteSpanLED® Non -Dimmable Elevator �EIKO Light, 3 W, LED, BA15d DC Bayonet, 125 lumens, 272290 LTD LED3WGBF/30/830 CRI 80,3000 K Lighting EA $11.92 20.02% $9.54 Eiko® LiteSpan® PL Horizontal Direct Fit �EIKO Replacement Lamp, 5 W, LED, G23, 500 lumens, 272572 LTD LED5W2PH/G23/8z CRI 80+, 4000 K Lighting EA $13.97 20.00% $11.18 Eiko® LiteSpan® PL Horizontal Direct Fit �EIKO Replacement Lamp, 5 W, LED, G23, 500 lumens, 272573 LTD LED5W2PH/G23/81 CRI 80+, 5000 K Lighting EA $13.97 20.00% $11.18 Eiko® Advantage'"' Non -Dimmable Light Bulb, 6 �EIKO W, LED, Medium Screw (E26), A19, 440 lumens, 272561 LTD LED6WA19/240/83 CRI 80+, 3000 K Lighting EA $4.18 20.00% $3.34 NSI ActivGARD® Polyethylene -Coated 19891 NSI - Northern Safety 134-19891 L Polypropylene Disposable Lab Coat Lab Supplies EA $3.75 55.64% $1.66 NSI N-Specs® Clear Anti -Fog Lens Splash 21543 NSI - Northern Safety 3142FF Protection Safety Goggles Lab Supplies EA $6.99 32.31% $4.73 NSI Disposable 2-Pocket Polypropylene Lab 155141 NSI - Northern Safety 155141 XL Coats, 30/Case Lab Supplies CS $44.99 27.15% $32.77 31818 �JANT PHARMACAL IP97AC125 Accutest® Accustrip Saliva Alcohol Test Strip Lab Supplies EA $3.43 25.64% $2.55 23726 �JANT PHARMACAL KC82UCC Accutest® Combination Drug Test Plastic Cup Lab Supplies EA $0.69 24.64% $0.52 �JANT Accutest® 5-Panel & Methamphetamine 23471 PHARMACAL IP01AC425 Combination Drug Test Card Lab Supplies EA $6.13 22.43% $4.75 Accutest® Accustrip Breath Alcohol Detector Test 31820 �JANT PHARMACAL IP95AC220 Strip Lab Supplies EA $3.60 22.32% $2.79 LTERLAKE Interlake Mecalux Pallet Rack Beam, Teardrop 28454 MECALUX, INC 1B65ET14400RSA4C Design -144" L x 6 9/16" H, 6,370 lb. Capacity Hardware EA $140.34 24.95% $105.32 29355 JORS NASCO INC C58HM 5/8" Hose Mender Coupler Hardware EA $5.10 23.50% $3.901 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 313932 APEX TOOL GROUP, LLC 5410705 7/16 ANCHOR SHACKLE,SCREW PIN,PAINTED EA Hardware $13.72 22.64% $10.61 313961 APEX TOOL GROUP, LLC 5390635 3/8 ANCHOR SHACKLE,BOLT TYPE,H/G Hardware EA $25.33 22.57% $19.611 313915 APEX TOOL GROUP, LLC 5200434 1/4 CONNECTING LINK,REG,752G,10/BOX Hardware EA $10.19 22.53% $7.891 313894 APEX TOOL GROUP, LLC 7506495 LATCH,9/32 REG & CIA SLING HOOK Hardware EA $10.15 22.53% $7.861 Melnor® 3/4" GHT Garden Hose Metal Male 318053 MELNOR, INC. 47C Product Adapter 2/Pack Hardware EA $4.68 22.49% $3.63 318045 MELNOR, INC. ZBM3/4 Melnor® XT Metal 3/4" Male Hose Repair Hardware EA $4.46 22.49% $3.461 FallTech® SteelGrip® 14%" Horizontal Trailing 181070 FALLTECH/ALEXANDER ANDRE 7530 Beam Clamp Anchor with Dual -adjust Jaws Hardware EA $217.59 21.72% $170.32 313925 APEX TOOL GROUP, LLC 4530735 7/16 SNAP HOOK,478-G GALV. Hardware EA $17.51 21.55% $13.741 313977 APEX TOOL GROUP, LLC 3630535 SWIVEL,EYE/EYE,272-G,5/16GALV. Hardware EA $22.73 21.54% $17.831 313923 APEX TOOL GROUP, LLC 6991834 1-1/8 WIRE ROPE CLIP FORGED 1000G Hardware EA $30.53 21.52% $23.961 313893 APEX TOOL GROUP, LLC 6991634 1 WIRE ROPE CLIP FORGED 1000G Hardware EA $25.80 21.51% $20.251 314019 APEX TOOL GROUP, LLC 4503815 5/8 HOOK,CLEVIS GRAB,473A Hardware EA $64.61 21.50% $50.721 313857 APEX TOOL GROUP, LLC 5391035 5/8 ANCHOR SHACKLE,BOLTTYPE,H/G Hardware EA $35.28 21.49% $27.701 313946 APEX TOOL GROUP, LLC 4403815 5/8 SLIP HK,CLEVIS,ALLOY,PAINTED Hardware EA $63.99 21.49% $50.241 313948 APEX TOOL GROUP, LLC 5201004 CONNECTING LINK,REG,5/8,7525,10/BX Hardware EA $18.59 21.48% $14.601 314042 APEX TOOL GROUP, LLC T9641635 SHACKLE,SCREW PIN,1,H/G,TAGGED Hardware EA $42.98 21.47% $33.751 313999 APEX TOOL GROUP, LLC 3991406 LATCH KIT,UNIVERSAL,9/29 Hardware EA $22.22 21.45% $17.451 313995 APEX TOOL GROUP, LLC 5420505 5/16 CHAIN SHACKLE ROUND PIN PAINTED Hardware EA $7.45 21.42% $5.851 Melnor® 3/4" GHT Garden Hose Metal Female 318051 MELNOR, INC. 46C Product End Connector & Water Stop Hardware EA $3.29 21.11% $2.60 Melnor® Classic Heavy -Duty Metal Twist Water 318054 MELNOR, INC. 525C Hose Spray Nozzle Hardware EA $5.25 20.91% $4.15 5" Economical Medium/Heavy-Duty Swivel 15076 FAIRBANKS COMPANY E29-5-IRB Caster, Semi -Steel Hardware EA $32.74 20.78% $25.94 Wesco® 10" Diameter Steel Hub Cellular Foam Wheel, 280 Ibs Capacity, 3" Tread Width, 5/8" 179930 WESCO INDUSTRIAL PRODUCT 053446 Bore Id, 2-1/4" Hub Length Hardware EA $66.50 20.77% $52.69 Melnor® Classic Heavy -Duty Rear Trigger Metal 318039 MELNOR, INC. 20491-10 Water Hose Spray Nozzle Hardware EA $7.37 20.70% $5.84 22230 NSI - Northern Safety 11G3619 NSI 12' Tape Measure Hand Tools EA $3.99 46.82% $2.12 1 206508 APEX TOOL GROUP, LLC C18CCRN C-Clamp Heat Trtd Aly Stl NP 18in Long Hand Tools EA $31.25 37.14% $19.641 292786 NSI - Northern Safety SX323 NSI Flip -Open Quick Change Utility Knife Hand Tools EA $8.99 35.82% $5.771 177536 KLEIN TOOLS, INC D2038 KLEIN 2000 SERIES SIDE CUT NOSE PLIERS Hand Tools EA $38.00 31.36% $26.081 177530 KLEIN TOOLS, INC 5078 KLEIN 8" ADJUST WRNCH EXTRA CAP 11.8" Hand Tools EA $37.22 30.46% $25.881 177541 KLEIN TOOLS, INC 6034 KLEIN PHILLIPS TIP SCREWDRIVER Hand Tools EA $13.33 30.28% $9.301 208105 APEX TOOL GROUP, LLC RD12BKN DRIVE RCHT 3/81N 7-3/41N CRVAN 72 RVSBL EA Hand Tools $20.03 30.24% $13.97 Bondhus® 9-Piece Prohold Balldriver L-Wrench 293359 BONDHUS 74999 Set 1.5-10mm Hand Tools ST $28.14 29.71% $19.78 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI Professional Self -Retracting Safety Utility 22127 NSI - Northern Safety SX792 Knife Hand Tools EA $4.99 29.48% $3.52 16470 HARRIS INDUSTRIES, INC. MF-1 BL 2 1/2" x 3 1/2" Vinyl Flag15" Marker 100/Pack Hand Tools PK $17.34 26.46% $12.75 212839 JAPEX TOOL GROUP, LLC SAS3210 STRIPPER W 10 - 32AWG 7-1/21N STIR Hand Tools EA $131.49 25.83% $97.531 Klein Cutlery Heritage 8" Stainless Steel Bypass 155554 KLEIN CUTLERY, LLC 8BP Cutter Hand Tools EA $17.91 25.39% $13.36 Rayovac® Brite Essentials'" 2D Incandescent 207646 ENERGIZER LLC/RAYOVAC BEK2D-A Flashlight Hand Tools EA $2.12 25.39% $1.58 85565 BLACK & DECKER US. 2073112 2046617 SNIPS AVIATION RIGHT Hand Tools EA $19.02 24.12% $14.43 1 250177 JAPEX TOOL GROUP, LLC 56615G 913C BALL POINT LONG ARM HEX KE Hand Tools ST $8.69 23.96% $6.61 1 250174 JAPEX TOOL GROUP, LLC 56612G 13PC BALL POINT LONG ARM HEX K Hand Tools ST $18.41 23.84% $14.02 1 207402 1 BLACK & DECKER US. 1779801 2L T2 ARBOR 4.25 DRILL Hand Tools EA $27.25 23.38% $20.881 �CHANNEULOCK Channellock® 430® 10" Straight Jaw Tongue & 220337 INC 430 BULK Groover Pliers Hand Tools EA $26.29 22.72% $20.32 250164 BLACK & DECKER US. STHT77148 STHT77148 STANLEY LASER LEVEL Hand Tools EA $36.60 22.48% $28.371 227453 BLACK & DECKER US. STHT77340 LASER LN CROSS 40FT +/-5/161N AA ALK Hand Tools EA $94.81 22.45% $73.521 250173 JAPEX TOOL GROUP, LLC FB13 12-3/8"WONDER BAR Hand Tools EA $11.52 22.43% $8.941 31498 NSI - Northern Safety 440-31498 NSI 12-In-1 Stainless Steel Multi -Tool Hand Tools EA $11.55 22.19% $8.991 Markal® Industrial Marker -Hard Lead 10336 LACO INDUSTRIES, INC. 96927 HARD Carpenter Pencil Hand Tools EA $1.18 21.95% $0.92 84838 BLACK & DECKER US. 7261 IRWIN DIE BOLT 7/8" 9NC HEXAGON TYPE Hand Tools EA $43.26 21.76% $33.85 1 85564 BLACK & DECKER US. 2073111 2073111 SNIPS AVIATION LEFT Hand Tools EA $17.95 21.20% $14.15 1 6259 JAPEX TOOL GROUP, LLC W22N HVY DTY INDUST SHEARS 12 .25' RT HAND Hand Tools EA $58.04 21.18% $45.751 6255 JAPEX TOOL GROUP, LLC W20 HVY DTY INDUST SHEARS 10 3/8' RT HAND Hand Tools EA $52.02 21.14% $41.021 6257 JAPEX TOOL GROUP, LLC W20LH HVY DTY INDUST SHEARS 10.25' LT HAND Hand Tools EA $55.07 21.14% $43.431 213612 APEX TOOL GROUP, LLC 82303D SET HMR 513C COMFORTABLE GRIP FGD ALY STL EA Hand Tools $143.28 20.89% $113.34 309259 BLACK & DECKER US. 2082101 6.25-IN RETRACTABLE ALM UTILITY KNIFE Hand Tools EA $5.92 20.81% $4.691 50484 BLACK & DECKER US. 11-988 UTILITY KNIFE ROUND POINT BLADE 100/PK Hand Tools EA $23.82 20.46% $18.951 198501 BLACK & DECKER US. 1779804 5L T2 ARBOR 3.25 DRILL Hand Tools EA $16.02 20.24% $12.781 207119 BLACK & DECKER US. 12092 STEEL DRILL BIT GUAGE Hand Tools EA $8.52 20.18% $6.801 Milwaukee® Heavy Duty Electronic Fluorescent Lamp and Ballast Tester Kit, T2 to T12, LED 248603 MILWAUKEE ELECTRIC TOOL C, 2210-20 Display, Alkaline Battery Hand Tools EA $149.92 20.18% $119.67 199588 BLACK & DECKER US. 10221 IRWIN STEP DRL #21 13/16-1-3/8 Hand Tools EA $114.75 20.16% $91.611 Coilhose Pneumatics® A400 Economy Auto Tire 274061 COIL HOSE PNEUMATIC A400 Pressure Gauge, 5 - 50 lb., Aluminum Body Fleet EA $6.74 52.04% $3.23 NSI Reinforced Pyramid Wheel Chock with Carry 31346 NSI - Northern Safety TS003-U Handle, 10" x 8" x 6" (9.5 lb.) Fleet EA $22.99 46.60% $12.28 Eagle Polyethylene Funnel Attachment for Type 1 5060 EAGLE MANUFACTURING CON F-15 Safety Can Fleet EA $11.84 23.85% $9.02 28337STAR WIPERS NSTRSPB-50 Red Shop Towels, 50/Bag Fleet BG $15.36 22.40% $11.921 202732 IVESTIL MANUFACTURING CON RWC-2-PR Vestil Rubber Wheel Chock W/Rope 8X5X4 Fleet EA $49.41 21.77% $38.661 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Baldwin Filters® BF592 Heavy Duty Diesel Fuel 84928 APACHE OIL COMPANY BF592 Spin -On Filter Fleet EA $9.60 21.47% $7.54 84911 M & D DISTRIBUTORS PA1712 Baldwin Filters® PA1712 Air Filter Element Fleet EA $12.10 20.77% $9.591 NOCO® Genius® BOOST® MAX'" UltraSafe 324139 THE NOCO CO GB500 20000A 12V & 24V Lithium Battery Jump Starter Fleet EA $1,969.65 20.25% $1,570.74 Rayovac® Ultra Pro" AA Alkaline Batteries, 20877 ENERGIZER LLC/RAYOVAC ALAA-24PPJ 24/Pack Electronics PK $9.93 48.13% $5.15 Duracell" Procell Professional C-Cell Alkaline 6213 SELECTA SWITCH INC PC-1400 Batteries, 12/Box Electronics BX $19.24 33.39% $12.82 Rayovac® Industrial Plus" D-Cell Alkaline 20879 ENERGIZER LLC/RAYOVAC ALD-12PPJ Batteries, 12/Pack Electronics PK $15.69 32.01% $10.67 185862 ENERGIZER LLC/RAYOVAC 815-30PPFUSK Rayovac® Fusion'" AA Alkaline Batteries 30/Pack Electronics PK $30.00 31.29% $20.61 94596 ENERGIZER LLC/RAYOVAC DIY3AAA-BXTB Rayovac® Indestructible 3AAA LED Flashlight Electronics EA $21.98 25.78% $16.31 32043 NSI - Northern Safety 302-32043 NSI LED Flashlight Electronics EA $7.00 24.60% $5.281 93609 ENERGIZER LLC/RAYOVAC ALAAA-8J Rayovac® AAA -Cell Alkaline Battery Electronics EA $0.49 23.26% $0.381 Streamlight® PolyStinger DS® LED Rechargeable 30930 STREAMLIGHT INC 76813 Flashlight Electronics EA $195.23 22.75% $150.81 85124 ENERGIZER LLC/RAYOVAC 941C Rayovac 6-Volt Alkaline Battery Electronics EA $2.92 22.64% $2.261 205350 LOGISTICS CORPORATION AAABTF TruForce'" AAA Alkaline Batteries 4/Pack Electronics PK $0.85 22.08% $0.661 Streamlight® Streamlight AAAA Alkaline 159736 STREAMLIGHT INC 65030 batteries Electronics PK $8.31 21.93% $6.49 Rayovac® 303 357 Silver 1.5-Volt Watch 288892 ENERGIZER LLC/RAYOVAC 303/357-1ZMG Electronic Battery Electronics EA $1.92 21.83% $1.50 262433 SELECTA SWITCH INC ECR2032BP Energizer® 2032 3-Volt Lithium Coin Battery Electronics PK $2.12 21.76% $1.66 1216 STREAMLIGHT INC 71500 Streamlight® Jr." LED Flashlight Electronics EA $50.37 21.74% $39.421 Energizer® AA Industrial Alkaline Batteries 155735 SELECTA SWITCH INC EN91 24/Pack Electronics PK $14.84 21.72% $11.62 23412 STREAMLIGHT INC 51038 Streamlight® Twin Task" 3 AA Flashlight Electronics EA $46.63 21.72% $36.501 Night Stick® Intrinsically Safe Dual Function 94838 BAYCO PRODUCTS INC XPP-5452G Headlamp Electronics EA $44.63 21.45% $35.06 Streamlight® Survivor® LED Flashlight with Right 1229 STREAMLIGHT INC 90540 Angle Head, Alkaline Batteries Electronics EA $93.96 20.17% $75.01 ACT Advanced Cable Ties 7" Black UV Nylon 13595 ADVANCED CABLE TIES, INC. AL-07-50-0-C Cable Ties Electrical PK $4.28 50.52% $2.12 ACT Advanced Cable Ties 14" Heavy -Duty 120 lb. 312049 ADVANCED CABLE TIES, INC. AL-14-120-0-C Black UV Nylon Cable Ties 100/Bag Electrical PK $16.05 34.68% $10.48 Voltec Power & Lighting E-ZEELOCK® & Lighted End 25' 12/3 Gauge 300V Outdoor Extension 291164 VOLTEC INDUSTRIES 05-00105 Cord Electrical EA $45.76 31.47% $31.36 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description Southwire® 50' Pro -Power 12/3 Gauge Outdoor 29347 SOUTHWIRE COMPANY, LLC. 2588 Extension Power Cord with Power Indicator Light Southwire® GFCI Protected 2' Right Angle Tri- 8347 SOUTHWIRE COMPANY, LLC. 14880-023 Cord Bryant® 15A 125V Industrial Grade Plug, Straight 226672 BRYANT ELECTRIC BRY5266NP Blade, NEMA 5-15, Grounding, Black / White ACT Advanced Cable Ties 7" Color Cable Ties, 14287 ADVANCED CABLE TIES, INC. AL-07-50-6-C 100 Per Pack 265146 KLEIN TOOLS, INC 69410 KLEIN TEST LEAD SET Wire Armour'" Professional 3/4"W x 661 x 293865 IDEAL INDUSTRIES 46-33 0.007"THK Roll Vinyl Electrical Tape 14285 ADVANCED CABLE TIES, INC. AL-04-18-6-C ACT Advanced Cable Ties 4" Cable Ties 100/Pack Bryant" 3-Way 15A 120V 277V AC Commercial 320320 BRYANT ELECTRIC CSB315B Back & Side Wired Electrical Toggle Switch 225309 KLEIN TOOLS, INC NCVT-2 Klein Tools® Dual Range Non -Contact Voltage Tester 212820 APEX TOOL GROUP, LLC XHT612N TWEEZER STL 61N CROSS LOCK POLISHED NIP 255067 KLEIN TOOLS, INC NCVT-3 TESTER, VOLTAGE NON CONTACT+ FLASHLIGHT 212821 APEX TOOL GROUP, LLC XHT678N TWEEZER SST 6-7/81N CURVED 212819 APEX TOOL GROUP, LLC XHT434N TWEEZER SST 4-3/41N SMOOTH SHARP 212818 APEX TOOL GROUP, LLC XHT600N TWEEZER STL 61N SERRATED POLISHED NIP 212822 APEX TOOL GROUP, LLC XSST4VN TWEEZER SST 4-1/41N FINE TPR Voltec Power & Lighting 2' Electrical 12/3 291731 VOLTEC INDUSTRIES O4-00097 Adapter Locking Plug & 3 Lighted Ends Klein Tools® 50-1000V AC Non -Contact Voltage 192684 KLEIN TOOLS, INC NCVT-1SEN Tester 3M• 3/4" x 60' Temflex- General Use Black 289160 3M CORP 7000008400 Vinyl Electrical Tape Ideal® 410 Electrical Crimp Sleeve Connectors 193075 IDEAL INDUSTRIES 30-410 100/Box 25181 SC JOHNSON PROFESSIONAL / 91128 BLACK DEB Aero® Proline® Curve 1-Liter Dispenser 31789 SC JOHNSON PROFESSIONAL / TF2CHR DEB Touch -Free II Chrome Dispenser 14776 NSI - Approved Vendor 200308 Tolco Pro -Blend Gallons Bottle Proportioner 155708 3M CORP 71000673119-PD52 3M Scotch-Brite General Purpose Scouring Pad 160285 HYDRA SPONGE CO., INC. AQ4GREEN Aquawash-n-Dri® Synthetic Sponge 197988 NSI - Approved Vendor 48SC-1 ArcMate 48" EZ Outdoor Standard Reacher Unit of Contract CATEGORY Measure List Price % Discount Price Electrical EA $49.14 29.14% $34.821 Electrical EA $90.15 28.28% $64.66 Electrical EA $12.55 24.52% $9.47 Electrical PK $8.27 23.43% $6.33 Electrical EA $25.09 22.67% $19.401 Electrical RL $6.17 22.40% $4.79 Electrical PK $2.69 22.35% $2.09 Electrical EA $7.48 22.35% $5.81 Electrical EA $28.14 22.05% $21.93 Electrical EA $15.77 21.78% $12.34 Electrical EA $36.83 21.77% $28.81 Electrical EA $16.08 21.76% $12.581 Electrical EA $13.90 21.75% $10.881 Electrical EA $13.44 21.74% $10.521 Electrical EA $31.67 21.73% $24.791 Electrical EA $20.25 21.10% $15.98 Electrical EA $22.76 20.73% $18.04 Electrical EA $1.39 20.63% $1.10 Electrical BX $19.55 20.41% $15.56 Cleaning EA $6.95 66.55% $2.32 Cleaning EA $28.69 59.90% $11.501 Cleaning EA $4.00 52.33% $1.91 Cleaning CS $14.71 47.64% $7.70 Cleaning EA $1.49 45.89% $0.811 Cleaning EA $21.69 43.57% $12.241 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 25155 IMPACT PRODUCTS 1451-50 Restroom Odor Control Urinal Screen Cleaning EA $1.68 42.58% $0.961 NSI Hazmat Duffel Bag Sorbent Spill Kit 12.5 gal. 225236 NSI - Northern Safety SPKHZ-DUFF Capacity Cleaning EA $155.95 42.45% $89.75 197986 NSI - Approved Vendor 48PC-1 ArcMate 48" EZ Reacher w/ Lock Handle Cleaning EA $24.26 41.13% $14.281 Sanitary Napkin & Tampon Receptacle Disposal 157631 IMPACT PRODUCTS / MALT IN[ 25025088 Bags 500/Case Cleaning CS $32.56 40.88% $19.25 155794 ARCMATE MANUFACTURING C 32S-DC ArcMate 32" EZ Reacher® Pick -Up Tool Cleaning EA $11.60 34.67% $7.581 155985 NSI - Approved Vendor 155985 FLOOR POLISH PAD WHITE 20" 5/CS AM-20WH Cleaning CS $32.46 34.40% $21.30 30881 NSI - Northern Safety 23662 NSI ActivGel Antibacterial Hand Sanitizer, 2 oz. Cleaning EA $1.69 33.56% $1.12 88014 NSI Approved Vendor RAC89334 Brasso® Multi -purpose Metal Polish 8 oz Bottle Cleaning EA $4.62 33.46% $3.07 Kimberly-Clark Professional* Kimtech* KIMWIPES® POP-UP* 4.4" x 8.4" Delicate Task 5186 KIMBERLY-CLARK CORPORATIC 34155 Wipers, 280/Box Cleaning BX $3.56 32.70% $2.40 Scott® 8" x9.4" White Multi -Fold Paper Towels 287377 KIMBERLY-CLARK CORPORATIC 37490 4000/Case Cleaning EA $67.03 32.26% $45.40 63650 SC JOHNSON PROFESSIONAL / 98104 DEB SBS 1 GAL SOAP DISPEN Cleaning EA $15.40 32.07% $10.461 Tolco® 32 oz. General Purpose Maintenance 17286 TOLCO CORPORATION 110508 Solution Trigger Sprayer Cleaning EA $1.20 32.00% $0.82 NSI C-Clear'" Non -Silicone Anti -Fog Moist Safety 22768 NSI - Northern Safety 75-NORTHERN LOG Glasses Lens Cleaning Towelettes, 100/Canister Cleaning EA $8.33 32.00% $5.66 17295 TOLCO CORPORATION 120125 Tolco® 32 oz. Plain Maintenance Solution Bottle Cleaning EA $1.36 31.73% $0.93 5643 IMPACT PRODUCTS / MALT IN[ 7150 Impact® The Amazing Sponge- Cleaning EA $1.76 31.50% $1.211 MAPA® AdvanTech StanSoly" A-10CR 11 mil 24079 RUBBERMAID/MAPA 519310-A10CR Unlined 13" Clean Process Nitrile Gloves, Pair Cleaning PR $6.31 30.32% $4.40 Purell® Advanced Instant Hand Sanitizer Wipes, 24551 GOJO INDUSTRIES INC 9113-06 270/Canister Cleaning EA $20.02 29.57% $14.30 GOJO® Pro Bag -in -Box Dispensing System Refill - 25496 GOJO INDUSTRIES INC 7220-04 Rich Pink- Antibacterial Lotion Soap, 2000 ml Cleaning EA $18.98 29.45% $13.39 DEB InstantFOAMTM Instant Hand Sanitizer, 47 ml 30690 SCJOHNSON PROFESSIONAL/ IFS50ML Pump Cleaning EA $4.91 29.15% $3.48 GOJO® Natural* Orange- Professional Hand 4528 GOJO INDUSTRIES INC 0958-04 Cleaner, 1/2 Gallon Pump Dispenser Cleaning EA $19.37 27.93% $13.96 21455 GOJO INDUSTRIES INC 1109-12 GOJO® Original Formula Hand Cleaner, 14 oz. Cleaning EA $4.11 27.54% $2.98 NSI C-Clear'" Lens Cleaning Station Tissue Refill, 3535 NSI - Northern Safety 90 LOGO NORTHER 300/Box Cleaning BX $2.08 27.14% $1.52 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price GOJO® Pro Bag -in -Box Dispensing System Refill - 30166 GOJO INDUSTRIES INC 7230-04 Shower Up® Soap & Shampoo, 2000 ml Cleaning EA $23.02 27.12% $16.78 GOJO® Pro Bag -in -Box Dispensing System Refill - 4547 GOJO INDUSTRIES INC 7255-04 Natural* Orange Pumice Hand Cleaner, 2,000 ml Cleaning EA $27.07 27.12% $19.73 3M'" Scotch-Brite'" Heavy -Duty Scouring Pad 86, 30285 3M CORP 7000045876 12/Box Cleaning BX $26.23 27.09% $19.12 NSI Industrial 60 gal. 2.65 mil Low Density 38" x 209926 NSI - Northern Safety B2259XHBL 58" Can Liners 100/Case Cleaning CS $86.50 27.05% $63.10 Enviro Conscious'" Repro 40-45 gal. Recycled Super Heavy -Duty Black Commercial Can Liners, 30159 NSI Approved Vendor JAGR4046H 100/Case Cleaning CS $41.49 26.96% $30.31 61754 Shop Vac 801-82-00 Shop Vac 2 5' Deluxe Pick Up Kit Cleaning EA $43.87 26.88% $32.081 88028 NSI - Approved Vendor SSAF-16 POLISH BUSCH SUPERSHINE ALUM POLISH 16oz Cleaning EA $30.88 26.61% $22.66 29724 UNGER ENTERPRISES INC PWKOO Unger® PROWindow Cleaning Kit Cleaning EA $148.36 26.56% $108.961 Carlisle® Extra -Large 8.25" x 4.25" x 2.25" 155844 CARLISLE SANITARY MAINTENE 36550100 Natural Color Sponge, 24/Case Cleaning EA $3.27 26.28% $2.41 196647 REMCO PRODUCTS CORPORAT 63003 Remco 16 oz. Hand Scoop Cleaning EA $4.31 25.78% $3.201 Rubbermaid® Dura-Pro® 4-Ply Mop -16 oz., 17551 RUBBERMAID COMMERCIAL PI FGF15600WH00 Cotton, 5" Headband Cleaning EA $7.98 25.66% $5.93 Restroom Odor Control Non -Para Urinal Screen, 25221 NSI Approved Vendor BWKNUS Green Apple Cleaning EA $2.80 25.42% $2.09 4428 NSI Approved Vendor BWKK2500 Toilet Seat Covers Cleaning PK $4.10 25.27% $3.061 314826 NSI Approved Vendor SJN000116 Drano® 32 oz. Liquid Drain Cleaner Cleaning EA $5.92 25.21% $4.431 NSI Industrial 60 gal. 1.4 mil Low Density 38" x 209921 NSI - Northern Safety PPK5-58XX 58" Can Liners 100/Case Cleaning CS $50.46 24.90% $37.89 180692 ESSITY PROFESSIONAL HYGIEN 6520281 Tork® Floor Stand Cleaning EA $67.32 24.85% $50.591 Rust-Oleum Krud Kutter® 12 oz. Foam AII- 174600 RUST-OLEUM CORPORATION KR124 Purpose Tough Task Remover Cleaning EA $7.28 24.62% $5.49 Weiler® Tapered Tip Squeegee Handle, 7/8 in 280340 WEILER CORPORATION 44574 Dia x 48 in L, Wood Tip, Hardwood Handle Cleaning EA $5.61 24.58% $4.23 25321 UNGER ENTERPRISES INC SR500 Unger" Safety Scraper Cleaning EA $4.37 24.22% $3.311 NSI Industrial 45 gal. 1.2 mil Low Density 40" x 209907 NSI - Northern Safety PPK4-46X 46" Can Liners 100/Case Cleaning CS $36.39 24.15% $27.60 NSI Industrial 45 gal. 14 mic High Density 40" x 209903 NSI - Northern Safety PLR404814N 48" Can Liners 250/Case Cleaning CS $44.78 24.14% $33.97 NSI Industrial 45 gal. 1.4 mil Low Density 40" x 209909 NSI - Northern Safety 209909 46" Can Liners 100/Case Cleaning CS $42.28 24.13% $32.08 NSI Industrial 7-10 gal. 6 mic High Density 24" x 209879 NSI - Northern Safety PAL242406N 24" Can Liners 1000/Case Cleaning CS $24.52 24.12% $18.61 NSI Industrial 7-10 gal. 0.7 mil Low Density 24" x 209880 NSI - Northern Safety LL23HC 23" Can Liners 500/Case Cleaning CS $21.44 24.11% $16.27 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price NSI Industrial 33 gal. 16 mic High Density 33" x 209896 NSI - Northern Safety PAL334016B 40" Can Liners 250/Case Cleaning CS $31.61 24.11% $23.99 NSI Industrial 20-30 gal. 0.5 mil Low Density 30" 209892 NSI - Northern Safety 209892 x 36" Can Liners 250/Case Cleaning CS $40.85 24.10% $31.01 NSI Industrial 33 gal. 1.4 mil Low Density 33" x 209900 NSI - Northern Safety PPK5-39XX 39" Can Liners 100/Case Cleaning CS $29.87 24.09% $22.67 GOJO® MICRELL® Antibacterial Lotion Soap, 8 oz. 4557 GOJO INDUSTRIES INC 9752-12 Pump Bottle Cleaning EA $5.49 24.05% $4.17 86900 NSI Approved Vendor WDF10383 Lava® Heavy -Duty Hand Cleaner 4 oz Bar Cleaning EA $1.42 24.03% $1.081 30550 3M CORP 50048011056062 3M1" 20" Tan Burnisher Pad 3400 Cleaning EA $10.00 23.27% $7.671 NSI Industrial 33 gal. 1.9 mil Low Density 33" x 209901 NSI - Northern Safety 209901 39" Can Liners 100/Case Cleaning CS $40.61 23.12% $31.22 NSI Industrial 12-16 gal. 8 mic High Density 24" x 209886 NSI - Northern Safety 209886 33" Can Liners 1000/Case Cleaning CS $38.72 23.11% $29.77 Spot Shot® Instant Carpet Stain & Odor 28705 W D-40 COMPANY 9716 Eliminator Spray, 22 oz. Trigger Bottle Cleaning EA $7.14 23.11% $5.49 NSI Industrial 20-30 gal. 16 mic High Density 30" 209891 NSI - Northern Safety 209891 x 37" Can Liners 500/Case Cleaning CS $59.35 23.11% $45.64 198385 NSI Approved Vendor BWK341ACT Boardwalk" 18.5 oz. Foaming Glass Cleaner Cleaning EA $4.75 23.08% $3.65 Rubbermaid® HYGEN'" Microfiber Mop System 94084 RUBBERMAID COMMERCIAL PI FGQ75500 YL00 Quick Connect Extension Handle Cleaning EA $31.07 23.00% $23.92 155702 AMERICAN PLASTICS C401036/BUST121: DUSTMOP 5X36 CUTEND TRTD 12/CS C401036 Cleaning EA $15.03 22.99% $11.57 6935 UNGER ENTERPRISES INC MW450 Unger" 18" Floor Squeegee Cleaning EA $13.98 22.97% $10.771 Weiler® Whisk Broom, 10 in LTrim, 8-1/2 in, 280305 WEILER CORPORATION 44266 Corn/Fiber Bristle Cleaning EA $8.82 22.87% $6.80 Simple Green" Crystal 20 oz. Foaming Industrial 315369 SUNSHINE MAKERS INC 19010 Cleaner & Degreaser Cleaning EA $5.56 22.77% $4.29 86888 NSI Approved Vendor PGC74844 Bounty® 40 Sheet Roll White Paper Towels Cleaning RL $2.57 22.65% $1.991 15937 INTERNATIONAL PLASTICS INC TT -PA -BR 8" Paper Twist Ties, 2000/Box Cleaning CS $26.30 22.57% $20.361 Instant Power Professional" Heavy -Duty Single 259459 SCOTCH CORP / INSTANT POW 8877 Use Drain Opener 20 oz. Cleaning EA $4.64 22.49% $3.60 Continental Commercial Products® Continental 155872 AMERICAN PLASTICS 27281443/932CG 32 oz. Spray Bottle Cleaning EA $0.99 22.22% $0.77 3M'" 17" High Productivity Floor Machine Pad 30275 3M CORP 70000028430 7300 Cleaning EA $15.72 22.20% $12.23 NSI Industrial 60 gal. 1.2 mil Low Density 38" x 209919 NSI - Northern Safety 209919 58" Can Liners 100/Case Cleaning CS $43.39 22.03% $33.83 70715 PACIFIC HANDY CUTTER RSC432 PHC® Food Service Safety Cutter Utility Knife Cleaning EA $3.59 22.02% $2.80 Febreze 8.8 oz. Crisp Clean Scent Air Effects 193403 NSI Approved Vendor PGC96257 Spray Cleaning EA $5.32 21.99% $4.15 NSI N-Swipes® Medium Duty 12" x 13.5" White 30874 NSI - Northern Safety MW70-CPJ Towel Wipers, 870/Jumbo Roll Cleaning RL $74.97 21.92% $58.54 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Comet® Professional 21 oz. Deodorizing Cleanser 194649 NSI Approved Vendor PGC32987CT with Chlorinol® Cleaning EA $2.80 21.86% $2.19 Weiler® Threaded Tip Floor Brush Handle, 15/16 in Dia x 72 in L, Metal Tip, Hardwood Handle, 280327 WEILER CORPORATION 44302 Natural Cleaning EA $10.08 21.84% $7.88 Weiler® Threaded Tip Floor Brush Handle, 15/16 in Dia x 72 in L, Wood Tip, Hardwood Handle, 280329 WEILER CORPORATION 44303 Natural Cleaning EA $8.65 21.78% $6.77 Tork® 1,000' Universal Jumbo 2-Ply Bath Tissue 180680 ESSITY PROFESSIONAL HYGIEN TJ0922A Roll, 12/Case Cleaning CS $60.30 21.59% $47.28 Hoover® Commercial TaskVac' Bagged 5977 STEEL CITY VACUUM COMPAN CH53005 Commercial Vacuum with Tools, 12 amp Cleaning EA $281.23 21.56% $220.58 Simple Green® 22 oz. Carpet Cleaner & 185237 SUNSHINE MAKERS INC 0510001257024 Deodorizer Cleaning EA $5.47 21.53% $4.29 Tork® 800' Heavy -Duty Blue Giant Roll Paper 180684 ESSITY PROFESSIONAL HYGIEN 450304 Wiper, 800 Sheets/Roll Cleaning EA $83.77 21.43% $65.82 Weiler® Lobby Upright Broom, 36 in CAL, 5 in 280379 WEILER CORPORATION 44546 Trim, 8 in, Flagged Plastic Bristle Cleaning EA $7.90 21.38% $6.21 Accuform Signs Restroom Closed For Cleaning & Do Not Enter Reversible Fold -Ups® Sign with 15291 ACCUFORM SIGNS PFE495 Graphic Cleaning EA $45.28 21.33% $35.62 3M' 20" High Productivity Floor Machine Pad 30547 3M CORP 7000000654 7300 Cleaning EA $20.07 21.33% $15.79 Rubbermaid® Caution Wet Floor Sign - 2-Sided, 17571 NSI Approved Vendor RCP611277YW 26"L x 11"W x 12"H Cleaning EA $25.28 21.31% $19.89 288350 GOJO INDUSTRIES INC 3341-06 Purell® 32 oz. Foodservice Surface Sanitizer Cleaning EA $6.86 21.17% $5.41 Rubbermaid® Disposaduster® Disposable Dust 17534 NSI Approved Vendor RCPL255 Mop -36"Lx5"W Cleaning EA $13.88 21.16% $10.95 159956 IMPACT PRODUCTS / MALT IN[ 1525 Impact® Impact Z-Mat Deodorizing Urinal Mat Cleaning CS $55.38 21.01% $43.74 207176 NSI - Northern Safety RWKMDMC-10 NSI Recycled White T-Shirt Cloth Rag Wipers Cleaning CS $12.05 21.00% $9.52 30548 3M CORP 7000000663 3M' 20" Red Buffer Floor Machine Pad 5100 Cleaning EA $10.20 20.99% $8.06 3M1" 20" White Super Polish Floor Machine Pad 30552 3M CORP 7000000665 4100 Cleaning EA $10.20 20.99% $8.06 30551 3M CORP 7000120652 3M1" 20" Aqua Burnisher Pad 3100 Cleaning EA $10.20 20.99% $8.061 296563 KIMBERLY-CLARK CORPORATIC 32848 Scott® 8" x 800' Hard Roll Paper Towels 6/Case Cleaning CS $40.54 20.98% $32.03 General Supply 2-Ply White Bath Tissue 500 90027 NSI Approved Vendor GEN500 Sheets/Roll Cleaning RL $0.93 20.97% $0.74 88615 HAGEMEYER NORTH AMERICA 642P100 642P100 SCOTT PARTICULATE FILTER Cleaning PR $20.13 20.93% $15.921 17699 UNGER ENTERPRISES INC PPPPO Unger® 42" Litter Pin Litter Collection Tool Cleaning EA $24.42 20.93% $19.311 5641 ITW PROBRANDS 42230 ITW Scrubs® Hand Towels, 30/Bucket Cleaning EA $11.25 20.93% $8.901 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description Green Works'" Biodegradable Glass & Surface 27555 NSI Approved Vendor CL000459CT Cleaner, 32 oz. 309330 CRC INDUSTRIES, INC. 05379 CRC® Clean-R-Carb'" 05379 Carburetor Cleaner 5927 IMPACT PRODUCTS / MALT IN[ LWYS18 Impact® Mopster'" Bucketless Mop Heads 148516 NSI Approved Vendor CLO8832OCT S.O.S Steel Wool Soap Pads 10/Box Weiler® Utility Scrub Brush, 8 in OAL, 2 in 280405 WEILER CORPORATION 44013 Polypropylene Yellow Trim Weiler® Heavy Duty Threaded Tip Squeegee Handle With Plastic Hang Cap, 15/16 in Dia x 60 280342 WEILER CORPORATION 44578 in L, Metal, Black Weiler® Threaded Tip Squeegee Handle, 15/16 280348 WEILER CORPORATION 75555 in Dia x 60 in L, Plastic Tip, Metal Handle, Black 4690 NSI Approved Vendor BWK6202 Multi -Fold Natural Paper Towels, 4,000/Case ITW Scrubs® Graffiti & Spray Paint Remover 5347 ITW PROBRANDS 90130 Towels, 30 count 4286 NSI Approved Vendor HOS4147 Gards® Feminine Napkins, 250/Case Windsoft® Facial Tissues, 100/Box,30 4426 NSI Approved Vendor WIN2360 Boxes/Case 17359 KIMBERLY-CLARK CORPORATIC 21400 Kleenex® Facial Tissues, 36 Boxes/Case 5987 KIMBERLY-CLARK CORPORATIC 21270 Kleenex® Facial Tissues, 95/Box,36 Boxes/Case Pine -Sol" Multi -surface Cleaner/Disinfectant 86618 NSI Approved Vendor CL097326CT Original Pine 24 oz Bottle Rubbermaid®HYGEN'" Microfiber Mop System 94089 RUBBERMAID COMMERCIAL PI FGQ41000 RD00 Damp Mop 89262 NSI Approved Vendor CL031009CT Clorox® 64 oz. Germicidal Bleach OLFA® Self -Retracting Safety Cutter with Tape 30854 CORELLE BRANDS 1086095 Slitter CRC® HydroForce® Foaming Citrus All -Purpose 87280 G.F. LASSWELL CO. INC. 14400 Cleaner Dymon® 20 oz. Jelled Graffiti & Spray Paint 5344 ITW PROBRANDS 07820 Remover Weiler® Threaded Tip Broom Handle, 7/8 in Dia x 280324 WEILER CORPORATION 42381 5 ft L, Metal Tip, Solid Bamboo Pine Sol" Cleaner, Disinfectant, Deodorizer, 60 17270 NSI Approved Vendor CL041773CT oz. Simple Green" Crystal 24 oz. Trigger Spray Bottle 6506 SUNSHINE MAKERS INC 19024 All -Purpose Cleaner/Degreaser Weiler® Dust Pan, 12-1/4 in x 12 in, Molded 280319 WEILER CORPORATION 71077 Plastic Unit of Contract CATEGORY Measure List Price % Discount Price Cleaning EA $4.69 20.89% $3.71 Cleaning EA $6.88 20.87% $5.44 Cleaning EA $6.14 20.87% $4.861 Cleaning BX $4.85 20.86% $3.841 Cleaning EA $5.59 20.86% $4.42 Cleaning EA $9.96 20.83% $7.89 Cleaning EA $7.10 20.80% $5.621 Cleaning CS $37.08 20.79% $29.37 Cleaning EA $16.66 20.78% $13.20 Cleaning CS $62.76 20.77% $49.721 Cleaning CS $37.97 20.77% $30.09 Cleaning CS $77.49 20.77% $61.401 Cleaning CS $92.40 20.77% $73.21 Cleaning EA $3.18 20.76% $2.52 Cleaning EA $15.95 20.76% $12.64 Cleaning EA $4.93 20.76% $3.911 Cleaning EA $12.17 20.75% $9.64 Cleaning EA $10.29 20.75% $8.15 Cleaning EA $11.40 20.72% $9.04 Cleaning EA $8.45 20.67% $6.70 Cleaning EA $7.59 20.58% $6.03 Cleaning EA $8.18 20.52% $6.50 Cleaning EA $8.12 20.52% $6.45 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Simple Green® 1 Gallon All -Purpose 6503 SUNSHINE MAKERS INC 13005 Cleaner/Degreaser Cleaning EA $17.49 20.51% $13.90 25322 UNGER ENTERPRISES INC TX100 Unger® ProTrim 10 Surface Scraper Cleaning EA $13.28 20.46% $10.561 Green Works'" Biodegradable Bathroom 27557 NSI Approved Vendor CLO00452CT Cleaner, 24 oz. Cleaning EA $3.39 20.45% $2.70 Simple Green® 24 oz. Trigger Spray Bottle All- 6502 SUNSHINE MAKERS INC 13012 Purpose Cleaner/Degreaser Cleaning EA $7.07 20.44% $5.62 Dawn® Professional 38 oz. Manual Pot & Pan 194247 NSI Approved Vendor PGC45112CT Dish Detergent Cleaning EA $9.78 20.44% $7.78 Weiler® Industrial Grade Wet Mop Handle With LEILER Plated Metal Head, 54 in L, Hardwood, Spring 280437 CORPORATION 75132 Connection Cleaning EA $17.38 20.43% $13.83 86895 NSI Approved Vendor PGC08833 Safeguard'" 4 oz Antibacterial Bar Soap Cleaning EA $1.84 20.39% $1.461 Shop Vac® Ultra Pro 12 gal., 5.5 HP Wet/Dry 20838 SHOP VAC CORPORATION 5951200 /NEW#82 Utility Vac Cleaning EA $165.09 20.38% $131.44 Weiler® Full Swivel Heavy Duty Professional LEILER Grade Dust Mop Frame, 36 in L, Tie -On 280440 CORPORATION 75138 Connection Cleaning EA $19.30 20.38% $15.37 Magnolia Brush 24" Prime Stiff Palmyra No. 14 223703 G.F. LASSWELL CO. INC. 1424-SL Line Garage Floor Brush Cleaning EA $15.17 20.38% $12.08 VonDrehle Preserve Multi -Fold White Paper 158654 VON DREHLE CORPORATION 548W Towels, 16 Packs/Case Cleaning CS $27.59 20.37% $21.97 Unger® MicroWipe'" 200 UltraLite Microfiber 31774 UNGER ENTERPRISES INC ME40B Cloth, 10/Pack Cleaning PK $14.64 20.37% $11.66 Weiler® Industrial Grade Wet Mop Handle With LEILER Plated Metal Head, 54 in L, Hardwood, Screw 280436 CORPORATION 75131 Connection Cleaning EA $19.38 20.37% $15.43 Scrubbing Bubbles® Disinfectant Restroom 86614 NSI Approved Vendor SJN682264 Cleaner 25 oz. Aerosol Can Cleaning EA $6.02 20.37% $4.79 Weiler® Heavy Duty Professional Grade Dust LEILER Mop Handle, 60 in L, Wood, Clamp -On 280439 CORPORATION 75133 Connection Cleaning EA $28.25 20.36% $22.50 Weiler® Tapered Tip Squeegee Handle, 1-1/8 in LILER Dia x 72 in L, Wood Tip, Hardwood Handle, 280330 CORPORATION 44306 Natural Cleaning EA $11.04 20.35% $8.79 Charmin Essentials Soft Bath Tissue Individually 193423 NSI Approved Vendor PGC96610 Wrapped 24 Rolls/Case Cleaning CS $23.05 20.33% $18.36 NSI N-Swipes® Light Duty 9" x 17" White Wipers, 30870 NSI - Northern Safety MW60P 100/Box Cleaning BX $9.22 20.33% $7.35 VonDrehle Preserve® - 7.9" x 800' Roll Brown 267726 VON DREHLE CORPORATION B80N Hardwound Towels Cleaning CS $37.66 20.32% $30.01 Weiler® Bowl Brush Set, 3-1/2 x 3-3/4 in Brush, LEILER 14-1/2 in OAL, Plastic Bristle and Handle, White 280429 CORPORATION 75000 Bristle Cleaning EA $6.63 20.29% $5.28 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price Clorox® 24 oz. Tough Stain Remover Toilet Bowl 205222 NSI Approved Vendor CL000275 Cleaner Cleaning EA $8.46 20.27% $6.74 159556 BETTER BRUSH PRODUCTS, LL( 151560 Wet Mop 60" Wood Screw Mop Handle Cleaning EA $10.33 20.27% $8.241 17545 NSI Approved Vendor RCPV116 Rubbermaid® Value -Pro"" Cotton Mop - Size #16 Cleaning EA $5.12 20.25% $4.08 Loren PUR 300 Medium Kurly Kate Stainless 86880 NSI Approved Vendor PUR300 Steel Sponge Cleaning EA $1.55 20.24% $1.24 Green Works'"' Natural Biodegradable Cleaning 29716 NSI Approved Vendor CL030380 Wipes, 62/Container Cleaning EA $6.49 20.17% $5.18 5639 IMPACT PRODUCTS / MALT IN[ 7130P Impact® Cellulose Scrubber Cleaning EA $1.47 20.13% $1.171 159579 BETTER BRUSH PRODUCTS, LLC 433012 Angled Vertical Broom Head Cleaning EA $4.98 20.09% $3.981 90019 NSI Approved Vendor GEN1805 Hard -Wound Roll Paper Towels Cleaning EA $2.52 20.09% $2.011 Boardwalk® Premium White Half -Fold Toilet Seat 190859 NSI Approved Vendor BWKK5000 Covers 250/Pack Cleaning PK $2.34 20.08% $1.87 EnviroCare'" Moldex Mold Cleaner and 5378 RUST-OLEUM CORPORATION 5310 Disinfectant Deep Stain Remover, 32 oz. Cleaning EA $6.92 20.06% $5.53 287375 KIMBERLY-CLARK CORPORATIC 28640 Scott® 8" x 800' Hard Roll Paper Towels 6/Case Cleaning CS $49.59 20.03% $39.66 5637 IMPACT PRODUCTS 7160P Impact® Cellulose Sponge Cleaning EA $1.91 20.00% $1.531 Adhesives, Sealants & 190779 3M CORP 7000047492-C103i 3M Vinyl Foam Tape 3/406 yards Tape EA $74.43 54.51% $33.86 3M'" Scotch'" #893 Filament Strapping Tape, Adhesives, Sealants & 8890 3M CORP 7000123805 3/4" x 60 yd. Tape EA $12.62 33.93% $8.34 Adhesives, Sealants & 26007 HARRIS INDUSTRIES, INC. VE-75BK Vinyl Electrical Tape, 3/4" x 60' Tape EA $1.33 33.71% $0.88 3M'" Scotch'" #893 Filament Strapping Tape, 1" Adhesives, Sealants & 8891 3M CORP 7000048809 x 60 yd. Tape EA $16.83 33.04% $11.27 3M'" #8934 Tartan'"" Filament Strapping Tape, 1" Adhesives, Sealants & 8888 3M CORP 7000028887 x 60 yds. Tape EA $7.63 31.33% $5.24 Adhesives, Sealants & 29220 BERRY GLOBAL, INC. 1087239 Nashua® Utility Grade Cloth Duct Tape Tape RL $6.45 30.61% $4.48 NSI Heavy -Duty Production Grade Carton Sealing Adhesives, Sealants & 22850 NSI - Northern Safety SC-2311 Tape - 3" x 110 yd. Tape RL $4.99 29.31% $3.53 Adhesives, Sealants & 205184 3M CORP 7000047463 3M Vinyl Tape 471 Bluej" x36 yd 5.2mil Tape EA $28.59 28.24% $20.52 Adhesives, Sealants & 218169 3M CORP 7000006094 SCOTCH VNYL ELECTRIC TAPE 35 3/4X66 RD Tape EA $7.14 27.27% $5.19 J-B Weld® 3 oz. Tube Clear All Purpose RTV Adhesives, Sealants & 207507 J-B WELD COMPANY 31310 Silicone Sealant & Adhesive Tape EA $4.88 25.45% $3.64 Adhesives, Sealants & 8901 3M CORP 00-021200-18526-, 3M'" Transparent Tape -3/8" x 72 yds. Tape EA $4.17 25.33% $3.11 Adhesives, Sealants & 190870 3M CORP 7000048401 3M VINYLTAPE BLACK 2"X36YDS Tape EA $54.07 25.13% $40.48 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Unit of Contract NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description CATEGORY Measure List Price % Discount Price 3M- General Use Duct Tape 2929 Silver, 1.88 in x 50 yd 5.5 mil, 24 per case, Conveniently Adhesives, Sealants & 194718 3M CORP 7000029030 Packaged Tape EA $14.24 23.19% $10.94 Adhesives, Sealants & 194722 3M CORP 7000049580 3M VINYL DUCT TAPE 2"X50YD 6.3MIL WE Tape EA $13.19 23.10% $10.14 Adhesives, Sealants & 194675 3M CORP 7010375912 3979 SILVER 1.881N X 60YD 24/CV IW Tape EA $10.95 22.56% $8.48 Adhesives, Sealants & 196859 3M CORP 7000050005 Scotch 665 Dble Sde Tpe 3/4x36yd Tape EA $9.95 22.50% $7.71 3M- #372 Scotch'" Carton Sealing Tape, 2" x 55 Adhesives, Sealants & 9609 3M CORP 00021200723353 yds. Tape EA $7.89 22.45% $6.12 Adhesives, Sealants & 194533 3M CORP 00051125748926 8934 FILAMENTTP CL 48MM X 55M 24/CV IW Tape EA $15.02 22.44% $11.65 Adhesives, Sealants & 190802 3M CORP 7100180415 3M SCOTCH BLUE TAPE 2"X60YD RL Tape EA $10.65 22.42% $8.26 3M- Scotch® Printed Message Tape, 2" x 110 Adhesives, Sealants & 14211 3M CORP 7000123942 yd. - Check Seal Before Accepting Tape EA $13.62 22.41% $10.57 301+ PERFORMANCE MASKING TAPE 36MM X Adhesives, Sealants & 194738 3M CORP 7000124890 55M Tape EA $9.03 22.40% $7.01 3M- Scotch® Printed Message Tape, 2" x 110 Adhesives, Sealants & 14214 3M CORP 00021200724589 yd. - Mixed Merchandise Enclosed Tape EA $23.15 21.42% $18.19 Adhesives, Sealants & 26111 BERRY GLOBAL, INC. 1087206 Colored Cloth Duct Tape, 2" X 60 yd. Tape EA $7.31 21.35% $5.75 Adhesives, Sealants & 258726 THE GORILLA GLUE CO. 7805001 Gorilla® 15g Bottle Original Clear Super Glue Tape EA $6.91 21.02% $5.46 Dap® Alex Plus® 10.1 oz. Cartridge All Purpose Adhesives, Sealants & 295588 DAP INC 7079818156 Acrylic Latex Caulk with Silicone Tape EA $3.56 20.86% $2.82 Adhesives, Sealants & 254924 THE GORILLA GLUE CO. 052427610010 Gorilla® 1" x 10 yd. Roll Black Duct Tape Tape EA $4.30 20.74% $3.41 Adhesives, Sealants & 254923 THE GORILLA GLUE CO. 052427600356 Gorilla® 1.88" x 35 yd. Roll Black Duct Tape Tape EA $14.88 20.59% $11.82 3M- Scotch'" Magic'" Invisible Tape, 1/2" x 36 Adhesives, Sealants & 8876 3M CORP 7000029141 yd. Tape RL $2.79 20.22% $2.23 32257 BLACK & DECKER US. DW8251 Flap Disc 4.5in Z60 Grit Lng life Abrasives EA $8.12 29.35% $5.741 22466 BLACK & DECKER US. DW8312 Flap Disc 4.5in 5/8-11 Arbor 60 grit Abrasives EA $8.56 29.28% $6.05 1 22464 BLACK & DECKER US. DW8308 FLAP DISC 4-.5' 7/8' 60 DW8308 Abrasives EA $7.06 29.21% $5.001 32223 BLACK & DECKER US. DW8424H Abrasive Cut Off 4.5in Metal 27/HUB Abrasives EA $4.20 27.36% $3.05 1 22475 BLACK & DECKER US. DW4999 DEPRESSED CTR GRIND/WHEEL 7"-1/4"5/8" Abrasives EA $7.08 25.70% $5.261 DeWALT® Metal Portable Gas & Electric Saw 32232 BLACK & DECKER US. DW8022 Blade, 12" x 1/8" x 1" with 5,500 Max RPM Abrasives EA $7.31 25.52% $5.44 32263 BLACK & DECKER US. DW4623 Depressed CTR Grind/Wheel Hubbed Metal Abrasives EA $5.15 25.48% $3.84 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description 3M' Silver 4 1/2"D x 0.045"THK 7/8" Depressed 293375 3M CORP 00051125874663 Center Hole T27 Abrasive Cut -Off Wheel 22474 BLACK & DECKER US. DW4719 Depressed CTR Grind/Wheel 7-1/4-7/8 3M' Silver 6"D x 0.045"THK 7/8" Center Hole T1 289518 3M CORP 7010412152 Abrasive Cut -Off Wheel 3M' Silver 3"D x 0.060"THK 3/8" Center Hole T1 293628 3M CORP 00051125874595 Abrasive Cut -Off Wheel CGW® 48010 Standard Coated Abrasive Disc, 4- 257990 CGW ABRASIVES 48012 1/2 in Dia, 7/8 in Arbor Aluminum Oxide Bosch® 4 1/2" x 0.098" X-LOCK Arbor T27A 30G 323015 ROBERT BOSCH TOOL -CST CWX27M450 Metal Cutting & Grinding Abrasive Wheel Bosch® 4 1/2" x 0.045" X-LOCK Arbor T1A 60G 323029 ROBERT BOSCH TOOL -CST TCWX1S450 Fast Metal & Stainless Cutting Abrasive Wheel 3M• Silver 3"D x 0.035"THK 1/4" Center Hole T1 293625 3M CORP 7100138406 Abrasive Cut -Off Wheel CGW® Premium Z3 Zirconia Alumina Grain 4 189975 CGW ABRASIVES 42322 1/2" x 7/8" 40G Type T29 Abrasive Flap Disc 257758 CGW ABRASIVES 49653 CGW® C3 Buffing Compound, 5.6 oz, Green Standard Abrasives•" 522106 TSM Type Quick - Change Coated Abrasive Disc, 3/4 in Dia, 5/8-11 298960 3M CORP 00051115324000 Arbor, 80 Grit, Medium, Aluminum Oxide DeWALT® Heavy -Duty Depressed Center Concrete & Masonry Grinding Wheel, 41/2" x 32262 BLACK & DECKER US. DW4524 1/4" x 7/8" with 13,300 Max RPM Bosch® Bosch® WB509 Single Row Cup Brush, 3 in Dia, 5/8-11 Arbor, 12500 rpm, Carbon Steel 217463 ROBERT BOSCH TOOL -CST WB509 Knotted Wire 3M' Silver 4 1/2"D x 0.040"THK 7/8" Center 293649 3M CORP 00051125874649 Hole T1 Abrasive Cut -Off Wheel Milwaukee® Type 1 Cut -Off Wheel, 4-1/2 in Dia x 250634 MILWAUKEE ELECTRIC TOOL 0 49-94-4500 0.045 in THK, 7/8 in Arbor, 60T Grit Milwaukee® Reinforced Type 27 Grinding Wheel, 250635 MILWAUKEE ELECTRIC TOOL C, 49-94-4510 4-1/2 in Dia x 1/8 in THK, 7/8 in Arbor, A30S Grit 250655 MILWAUKEE ELECTRIC TOOL C, 49-94-7050 WHEEL CUT-OFF 7X5/8X3/321NA24RA/OCRS 250656 MILWAUKEE ELECTRIC TOOL C, 49-94-7055 WHEEL CUT-OFF 7X5/8X1/81N C24T SILI CAB 250625 MILWAUKEE ELECTRIC TOOL C, 49-94-1405 WHEEL CUT-OFF 14X1X3/321N A36P A/0 MTL Unit of Contract CATEGORY Measure List Price % Discount Price Abrasives EA $3.98 25.47% $2.97 Abrasives EA $4.48 25.36% $3.341 Abrasives EA $6.44 24.94% $4.83 Abrasives EA $3.31 23.98% $2.52 Abrasives BX $15.94 23.33% $12.22 Abrasives EA $2.08 23.24% $1.60 Abrasives EA $2.55 22.36% $1.98 Abrasives EA $2.92 22.34% $2.27 Abrasives EA $5.76 22.32% $4.47 Abrasives BX $15.21 22.13% $11.851 Abrasives CS $17.53 21.96% $13.68 Abrasives EA $3.04 21.81% $2.38 Abrasives EA $18.87 21.76% $14.76 Abrasives EA $3.98 21.72% $3.12 Abrasives EA $2.94 21.72% $2.30 Abrasives EA $3.38 21.46% $2.65 Abrasives EA $3.62 21.43% $2.84 Abrasives EA $3.62 21.43% $2.841 Abrasives EA $11.24 21.42% $8.83 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description 3M' Cubitron'" II Cut -Off Wheel T27 Quick Change 66530, 4.5 in x .045 in x 5/8-11 in, 25 per 195105 3M CORP 7100034773 inner, 50 per case 250661 MILWAUKEE ELECTRIC TOOL C, 49-94-9085 WHEEL GRIND 9X5/8-11X1/41N ZA24R CRS MTL 250644 MILWAUKEE ELECTRIC TOOL C, 49-94-5010 WHEEL GRIND 5X7/8X1/81N A30S A/O CRS 250643 MILWAUKEE ELECTRIC TOOL C, 49-94-5020 WHEEL GRIND 5X7/8X1/41N A24R A/0 CRS 250647 MILWAUKEE ELECTRIC TOOL C, 49-94-6300 WHEEL CUT-OFF 6X7/8X0.0451NA60TA/OVFN Milwaukee® Reinforced Type 27 Grinding Wheel, 4-1/2 in Dia x 1/4 in THK, 7/8 in Arbor, ZA24R 250639 MILWAUKEE ELECTRIC TOOL C, 49-94-4580 Grit kM 3M' Fibre Disc 381C, 7 in x 7/8 in 36, 25 per 194768 CORP 7000118934 case Milwaukee® General Purpose Reinforced Type 27 Grinding Wheel, 6 in Dia x 1/4 in THK, 5/8-11 250648 MILWAUKEE ELECTRIC TOOL C, 49-94-6330 Arbor, A24R Grit DeWALT® Type 27 Thin Depressed Center Abrasive Cut -Off Wheel for Metal, 4" x 0.045" x 32221 BLACK & DECKER US. DW8420 5/8" with 15,200 Max RPM 323056 ROBERT BOSCH TOOL -CST MGX0100 Bosch® X-LOCK Backing Pad Clip Bosch® 5" X-LOCK Medium Hardness Backing 323054 ROBERT BOSCH TOOL -CST MGX0500 Pad & X-LOCK Clip DeWALT® 12" Heavy -Duty General -Purpose 22477 BLACK & DECKER US. DW8004 Chop Saw Wheel - 1" Arbor DeWALT® 4" Heavy -Duty Depressed Center 22471 BLACK & DECKER US. DW4419 Grinding Wheel - 5/8" Arbor 191076 GREENFIELD INDUSTRIES C17575 1/4 SHNK X 2 OAL BURR 5/8 LTH 1/4 CD" kM 3M' Paint Masking Tape 231/231A Tan, 24 mm 194579 CORP 00021200037771 x 55 m 7.6 mil, 36 per case Bulk Milwaukee® General Purpose Reinforced Type 27 Grinding Wheel, 6 in Dia x 1/4 in THK, 7/8 in 250650 MILWAUKEE ELECTRIC TOOL C, 49-94-6340 Arbor, A24R Grit Milwaukee® General Purpose Type 1 Cut -Off Wheel, 12 in Dia x 3/32 in THK, 1 in Arbor, A36P 250621 MILWAUKEE ELECTRIC TOOL C, 49-94-1220 Grit 250658 MILWAUKEE ELECTRIC TOOL C, 49-94-9025 WHEEL GRIND 9X5/8-11X1/41N A24R A/O CRS 250640 MILWAUKEE ELECTRIC TOOL C, 49-94-4585 WHEEL GRIND 4-1/2X5/8-11X1/4IN ZA24R CRS 250653 MILWAUKEE ELECTRIC TOOL C, 49-94-7020 WHEEL GRIND 7X7/8X1/41N A24R A/0 CRS DeWALT® Type 1 Thin Flat Abrasive Cut -Off Wheel for Metal, 4" x 0.045" x 5/8" with 15,200 32219 BLACK & DECKER US. DW8061 Max RPM Unit of Contract CATEGORY Measure List Price % Discount Price Abrasives EA $10.24 21.41% $8.05 Abrasives EA $13.11 21.41% $10.30 Abrasives EA $4.06 21.38% $3.191 Abrasives EA $4.06 21.38% $3.191 Abrasives EA $4.06 21.38% $3.19 Abrasives EA $7.50 21.35% $5.90 Abrasives EA $3.63 21.33% $2.86 Abrasives EA $6.40 20.97% $5.06 Abrasives EA $1.84 20.96% $1.45 Abrasives BG $7.60 20.91% $6.011 Abrasives EA $23.15 20.79% $18.34 Abrasives EA $6.10 20.67% $4.84 Abrasives EA $2.86 20.63% $2.27 Abrasives EA $13.75 20.56% $10.921 Abrasives EA $13.44 20.54% $10.68 Abrasives EA $5.75 20.52% $4.57 Abrasives EA $7.96 20.47% $6.33 Abrasives EA $10.59 20.47% $8.42 Abrasives EA $9.50 20.45% $7.56 Abrasives EA $5.52 20.43% $4.391 Abrasives EA $1.84 20.41% $1.46 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 NSI Product # MANUFACTURER NAME Mfg Product # Manufacture Product Description DeWALT® Metal Abrasive Portable Circular Saw 32229 BLACK & DECKER US. DW3511 Blade, 7" x 1/8" x 5/8" with 8,700 Max RPM DeWALT® Concrete & Masonry Portable Circular 32230 BLACK & DECKER US. DW3521 Saw Blade, 7" x 1/8" x 5/8" with 8,700 Max RPM 250666 MILWAUKEE ELECTRIC TOOL C, 49-94-4520 WHEEL GRIND 4-1/2X7/8X1/41N A24R A/O RSN 3M' Cubitron'" II 4 1/2" x 5/8"-11967A T27 293033 3M CORP 7100058067 Flap Disc 3M' Cubitron'. II 5" x 0.045"THK 7/8" Arbor T1 195104 3M CORP 00051115665264 Ceramic Abrasive Grain Cut -Off Wheel Milwaukee® Type 27 Cut -Off Wheel, 6 in Dia x 0.045 in THK, 7/8 in Arbor, 60T Grit, Aluminum 250649 MILWAUKEE ELECTRIC TOOL C, 49-94-6305 Oxide Abrasive 3M' Silver 4 1/2"D x 0.093"THK 7/8" Depressed 293377 3M CORP 00051125876599 Center Hole T27 Abrasive Cut -Off Wheel 3M' Cubitron- II 3" x 0.035"THK 1/4" Arbor T1 187104 3M CORP 7100094770 Ceramic Abrasive Grain Cut -Off Wheel Bosch® X-LOCK 5" Coarse 24 Grit Zirconia 323065 ROBERT BOSCH TOOL -CST FBX524 Abrasive Fiber Discs 25/Pack Unit of Contract CATEGORY Measure List Price % Discount Price Abrasives EA $4.65 20.39% $3.70 Abrasives EA $4.65 20.39% $3.70 Abrasives EA $2.94 20.37% $2.34 Abrasives EA $14.51 20.36% $11.56 Abrasives EA $9.20 20.18% $7.34 Abrasives EA $5.52 20.15% $4.41 Abrasives EA $4.98 20.06% $3.98 Abrasives EA $7.65 20.05% $6.12 Abrasives PK $42.31 20.02% $33.84 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 Region 4 Education Service Center (ESC) Contract # 24-08 for Maintenance, Repair, and Operations (MRO) Supplies, Equipment, and Related Products and Services with Northern Safety Co., Inc Effective: November 1, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO The following documents comprise the executed contract between the Region 4 Education Service Center and Micro Integration, effective November 1, 2024: I. Vendor Contract and Signature Form II. Supplier's Response to the RFP, incorporated by reference Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO CONTRACT This Contract ("Contract') is made as of , 2024 by and between Northern Safety Co., Inc. ("Contractor') and Region 4 Education Service Center (`Region 4 ESC') for the purchase of Maintenance, Repair, and Operations (MRO) Supplies, Equipment, and Related Products and Services ("the products and services'). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number 24-08 for Maintenance, Repair, and Operations (MRO) Supplies, Equipment, and Related Products and Services ("RFP"), to which Contractor provided a response ("Proposal"); and WHEREAS, Region 4 ESC selected Contractor's Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Aaencies") may purchase products and services at prices indicated in the Contract upon the Public Agency's registration with OMNIA Partners. 1) Term of agreement. The initial term of the Contract is for a period of three (3) years unless terminated, canceled or extended as otherwise provided herein. Region 4 ESC shall have the right in its sole discretion to renew the Contract for an additional term of up to two (2) years or for a lesser period of time as determined by Region 4 ESC by providing written notice to the Contractor of Region 4 ESC's intent to renew thirty (30) days prior to the expiration of the original term. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Contract. Notwithstanding the forgoing paragraph, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued under the Contract for a period of up to one year beyond the Contract term. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. 3) Form of Contract. The form of Contract shall be the RFP, the Offeror's proposal and Best and Final Offer(s). CONTRACT 1 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract ii. Offeror's Best and Final Offer iii. Offeror's proposal iv. RFP and any addenda 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e., bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor's pricing. 11) TERMINATION OF CONTRACT a) Cancellation for Non -Performance or Contractor Deficiencv. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or CONTRACT 2 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely manner, or Contractor violates any of the covenants, agreements, or stipulations of this Contract Region 4 ESC reserves the right to terminate the Contract immediately and pursue all other applicable remedies afforded by law. Such termination shall be effective by delivery of notice, to the Contractor, specifying the effective date of termination. In such event, all documents, data, studies, surveys, drawings, maps, models and reports prepared by Contractor will become the property of the Region 4 ESC. If such event does occur, Contractor will be entitled to receive just and equitable compensation for the satisfactory work completed on such documents. c) Deliverv/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all actual expenses incurred that are proximately caused by Contractor. d) Force Maieure. If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or the State of Texas or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty. e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. 12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds and permits required for the operation of the business conducted by Contractor. Contractor shall remain fully informed of and in compliance with all ordinances and regulations pertaining to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop work and/or cancel the Contract if Contractor's license(s) expire, lapse, are suspended or terminated. CONTRACT 3 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 13) Survival Clause. All applicable software license agreements, warranties or service agreements that are entered into between Contractor and Region 4 ESC under the terms and conditions of the Contract shall survive the expiration or termination of the Contract. All Purchase Orders issued and accepted by Contractor shall survive expiration or termination of the Contract for a period of up to one year beyond the term of the Contract. 14) Deliverv. Conforming stocked products shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Pavments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adiustments. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor's responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor's proposal. Price reductions may be offered at any time during Contract. Special, time -limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time -limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Riahts. Contractor shall, at its sole expense, maintain appropriate due diligence of all purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC reserves the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. Region 4 ESC shall have the authority to conduct random audits of Contractor's pricing at Region 4 ESC's sole cost and expense. Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing being offered that is materially inconsistent with the pricing under this agreement, Region 4 ESC shall have the ability to conduct an extensive audit of Contractor's pricing at Contractor's sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third -party auditing firm. In the event of an audit, the requested materials shall be provided in the format and at the location designated by Region 4 ESC. CONTRACT 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21) Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to moving furniture, installing wiring for networks or power, and similar pre -installation requirements. 25) Reaistered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC's discretion. Contractor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smokina.. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. CONTRACT 5 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Fundina Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC's current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate funds for payment of the contract. 30) Indemnity. Contractor shall protect, indemnify, and hold harmless claims, damages, losses, and expenses proximately caused by the actions of the Contractor both Region 4 ESC and its administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the Contractor, Contractor employees or subcontractors in the preparation of the solicitation and the later execution of the Contract. Any litigation involving either Region 4 ESC, its administrators and employees and agents will be in Harris County, Texas. 31) Marketincq.. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days' notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obligations. It is Contractor's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. CONTRACT 6 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO DocuSign Envelope ID: 26A2FEC8-762E-4A9A-A7CA-E9F05A98AFC4 OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. Company Name N orthem Safety Co,, Inc Address 232 Industrial Park Dr City/State/zip Frankfort NY 13340 Telephone No. 315-793-4900 Email Address krist .taurisani@wurthindustry.com Printed Name Carrie Bachman Title Director Of Sales Operations Doc30uSiyned by: Authorized signature Ame- bat6at" Ir 819ZAE9A0544E... Accepted by Region 4 ESC: Contract No. R240807 Initial Contract Term 11/1/2024 e ion 4 ESC Authorized Board Member Linda Tinnerman int Name r � Region 4 uthorized f36ard ber Victor E. White Print Name to 10.131/2027 6/26/2024 10/29/2024 Date 10/29/2024 Date Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Appendix B TERMS & CONDITIONS ACCEPTANCE FORM Signature on the Offer and Contract Signature form certifies complete acceptance of the terms and conditions in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4 ESC. If a proposal is returned with modifications to the draft Contract provisions that are not expressly approved in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail. Check one of the following responses: C Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: If none are listed below, it is understood that no exceptions/deviations are taken.) Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, proposed additional terms to the RFP and draft Contract must be included: (Note: Unacceptable exceptions may remove Offeror's proposal from consideration for award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and modifications and the decision shall be final. If an offer is made with modifications to the contract provisions that are not expressly approved in writing, the contract provisions contained in the RFP shall prevail.) Section/Page Term, Condition, or Exception/Proposed Modification Accepted Specification (For Region 4 ESC's use) Section11, subsection C, page 17 Last sentence edited to read, "In the event Region 4 ESC must purchase in an open market) Contractor Delivery/Services Failure agrees to reimburse Region 4 ESC within a reasonable time peri A, for all actual expenses it -urred that a N a(�ly --d by Accepted in MAD Section 14, Page 18 Delivery Change to "Conforming stocked products" Accepted in MAD Section 30, page 2( Indemnity First sentence edited to read, "Contract shall protect, indemnify, and hold harmless clairris, damages, losses, and expenses proximately caused by the actions of the Contractor." Accepted in MAD Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 EDUCATION SERVICE CENTER 24-08 Addendum 4 Northern Safety Co., Inc Supplier Response Event Information Number: 24-08 Addendum 4 Title: Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Type: Request for Proposal Issue Date: 5/15/2024 Deadline: 6/27/2024 02:00 PM (CT) Notes: Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. Only online proposals will be accepted. Proposals must be submitted via Region 4 ESC's online procurement system: reg ion4esc. ionwave. net. No manual, emailed, or faxed proposals will be accepted. NON -MANDATORY PRE -PROPOSAL CONFERENCE Meeting to be held on Thursday, May 30, 2024 at 10:00 am CST via ZOOM. Click here to join. Offerors are strongly encouraged, but not required to participate in a pre -proposal conference with the Procurement and Operations Specialist. Page 1 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Contact Information Address: Finance and Operations 7145 West Tidwell Road TX 77092 Email: questions@esc4.net Page 2 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Northern Safety Co., Inc Information Contact: Steven Lanahan Address: 232 Industrial Park Dr Frankfort, NY 13340 Phone: (315) 793-4900 Email: steven.lanahan@wurthindustry.com Web Address: www.northernsafety.com By submitting your response, you certify that you are authorized to represent and bind your company. Steven Lanahan Signature Submitted at 6/27/2024 08:34:04 AM (CT) Requested Attachments OFFER AND CONTRACT SIGNATURE FORM steven.lanahan(cbwurthindustry.com Email Completed- Offer and Signature Form.pdf Please complete the Offer and Contract Signature Form, located on the Attachments tab, and upload the completed document here. Appendix B - Terms & Conditions Acceptance Form Completed -RFP 24-08 Appendix B - Terms & Conditions Acceptance Form.pdf Please complete the Terms & Conditions Acceptance Form, located on the Attachments tab, and upload the completed document here. Acknowledgment and Acceptance of Region 4 ESC's Open Records Acknowledgment and Acceptance Policy of Region 4 ESCs Open Records Policy.pdf Please complete the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy, located on the Attachments tab, and upload the completed document here. Antitrust Certification Statements Completed-RFP 24-08 Appendix C - Antitrust Certification Statements.pdf Please complete the Antitrust Certification Statements, located on the Attachments tab, and upload the completed document here. Certificate of Interested Parties (Form 1295) Completed- Form 1295 Certificate 101225773 (3).pdf Must complete the form online at: https://www.ethics.state.tx.us/whatsnew/elf—info—forml295.htm Texas Government Code 2270 Verification Form Complete-RFP 24-08 Appendix C - Texas Government Code 2270 Verification Form.pdf Please complete the Texas Government Code 2270 Verification Form, located on the Attachments tab, and upload the completed document here. RFP 24-08 Market Basket Complete-RFP 24-08 Market Basket Pricing 6-26-2024 - Wurth Industry.xlsx Please complete the OMNIA Partners - Market Basket, located on the Attachments tab, and upload the completed documents here. Page 3 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Value Add OMNIA Technical Services - 2023. pdf Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. Furniture can be included as a Value -Add, include any fees such as installation, delivery options, setup/cleaning, classroom design/layout, special orders, etc. Submit FEIN and Dunn & Bradstreet report. D&B Report.pdf Upload FEIN and Dunn & Brandstreet report here. Diversity Program Certifications SBA SVOB Certification. pdf If there are any diversity programs, provide a copy of their certification. Minority Women Business Enterprise Certification No response Please upload Minority Women Business Enterprise Certification if applicable. Small Business Enterprise (SBE) or Disadvantaged Business No response Enterprise (DBE) Certification Please upload Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Certification if applicable. Historically Underutilized Business (HUB) Certification No response Please upload Historically Underutilized Business (HUB) Certification if applicable. Historically Underutilized Business Zone Enterprise (HUBZone) No response Please upload Historically Underutilized Business Zone Enterprise (HUBZone) if applicable. Other recognized diversity certificate holder No response Please upload other recognized diversity certificate holder if applicable. Additional Agreements Offeror will require Participating Agencies to No response sign. Upload any additional agreements offeror will require Participating Agencies here. Completed-RFP 24-08 OMNIA OMNIA Partners - Exhibit F Federal Funds Certifications Partners - Exhibit F Federal Funds Certifications. pdf Please complete the OMNIA Partners - Exhibit F Response for National Cooperative Contract located on the Attachments tab and upload the completed documents here. OMNIA Partners - Exhibit G New Jersey Business Compliance Complete- NJ.pdf Please complete the OMNIA Partners - Exhibit G New Jersey Business Compliance forms, located on the Attachments tab, and upload the completed documents here. MRO Addendum Response Attachments W9 April 2024.pdf W9 Form Rental Items Available (3).pdf A list of our rental items that are available under our service contracts Bid Attributes 1 Oral Communication Addendums- Completed.pdf Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. 211 have read and agree. Page 4 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 2 Scope of Work Please download and thoroughly review the Scope of Work, located on the Attachments Tab. Indicate your review and acceptance below. 211 have read and agree. 3 Terms and Conditions Please download and thoroughly review the Terms and Conditions, located on the Attachments Tab. Indicate your review and acceptance below. ,I❑ I have read and agree. 4 Products/Pricing - Upload on Response Attachments Tab Offerors shall provide pricing based on a discount from a manufacturer's price list, or fixed price, or a combination of both with indefinite quantities. Offeror may offer their complete product, and service offering as a balance of line. Prices listed will be used to establish the extent of a manufacturer's product lines, services, warranties, etc. that are available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apple, the different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Offerors may elect to limit their proposals to any category or categories. The discount proposed shall remain the same throughout the term of the contract and at all renewal options. Price lists must contain the following: (if applicable) • Manufacturer Part # • Offeror's Part # (if different from manufacturer part #) • Description • Manufacturers Suggested List Price and Net Price • Net price to Region 4 ESC (including freight) 5 Is pricing available for all products and services? 1 Yes ❑ No 6 Shipping Costs Describe any shipping and/or delivery charges including the methodology for when said charges will be calculated for (1) orders placed on the Offerors website; (2) orders picked up at the retail store/storefront location; (3) orders delivered by supplier employees. JAII shipping & freight charges are included regardless of order method. Standard F.O.B Destination Applies. 7 Warranty Pricing Provide pricing for warranties on all products and services. All warranties provided are manufacturer warranties and are included in the price of the product. No additional warranties are provided. 8 Describe any return or restocking fees. Northern Safety offers a 30 days completely satisficed guarantee. Any products returned during this period either unopened or in manufacture packaging will not incur a stocking fee. 9 Describe any installation charges and when they are applicable. NSI offers a wide range of solutions requiring installation. Installation charges vary by each solution and the complexity required for installation. Any applicable installation charges will be discussed with the agency in need in detail and we will do our due diligence to work with each agency to work on a pricing package that meets the customers as well as NSI's needs. Currently NSI offers over 40 solutions that could include installation if needed. Page 5 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 1 Discounts or Rebates U Describe any additional discounts, special offers, promotions or rebates available. Additional discounts or rebates may be offered for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. Additional discounts, rebates and special offers can be offered on a case by case basis, based on needs of customers. Additional discounts will apply to large bulk orders and additional rebates could be available based on growth over prior years sales of customer. Special Offers are continuously offered through our website along with special promotions and clearance items. 1 Verification of Contract Pricing 1 Describe how customers verify they are receiving Contract pricing. All public participating agencies are assigned to a hierarchy number that is tied to Region 4 ESC/OMNIA Partners contract. That hierarchy houses all pertinent contract settings, including contract price offered, free freight, other discounts and information. To ensure agencies are receving their contract pricing, they can view a product online without logging in and then login to review the product discounts that apply. Should an agency every have a questions or concern regarding their contract pricing, they can all our government support team, account manager or email our specific OMNIA Partners email so we can assist. 1 Describe invoicing process. Include payment terms and acceptable methods of payment outlining any 2 associated fees pertaining to credit card/p-cards. Northern Safety offers individual invoices per shipment, EDI invoicing, P-Card invoicing or summary billing. In addition, our invoicing can include customization that can reflect the customers internal part numbers for increase efficiencies. Northern Safety's summary billing is our invoicing process that simplifies a customers procurement system and reducing their internal costs by providing a single bill summarizing all items purchased through a PO or P-Card, once all items have shipped. This allows an easier reconciliation process when multiple items are purchased in a single order. Standard payment terms are Net30. All payment methods are including PO, Credit Card, and ACH are accepted with no additional fees. 1 Frequency of Pricing Updates 3 Propose the frequency of updates to the Offeror's pricing structure. Describe an proposed indices to guide rice p q Y p p 9 Yp p g p adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. Market basket items will only receive a price increase once a year, on the anniversary of the agreement with proper notice given to Region 4 and OMNIA Partners for approval. Categories discounts as offered will not change over the term of the contract. All price increases applied are based on increases from the manufactures on their products. 1 Describe how future product introductions will be priced and align with Contract pricing proposed. 4 New products and/or services that meet the scope of work, that are added, shall receive the equivalent percentage discount that other products and/or services that fall within that respective category. 1 Not to Exceed Pricing 5 Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the Contractor can adjust 9� q P 9 P 9� P 9, 1 submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary structure is not acceptable. L61 Proposed category discounts should remain the same for at least a minimum of the first 12 months after the contract award. All pricing must be verifiable and auditable from the date of the contract award. Page 6 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 1 Federal Funding Pricing 7 Due to products and services potentially being used in response to an emergency or disaster recovery situation in which federal funding may use, provide alternative pricing that does not include cost plus a percentage of cost or pricing based on time and materials; if time and materials is necessary, a ceiling price that the contract exceeds at its own risk will be needed. Products and services provided in a situation where an agency is eligible for federal funding, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited to the FEMA Special Conditions section located in the Federal Funds Certifications Exhibit. 1 Agree ❑ Disagree 1 Appendix D, Exhibit A, OMNIA Partners Response for National Contract 8 Include a detailed response to Appendix D, Exhibit A, OMNIA Partners Response for National Cooperative Contract. Responses should highlight experience, demonstrate a strong national presence, describe how Offeror will educate its national sales force about the Contract, describe how products and services will be distributed nationwide, include a plan for marketing the products and services nationwide, and describe how volume will be tracked and reported to OMNIA Partners. 1 Appendix D, Exhibit B, OMNIA Partners Administration Agreement 9 The successful Offeror will be required to sign Appendix D, Exhibit B, OMNIA Partners Administration Agreement prior to Contract award. Offerors should have any reviews required to sign the document prior to submitting a response. Offeror's response should include any proposed exceptions to OMNIA Partners Administration Agreement on Appendix B, Terms and Conditions Acceptance Form. 2 Appendix D, Exhibits F and G U Include completed Appendix D, Exhibits F. Federal Funds Certifications and G. New Jersey Business Compliance. 2 Describe how Offeror responds to emergency orders. 1 Region 4 ESC and OMNIA Partners participating agencies can contact Northern Safety's service team Monday through Friday from 07:30am to 8:00pm est. Beyond these hours, customers can utilize our website for emergency orders 24 hours a day or email the Northern Safety OMNIA Partners direct email address for support. Customers may also contact their account manager or National Contract Manager direct for any immediate emergency needs and for assistance. Additional fees may apply for expediated shipping. 2 What is Offeror's average Fill Rate? 2 1Over 98% of all stock items ships the same day for orders received before 4:00pm cst. Any orders received after 4:00pm cst. will ship the following day. 2 What is Offeror's average on time delivery rate? Describe Offeror's history of meeting the shipping and 3 delivery timelines. NSI has historically had a 99% on -time delivery rate of all conforming stocked products. Any orders including non - stock items, or backordered items that have extended beyond these terms, the customer is notified of expected delivery time frame to allow them the opportunity to determine if it still fits their business needs. The customer has the opportunity to cancel one or all products with no penalty. 2 Describe Offeror's return and restocking policy. 4 If a defective or incorrect material is delivered, the customer may make the determination to return the material to NSI at no cost to the customer. NSI agrees to pay all shipping costs for the return shipment and help arrange for the return. 2 Describe Offeror's ability to meet service and warranty needs. 5 IAll supplies, equipment and services shall include the manufacturers minimum standard warranty, and 1-year labor warranty unless otherwise agreed to in writing. Page 7 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 2 Describe Offeror's ability to provide on -site and/or online training and education programs/seminars. 6 Northern Safety has the ability to utilize in-house trainers or manufacturers for product and application based trainings either via webinar or on -site. Webinar trainings are typically free of charge while on -site trainings may have to be quoted at the time of request and will be based on the type of trainings, # of people being trained, location and how long the training will take. This is further detailed in our service offering portion within this RFQ. 2 Describe Offeror's customer service/problem resolution process. Include hours of operation, number 7 of services, etc. Hours of operation: Orders & Customer Service/Sales & Technical Support: Monday - Friday: 0730-2000 ET. Live Chat: Monday - Friday 0800-1800 ET Call Toll Free: 1-888-777-9544 (dedicated OMNIA Partners toll free number to our Government Support Team): Resolution Process: Receipt of Incorrect Product: If a Participating Public Agency receives the wrong product, they should contact their local Account Manager or contact our Customer Service Department to arrange for the return of the incorrect product and shipment of the correct replacement product. NSI will issue a credit for the incorrect item. Damaged Product: If a Participating Public Agency receives damaged product, they should refuse delivery of product(s) that are damaged and contact their Account Manager or Customer Service Department to arrange for the shipment of replacement product(s). 2 Describe Offeror's invoicing process. Include payment terms and acceptable methods of payments. 8 Offerors shall describe any associated fees pertaining to credit cards/p-cards. NSI's standard payment terms will be NET30 with no associated fee's for credit card/p-card payments. NSI offers invoices per shipment, EDI invoicing, P-Card invoicing or Summary Billing. In addition, our invoicing can also include customization that can reflect customers internal part numbers for increased efficiencies. NSI's summary billing is a single statement for all items purchased through a purchase order or P-Card once all items have shipped. NSI's invoices are auto -generated at time of product shipment. NSI only invoices when product has shipped or we have received an invoice from our manufacturer partners that is drop shipping products not in stock with NSI. Customers may access their invoices by logging on to NSI's website or calling customer service. Page 8 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 2 Describe Offeror's contract implementation/customer transition plan. 9 It is our goal to complete the implementation of the new Region 4 ESC/ OMNIA MRO contract in less than 90 days to make it as seamless and success to Region 4 ESC and all Participating Public Agencies. We recognize that a new contract award requires special focus and a disciplined approach to implementation for existing OMNIA members as well as future targets including NSI's current Public Sector customers affiliation to utilizing this contract method. Implementation/ Customer Transition Plan (Day 1 — Day 90) Day 1: * Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services Contract Kickoff: * Conference Call announcing award to NSI's Regional Leadership, Sales Force, Sales Operations and Sales Support outlining the final details of the contract. * Communicate new contract terms to NSI's Sales Force and Sales Support teams to: o Review Pricing and Programs available under the new contract o Communication targeting potential Participating Public Agencies o Communication targeting Participating Public Agencies * Conference call announcing award to NSI's Executives and outlining final details of contract * Partner with Region 4 ESC/ OMNIA on an e-mail notification to current Participating Public Agency members notifying them of the new award. * Align eligible current NSI Public Sector Customers to affiliate and participate with new contract. * Customize and enhance current marketing material to promote the new Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract. Step 1: First 30 Days * Position the new Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract with all current OMNIA Participating Public Agencies, transition eligible NSI's Public Sector Customer to both affiliate and participate with new MRO contract as well as targeted potential Participating Public Agency affiliations. * Present the NSI Core Value Proposition * Gain a thorough understanding of each customers overall procurement goals and initiatives and leverage the Region 4 ESC/ OMNIA MRO contracts products, pricings, and our new services and solutions that meet customer goals and initiatives. * Update current marketing material to assist with the new affiliation process as well as contract features and benefits. Step 2: Days 30-60 NSI Strategy based on customer needs * Develop a Participating Public Agency strategy in conjunction with Region 4 ESC, OMNIA and Diverse Suppliers based on contract features and benefits and customer initiatives * Engage all resources with NSI, Region 4 ESC, OMNIA and Diverse Suppliers for implementation of programs * Affiliate new Participating Public Agencies by communication contract features and benefits o Target mutually agreed upon Agencies o Target internal high value targets o Introduction to Region 4 ESC/ OMNIA's contract with NSI o Start Affiliation Process Step 3: Days 60-90 Implement agreed upon strategy and continue to leverage strengths of Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract * Implement programs for Participating Public Agencies * Engage all resources needed to execute strategies to include contract affiliation, enrollment process with NSI, training — both internal and customer focused on contract features and benefits Continue to drive growth to reach revenue goals for both Region 4 ESC/ OMNIA and NSI 3 Describe the financial condition of Offeror. 0 Wurth NSI is part of the Wurth Group, the largest Industrial Supplier in the world. We operate in more than 80 countries, employ over 77,000 professionals with 33,000 of these being sales representatives. We have more than 3.6 million customers across the world and generated total sales of roughly $23 Billion USD in 2023. Founded in 1945 by the Wurth family, we are proud to still be privately owned allowing us the flexibility to meet our company goals that are not dictated by shareholders. We are a financially robust company which offers us the ability to grow through operational enhancements, organic customer growth and acquisitions. Page 9 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 3 Describe Offeror's ordering capabilities for Participating Public Agencies. Provide a website link in order to review website ease of use, availability, and capabilities related to ordering, returns and reporting. Describe the website's capabilities and functionality including the following features: product lookup, ability to set authorization limits, and ability to download order invoice history reports. www.northernsafety.com Northernsafety.com allows customers to find the products they need, compare items and efficiently make purchasing decisions. This solution is available on mobile apps as well as desk top. Benefits from our web based ordering platform: * Order Confirmation Emails * Contract Specific Pricing * Intuitive Product search * Shipment Notifications * In stock identifier * Customized Product Center * 24 Hour Ordering Capability * Bulk Ordering Pad * Multiple Users Per Account * Secure Ordering * Item comparisons * Auto Reorder Option * Live Chat Features * Order History * Product Reviews * Technical Support * SDS Sheets * Multiple Payment Options Customer Reviews * Recommended Products * Invoice Access * Customized Website Options * OMNIA Contract Details NSI Mobile Capabilities: NSI End -Users have access to NSI's mobile friendly website no matter the location or job site. Using our mobile friendly allows end users to log into their account, view pricing, place orders — all of the functionality that they would at a desktop. An independent third -party E-Commerce case study ranked NSI 2nd overall for functionality and user experience when compared to 300 of its peers. 3 Describe the Offeror's safety record. 2 NSI has gone 1,083 working days since it's last reportable incident. We provide several role specific trainings to help promote and ensure we maintain a safe working environment at all times. It is a focus to help ensure our customers as well as employees go home safe at the end of every shift, regardless of role. 3 Describe Offeror's green or environmental initiatives or policies. 3 Environmental Initiatives and Sustainability Guidelines & Initiatives We follow with close adherence, all local, state, and federal guidelines for disposing of any equipment, trash, or oils. As a commitment to doing our part to preserve and protect our planet, we have adopted the following Environmental Mission Statement and philosophy: We are dedicated to contributing to a sustainable future for our planet through our commitment to the 3 "R"s: ? Reduce consumption, waste and pollution ? Reuse what we have ? Recycle everything we can We are very conscientious at conserving energy, water and other natural resources. We also maintain compliance with all environmental regulations. Northern Safety always strives to buy, sell and use environmentally friendly products. Over the past year, we've increased recycling, switched all packaging to be more environmental friendly and dramatically reduced water bottle usage (70% reduction) 3 Describe any diversity programs or partners supplier does business with and how Participating 4 Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. NSI has developed a Diverse Supplier program where we partner with certified diverse suppliers as authorized distributors through our Region 4/OMNIA contract. Each agency will have the ability to work with the diverse suppliers of their choice to fit their agency goals. Certifications include: VOSB, WBE, MWBE and more. Each supplier has access to NSI's full catalog to help provide a full breadth of products to agency members. 3 Provide a brief history of the Offeror, including year it was established and corporate office location. 5 Northern Safety Co., Inc. (NSI), founded in 1983, was incorporated in the State of New York. It all began delivery medical and first aid supplies out of the back of a pick up truck. Since that time we have had an unprecedented high double digit growth percentage through opening additional branch and distribution centers, organic customer growth and acquisitions. In 2015, our tremendous growth, reputation in the market, customer focus, company philosophy and company culture drew the attention of the largest MRO company in the world, the Wurth Group, which brought us into their family. The Wurth Group is a family owned business that was founded in 1945. In the span of 74 years, has grown to operate in over 80 countries and has more than 77,000 employees and $23 Billion is annual sales. We are recognized as a global leader and champion in the industrial supply. Page 10 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 3 Describe Offeror's reputation in the marketplace. 6 NSI has built a reputation of being one of the most trusted suppliers in the MRO industry from our dedication to providing exceptional customer service, access to over 3000 trusted brands as well as a full line of NSI branded products. In addition, with our offering of value-added services and solutions, we are a company that can truly do it all. This gives us the ability to help participating members to realize costs savings designed to keep your employees safe and productive and able to go home to their families at the end of the work day. This dedication combined with our 100% Satisfaction Guarantee has made us one of the most trusted suppliers in the nation for their MRO supplies. 3 Describe Offeror's reputation of products and services in the marketplace. 7 NSI's strength and reputation in the MRO industry falls on our strong and comprehensive line of quality and name brand MRO suppliers and manufacturers. In addition, NSI develops and manufactures it's own line of safety products, as well as has a robust offering of private label products. We go to great lengths to choose our products. Before we offer these products to our customers, they have to meet our high standards based on their quality, reliability, regulatory requirements, and price. We will not offer any products that does not meet these strict standards. We know how important it is for you to choose the right products, and we do our very best to bring the best to you. The products we offer are from manufacturers whose reputation for quality and reliability has been proven over time. Providing these top tier manufacturers with the best reputations in the industry, along with our superior levels of service, make us one of the premier safety and industrial supply companies. 3 Describe if distributors/dealers/resellers/subsidiaries/partners ("affiliates") will be used to fulfill the 8 contract. Submit a list of those affiliates authorized to sell under the proposed contract. Where and how does Offeror propose to maintain an authorized affiliate list so it may be accessed by Participating Agencies? How often does the supplier propose to update the affiliate list? Confirm the Offeror reviews the financial health, debarment status and overall general capacity of authorized affiliates. Offerors who use authorized affiliates are responsible for ensuring authorized affiliates are preforming in accordance with the contract. Examples of certified affiliates utilized for our current OMNIA Partners contract R192007: Knight Safety and Industrial - VOSB, Nunns Solutions - WBE, ESG Supplies - MWBE NSI's Operations Support Program responds to the need of Diverse Business Enterprises (DBEs) to be able to operate at a more fiscally responsible level by offering our products and services at discounted rates they would not otherwise qualify for including free shipping programs. The more money they can save in their operating costs, the better they can support their missions and pursue new opportunities for growth. Currently our program is limited to DBEs that support the Public Sector. NSI's Distributor Program responds to the corporate and government regulatory and policy requirements as to buying MRO goods and services from Diverse Business Enterprises (DBEs). Our Distributor program has helped organizations support DBE's while consolidating their MRO purchases. We provide access to our entire product offering for resales purposes to support the mission of meeting an organizations DBE procurement goals. Our Distributor Partners are the main point of contact and liaison for acquiring the needed products. NSI will keep an updated list of authorized affiliates with the certifications on our micro -site hosted on omniapartners.com. Any updates will be sent to OMNIA's distributor partner manager and Region 4 ESC for approvals. Each affiliate goes through an extensive vetting process to include financial health, debarment, capacity and reputation in the marketplace as well as experience working with cooperatives in the public sector. Approved affiliates are required to provide monthly sales reporting by the 10th of month for the previous month to keep us in compliance with reporting. In addition, NSI holds monthly cadence calls with each affiliate to monitor progression, challenges as well as any support needed to help be successful utilizing our master agreement as a license to hunt. In addition, we require our affiliates to provide updated certifications as needed. 3 Describe the experience and qualifications of key employees. 9 Our average tenure for our key employees is over 15 years with NSI with more experience in the industry. They are experts in their respective roles and have added to the success and ability to maintain over double digit growth for 10 plus years in a row. Our commitment is to customer satisfaction - first and foremost - and they manage their respective departments to uphold these standards. Page 11 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 4 Describe Offeror's experience working with the government sector. 0 NSI has had the opportunity to be awarded a number of national government cooperatives including Region 4/OMNIA Partners MRO contracts. NSI understands the values and processes associated with public procurement. NSI is dedicated to and focused on government agencies and helping them drive down their costs to purchase. We understand the budgetary processes that agencies rely on and the competitive and transparency requirements related to acquiring goods and services. We align the needs for compliance of the public sector with delivering MRO products and services across the wide span of governmental responsibilities to agencies both small and large. With NSI's experience and relationship with suppliers, we remain a steadfast partner in delivering expeditious responses and proven reliability when called upon. 4 Describe past litigation, bankruptcy, reorganization, state investigations of entity/supplier or current officers and directors. None to report or disclose. 4 References 2 Provide a minimum of 10 customer references relating to the products and services within this RFP. Include entity name, contact name and title, contact phone and email, city, state, years serviced, description of services and annual volume. *** All annual sales volume reported to OMNIA under Contract R192007 North Charleston Sewer Janet Allman 843- 764-3072 purchasing@ncsd.sc.gov North Charleston, SC, US 29419-3009 Purchasing Department 20+ years Berkeley County EMS James Anderson 843-925-1059 james.anderson@berkeleycountysc.gov Moncks Corner, SC, US 29461 EMS battalion chief 15 years City of Charlotte Eric Nachamie enachamie@ci.charlotte.nc.us 704- 336-7810 Charlotte, NC, US 28202-2816 Administration 20+ years City of Ft Worth - TPW Department Anthony Vasquez anthony.vasquez@fortworthtexas.gov 817-201-1284 Fort Worth, TX, US 76102 Superintendent of Transportation Public Works, 2 years North Texas Municipal Water District - Jeffrey Gunter Jgunter@ntmwd.com 972-743-3159 Wylie, TX, US 7509 Facility Safety Representative/Water Operator III 10 years City of Corpus Christie- Public Works Pat A. patricea@cctexas.com 361-826-1699 Corpus Christi, TX, US 78415-4117 10+ years Guadalupe Road & Bridge Peggy Zwicke peggyz@Co.Guadalupe.TX.US (830) 303-4188, Ext. 1270 Admin. Asst. Seguin, TX 78155 5+ years Village of Ruidoso Gigi Dixon GigiDixon@ruidoso-nm.gov (575) 257-6023- Office Manager Ruidoso, NM, US 88345 5+ years Mount Prospect Park District Alexis Tantimonico atantimonico@mppd.org 847-956-6773 Parks & Planning Division Manager 847-956-6773 ext.451 Mt. Prospect, IL 60056 5+ years Silsbee Public Works Dept Tammy Kirkindall 409-385-3535 tammy@cityofsilsbee.com Public Works Secretary Silsbee TX 77656 5+ years 4 Value Add 3 Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. NSI has a full complement of Value Add Services and Solutions that are expected in the MRO industry, as well as a full offering of Value Add Services that separates us from the rest in providing second to none services and solutions. In-house product customization, inventory solutions, vending solutions, total crib management„ embedded and mobile services to include fire extinguisher inspections, fall protection inspections, fit testing, and many others. We also have a full line of equipment available for rental if needed. In addition we also offer programs for uniforms, boots and prescription eyewear. 4 Competitive Range 4 It may be necessary to establish a competitive range. Factors from the predetermined criteria will be used to make this determination. Responses not in the competitive range will not receive further award consideration. Region 4 ESC may determine establishing a competitive range is not necessary. 4 Past Performance 5 An Offeror's past performance and actions are relevant in determining whether or not the Offeror is likely to provide quality goods and services; the administrative aspects of performance; the Offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's businesslike concern for the interests of the customer may be taken into consideration when evaluating proposals, although not specifically mentioned in the RFP. Page 12 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 4 Additional Investigations 6 Region 4 ESC reserves the right to make such additional investigations as it deems necessary to establish the capability of any Offeror. 4 Supplier Response 7 Supplier must supply the following information for the Principal Procurement Agency to determine Supplier's qualifications to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners. 4 Brief history and description of Supplier to include experience providing similar products and 8 services. When Northern Safety joined the Wurth Group in 2015, we joined the worlds market leader in the MRO industry. We are able to provide our over 100,000 customers with over 1,000,000 products through over 4,000 different manufacturers. Operating in more than 80 countries, employing more than 77,000 employees with over $23 Billion dollars in sales, makes us one of the premier companies in the world. In an industry where there is not a one size fits all, we are able to provide each customer what they need based on the unique demand of that customer. We partner with some of the best manufacturers in the world and have experienced and knowledgeable sales staff to assist each customer based on their individual needs. 4 Total number and location of salespersons employed by Supplier. 9 Wurth NSI employs over 150 salespersons across the nation. 5 Number and location of support centers (if applicable) and location of corporate office. 0 Wurth NSI has over 110 locations across the nation. Included in this are 8 strategically located distribution centers with the remaining locations being support branches. Our corporate office is located in Frankfort, NY along with our Customer Service Center and Customization Center. 5 1 Annual sales for the three previous fiscal years. J$230000000001 L5 Annual sales for the three previous fiscal years. 2 J$210000000001 L35 Annual sales for the three previous fiscal years. J$195000000001 5 Indicate if supplier holds any certifications and include proof of such certification. 4 Minority Women Business Enterprise ❑ Yes 0 No L55 If yes, list certifying agency: I N/A 5 Indicate if supplier holds any certifications and include proof of such certification. 6 Small Business Enterprise (SBE) or Disadvantaged Business Enterprise ❑ Yes �r❑ No L75 If yes, list certifying agency: I N/A Page 13 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 5 Indicate if supplier holds any certifications and include proof of such certification. 8 Historically Underutilized Business (HUB) ❑ Yes 1 No 5 If yes, list certifying agency: 9 1 N/A 6 Indicate if supplier holds any certifications and include proof of such certification. U Historically Underutilized Business Zone Enterprise (HUBZone) ❑ Yes ❑ No 6 If yes, list certifying agency: 1 1 N/A 6 Indicate if supplier holds any certifications and include proof of such certification. 2 Other recognized diversity certificate holder ❑ Yes ❑ No 6 If yes, list certifying agency: 3 1 N/A 6 Contractor Relationships 4 List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority -owned standards. If any, list which certifications subcontractors hold and certifying agency. Examples of certified affiliates utilized for our current OMNIA Partners contract R192007 that will be utilized for this contract: Knight Safety and Industrial - VOSB, Nunns Solutions - WBE, ESG Supplies - MWBE. NSI is continuing to evaluate certified diverse companies to add to our Diverse Supplier Program. As mentioned, each company goes through a stringent vetting process to ensure participating agencies receive the highest level of service in accordance and compliance with the terms and conditions under this master agreement. Page 14 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 6 Describe how supplier differentiates itself from its competitors. 5 Most of the large national MRO companies like NSI, Grainger, Fastenal and MSC all have similar product breadth and supply chain capabilities. We are going to have access to the same core manufacturer partners and purchase our product offering at the same tier levels, making us all fairly competitive in the market place. With that, NSI separates ourselves from our competition in four key areas which are: Company Culture, Customer's Come First, Manufacturing our own products and our Value Add Services. 1. Company Culture: NSI values all of its employees and this shows in our overall tenure across the company. Every person is an integral part of our operations and no role is more important than the other. As an employee of NSI, a person can feel confident as they come to work each day that they matter and what they do on a daily basis, regardless of the task, is an important part to keeping NSI operating to take care of our customers. At NSI, we truly are a very large family that wants to provide an environment of personal growth and quality of life outside of work. 2. Customer's First: NSI's commitment to taking care of our customers is unparalleled in the industry. We give our customers a 100% satisfaction guarantee. If things aren't exactly the way you want them, we will quickly replace an item, issue a full credit, or give you a complete refund. A customers total satisfaction is our top priority.... period. 3. Manufacturing: NSI has been manufacturing our own brand of safety products for years. These are not products that are private labeled by another company, we actually manufacture them. This gives us a distinct advantage on controlling quality, adding additional features and providing a cost benefit to our customers without sacrificing on quality. Products are manufactured in ISO 9002 Registered facilities. In addition to manufacturing our own products, we do offer products private labeled for NSI that meets our specifications and are able to provide highly discounted prices for them. 4. Value Add Services: NSI takes great pride that we are truly that one stop shop that customers need to work toward vendor consolidation and driving down their costs to purchase. Our value-added services helps sets us apart and aids customers in achieving that goal. Another key differentiator for NSI that benefits Region 4 ESC/ OMNIA Public Partners and sets us apart from our competition is how we will market this co-operative contract. Most of our national competitors do not actively pursue to move their current public sector customer base utilizing other contract methods to OMNIA. They instead take a stance that this contract for them holds equal importance as their other contracts. They also do not actively look to add many accounts to their Account Managers base of accounts and have them market to an existing account base — leaving little room for organic expansion for OMNIA through their sales models. 6 Felony Conviction Notice 6 Indicate if the supplier: • is a publicly held corporation and this reporting requirement is not applicable; • is not owned or operated by anyone who has been convicted of a felony; or • is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. ❑ publicly held corp. & reporting is not applicable ,❑ not owned/operated by who has felony conviction ❑ is owned or operated by an individual(s) who has 6 Debarment or suspension actions 7 Describe any debarment or suspension actions taken against supplier. None to report Page 15 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 6 Distribution, Logistics 8 Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. NSI's proposal encompasses its entire product offering through catalog and sourcing items of more than 1,000,000 products in over 90 categories. Our breadth of product includes the routine needs to more specialized MRO products or services. We are committed to continually adding to our product depth with accessibility through our website. In addition to the requirements listed in this RFP, NSI is offering its complete catalog in all product categories. In addition, we are offering our full line of Technical Services and Solutions that offer both Embedded and Mobile services. Some of these services include: air sampling, emergency eye wash and shower inspections, fall protection inspections, fire extinguisher inspections, gas monitoring calibration and repairs, fit testing and many more. We also offer a full line of items available for rental to allow agencies the opportunity to utilize the needed item for a short term project without incurring the full cost of purchasing and maintaining that item. 6 Distribution 9 Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. NSI's company owned supply chain makes inventory available to our customer's on a just -in -time basis. NSI tailors our inventory to the highest demand products to ensure product is available for immediate same day shipment. We are able to ship around 98% of orders received before 4:00pm local time to our distribution locations. Using commercial carriers such as UPS and Fed Ex, most stock orders are received within 2-3 business days, well within the required time of 7 days that this RFP calls for. NSI also has other sources for emergency deliveries which requires additional fees. NSI's products and services are offered throughout the United States, the District of Columbia and US Territories. 7 Indicate if Offeror is licensed to do business in all 50 states. 0❑ Yes ❑ No 7 Distribution Describe how Participating Agencies are ensured they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. A contract is assigned a hierarchy number which contains all of the pertinent contract information including: pricing discounts, market basket items, market basket pricing, shipping terms, payment terms, special handling notes, and all other contract pertinent information. Once a Participating Public Agency provides NSI its OMNIA membership number, their account(s) are attached to the assigned hierarchy number which automatically feeds all appropriate contract information and settings required. The process to attach a Participating Agency to the contract will be completed within 24 hours of request. Typical response time to complete the request is 6 hours and can be completed at time of request if needed. Once a Participating Public Agency has provided NSI their OMNIA membership number and their account(s) have been attached to the hierarchy, they will be able to access their contract pricing through all of our ordering methods, including Walk In and Will Call orders at our Branches. 7 Logistics 2 Identifyall other companies that will be involved in processing, handling or shipping the rod u cts/services to the p p 9, 9 Pp� 9 P end user. All stocked orders will be completed by NSI from placement of order to order fulfillment at customer location. The only exceptions to this will be items that are drop shipped from the manufacturer direct to the customer. NSI partners with several manufacturers that drop -ship a number of items to our customers direct. Page 16 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 7 Logistics 3 Provide the number, size and location of Supplier's distribution facilities, warehouses and retail networks as applicable. Wurth NSI has a distribution network within Wurth North America consisting of over 110 locations across the country with 8 strategically located distribution centers. These distribution centers range in size from 110,000 square feet to over 400,000 square feet respectively. Locations are Frankfort, NY, Churchill, TN, Houston, TX, Louisville, KY, Fresno, CA, Flowery Branch, GA, Orlando, FL, and Commerce City, CO. 7 Marketing and Sales 4 Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: • Executive leadership endorsement and sponsorship of the award as the public sector go -to -market strategy within first 10 days. • Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners team within first 90 days. It is our goal to complete the implementation of the new Region 4 ESC/ OMNIA MRO contract in less than 90 days to make it as seamless and success to Region 4 ESC and all Participating Public Agencies. We recognize that a new contract award requires special focus and a disciplined approach to implementation for existing OMNIA members as well as future targets including NSI's current Public Sector customers affiliation to utilizing this contract method. Implementation/ Customer Transition Plan (Day 1 — Day 90) Day 1: Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services Contract Kickoff: Conference Call announcing award to NSI's Regional Leadership, Sales Force, Sales Operations and Sales Support outlining the final details of the contract. Communicate new contract terms to NSI's Sales Force and Sales Support teams to: o Review Pricing and Programs available under the new contract o Communication targeting potential Participating Public Agencies o Communication targeting Participating Public Agencies Conference call announcing award to NSI's Executives and outlining final details of contract Partner with Region 4 ESC/ OMNIA on an e-mail notification to current Participating Public Agency members notifying them of the new award. Align eligible current NSI Public Sector Customers to affiliate and participate with new contract. Customize and enhance current marketing material to promote the new Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract. Step 1: First 30 Days Position the new Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract with all current OMNIA Participating Public Agencies, transition eligible NSI's Public Sector Customer to both affiliate and participate with contract as well as targeted potential Participating Public Agency affiliations. Present the NSI Core Value Proposition Gain a thorough understanding of each customers overall procurement goals and initiatives and leverage the Region 4 ESC/ OMNIA MRO contracts products, pricings, services and solutions that meet customer goals and initiatives. Have instructions through website and marketing material to assist with the affiliation process as well as contract features and benefits. Step 2: Days 30-60 NSI Strategy based on customer needs Develop a Participating Public Agency strategy in conjunction with Region 4 ESC and OMNIA based on contract features and benefits and customer initiatives Engage all resources with NSI, Region 4 ESC and OMNIA for implementation of programs Affiliate new Participating Public Agencies by communication contract features and benefits o Target mutually agreed upon Agencies o Target internal high value targets o Introduction to Region 4 ESC/ OMNIA's contract with NSI o Start Affiliation Process Step 3: Days 60-90 Implement agreed upon strategy and continue to leverage strengths of Region 4 ESC/ OMNIA Maintenance, Repair and Operations (MRO) Supplies and Related Services contract Implement programs for Participating Public Agencies Engage all resources needed to execute strategies to include contract affiliation, enrollment process with NSI, training — both internal and customer focused on contract features and benefits Continue to drive growth to reach revenue goals for both Region 4 ESC/ OMNIA and NSI 7 90-day Plan 5 Provide a detailed ninety -day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: • Creation and distribution of a co -branded press release to trade publications Page 17 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 • Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days. • Design, publication and distribution of co -branded marketing materials within first 90 days • Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier -specific trade shows, conferences and meetings throughout the term of the Master Agreement • Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. • Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement • Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) • Dedicated OMNIA Partners internet web -based homepage on Supplier's website with: •OMNIA Partners standard logo; •Copy of original Request for Proposal; •Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; •Summary of Products and pricing; •Marketing Materials •Electronic link to OMNIA Partners' website including the online registration page; •A dedicated toll -free number and email address for OMNIA Partners NSI's 90 Day Roll Out Plan consists of three phases: Phase One: Execute Contract Affiliation, Documentation & Marketing (First 30 Days) Goal: Leverage the value of OMNIA Partners contract, obtain and sign Affiliation documents and activate contract terms through NSI's Government Sales force, digital marketing and trade publications. NSI will target current OMNIA Partners entities to market the new master agreement leveraging the contract's value and opportunities to drive down costs. NSI's Government team will prioritize NSI's current OMNIA contract participants and transition them through the affiliation process for participation. NSI will target other entities currently not participating under the OMNIA Partners contracts or have any OMNIA Partners affiliation. Region 4 ESC and OMNIA Partners Implementation Kick-off: NSI Resources: NSI Leadership Team, OMNIA Sales Team, Regional Sales Managers, Account Managers; Sales Support & Operations Team, Marketing Team NSI Action Items Conduct conference calls with NSI Leadership with details of the OMNIA Partners Public Sector agreement and implementation plan. The agenda includes an overview of the products and services NSI will provide Members. Conduct conference calls with NSI's Sales Force. Training will be rolled out regionally, with endorsement from NSI and OMNIA Partners training department, to all NSI and OMNIA Partner team members. NSI's participants include all sales and operations personnel. Execute Co -branded Marketing Plan to educate customers on the benefits of the new Master Agreement. Distribute the co -branded press release, profiling the Agreement's values. NSI and OMNIA Partners will identify a targeted list of publications for the press release and other communications. Activate OMNIA Partners online portal as a tool to educate customers on the contract, tools and resources to assist in the Affiliation process. Execution for OMNIA Partners Existing and New Participating and Prospective Members NSI will utilize its sales force to promote and launch the contract through email, phone and face to face meetings in with OMNIA members and all NSI public sector customers. Engage and market to prospective customers on the benefits of the new OMNIA Partners agreement. Co -brand marketing material created and delivered through NSI website and other media channels. Lead regional calls between NSI and OMNIA Partners to review affiliation progress, new targets and customer satisfaction. Work in conjunction with OMNIA Partners to identify trade shows, conferences or publications to market the new agreement. Activate pricing for affiliated customers within 24 hours of affiliation to new contract. PHASE TWO: Identifying and Executing Cost Savings Solutions (Days 30-60) Goal: Understand individual customer's goals and initiatives to allow NSI to leverage the OMNIA agreement. NSI will work with OMNIA members to understand their goals, initiatives and align resources to identify cost savings and valued add solutions. Leverage sales tools and internal CRM to ensure NSI is touching all potential contacts within each customer to explain the benefits of the Master Agreement. Conduct Business Reviews to review cost savings and define objectives. Phase THREE: Ongoing Implementation with OMNIA Partners (Days 60-90 and ongoing) Goal: Evaluate initial benchmarks and refine based on newly identified opportunities. Maintain program marketing, including participating in OMNIA events, trade shows, conferences and other venues to promote the contract. Facilitate monthly regional calls between NSI and OMNIA Partners field sales to review affiliations, new targets and opportunities for improvement. Refine the marketing plan between NSI and OMNIA Partners targeting customers for solutions and value in the Master Agreement Page 18 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 7 Transition 6 Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. NSI currently holds two National Cooperatives with NASPO ValuePoint with PA's executed in multiple states. NSI also holds several regional and local agency specific contracts. NSI will look to leverage the OMNIA contract with all current NSI Cooperative participating customers as well as transition all local based contract customers to OMNIA Master Agreement. NSI receives a high amount of open market purchases from public agencies across the nation. These customers who purchase through open market will be immediately contacted to affiliate and utilize the OMNIA Master Agreement. Sales Strategy: (Speed to Sales) These phases can be worked concurrently with Implementation Plan Phase 1 (Starting from Contract Award Announcement/ Ongoing) Align current NSI customers with current OMNIA members for contract alignment Align high value targets to inside/outside sellers Accounts without Account Manager coverage to receive general contract marketing for contract participation and coverage by Sales Support. Phase 2 (Starting from Contract Award Announcement/ Ongoing) Align current NSI customers who are not current OMNIA members to OMNIA contract to Rep sales decks (Inside/Outside) Customers without sales coverage Phase 3 (Starting from Day 1 from contract start date — Ongoing) Align current OMNIA members who are not current NSI customers to utilizing NSI High Value Targets based on Sales coverage (Inside/Outside) All other OMNIA members that would not have sales coverage Phase 4 (Starting from Day 60 from contract start date — Ongoing) Expand contract participation to customers who are not currently OMNIA members or NSI customers. High Value Targets based on internal sales spend data sources and Sales coverage (Inside/Outside) High Value Targets in markets not currently covered but could be by Inside sellers 7 Logo 7 Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. 1 Yes ❑ No 7 Sales 8 Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Supplier's sales initiatives should communicate: • Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency • Best government pricing • No cost to participate • Non-exclusive ❑ Yes ❑ No 7 Training 9 Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: • Key features of Master Agreement • Working knowledge of the solicitation process • Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners • Knowledge of benefits of the use of cooperative contracts ,❑ Yes ❑ No Page 19 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 8 Responsibility U Provide the name, title, email and phone number for the person(s), who will be responsible for: • Executive Support • Marketing • Sales • Sales Support • Financial Reporting • Accounts Payable • Contracts Exec: Mike Steward - Chief Commercial Officer - mstewart@northernsafety.com 315-793-4900 Marketing: Kathy Pezzulo - VP of Marketing - kpezzulo@northernsafety.com 315-793-4900 Sales: Steven Lanahan - Dir of Government Sales - slanahan@northernsafety.com - 315-793-4900 Sales Support: Kristy Taurisani - Government Support - kaurisani@northernsafety.com Financial Reporting: Chris Haggerty - Sales Intelligence Project Manager - chaggerty@northernsafety.com Accounts Payable: AP Team - accountspayable@northernsafety.com 315-793- 4900 Contracts: Steven Lanagan - Dir of Government Sales - slanahan@northernsafety.com 315-793-4900 8 Sales Force Describe in detail how Supplier's national sales force is structured, including contact information for the highest - level executive in charge of the sales team. Our highest level Executive in charge of the sales team is Mike Stewart, CCO and EVP of Sales and Executive sponsor of executing a Master Agreement with Region 4 ESC & OMNIA Partners, Public Sector. Each Region has a Regional Vice President over Sales and Operations that reports directly to our Vice President of Business Development. Our Regional Sales Managers report to the Regional Vice President and has a staff of Field Account Managers that report directly to them. Each Regional Executive leads a team of Regional Sales Managers. The Regional Sales Managers in turn lead a highly trained team of experienced Field Account Managers. Beyond the Account Managers, any customer can contact our team of Sales Support Representatives who support our Account Managers. Customers can also contact our Customer Service Representatives for placing orders, getting quotes or other general needs. Page 20 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 8 Implementation 2 Explain in detail how the sales teams will work with the OM IA Partners team to implement, grow and service the national program. NSI's primary contact, the Director of Government Sales will coordinate and manage the following efforts: Transition current OMNIA members that are also NSI customers to alignment of Master agreement • Transition current NSI customers who are not current OM IA members to OM IA memberships and Master Agreement participation. • Transition current OMNIA members who are not current NSI customers to contract affiliation and aligned to the Master Agreement hierarchy. • Marketing to prospects who are neither OMNIA members or current NSI customers to OMNIA membership and with NSI for contract affiliation and participation. • Conduct regularly scheduled meetings with Region 4 ESC and OM IA Partners team, as well as our account teams to ensure open communication and effective deployment of our implementation strategy. Facilitate monthly regional calls between NSI and OM IA Partners field sales to review affiliations, new targets and opportunities for improvement and growth. NSI will work with OMNIA to share new developments that will benefit public sector customers. • Participate with Business Reviews with both Region 4 ESC and OM IA Partners, Public Sector to review reporting and align future objectives. • Participate with Business Reviews with OMNIA Partners Field Sellers on a quarterly basis, discussing Key Performance Indicators and action items for increased performance levels needed on either side. • Review joint marketing efforts between OMNIA Partners and NSI, reviewing success matrix's, enhancing if needed for high success rates, and continue to target prospective customers. • Participate in trade shows, conferences and other events to promote NSI Master Agreement. • Review OMNIA members utilization of Value -Added services and collaborate on marketing strategies targeting our Value Adds. • Facilitate and joint calls with OMNIA Partners Field Sales with NSI Field Account Managers for targeted high value customers. • Facilitate Regional conference calls with OM IA Partners Field Sales and Regional Sales teams to discuss successes, challenges and strategies going forward. • Conduct quarterly random customer surveys to grade on multiple factors including but not limited to: sales experience, pricing structure, quoting experience, ordering experience, delivery experience, customer service experience and what would they like to see made available through NSI that they have had to seek other sources for. Include performance matrix and copies of surveys to OMNIA Partners Field Sellers during QBR's as well as Region 4 ESC and OM IA Partners, Public Sector during business reviews. 8 Program Management 3 Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. NSI's National Government Contract Manager will be serving as the main point of contact and will manage the overall national program. It was be managed in partnership with the Director of Government sales jointly directing our marketing strategies and sales efforts with OM IA Partners. NSI will affiliate requests from public agencies for participation within 24 hours. Typical activation time is 6 hours and can be completed at time of request if needed. This accessibility in response time will allow agencies to achieve their purchasing needs with ease of mind they are receiving their contract pricing. Page 21 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 8 Supplier's Customer List 4 State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. With NSI being a privately owned company, sales information is proprietary in character. With that, NSI can affirm and attest that it has several thousand public agencies that actively purchase from us. These agencies have purchased through national cooperative contracts, regional cooperative contracts, local contracts and open market. It is NSI's full intent to market to and transition all of our current purchasing public agencies to utilizing the OMNIA Master Agreement. NSI is providing references as requested in Tab 4, Qualifications and Experience. NSI can provide additional reference if requested upon Master Agreement award. *** All sales volumes are reported to OMNIA under Contract R192007 North Charleston Sewer Janet Allman 843-764-3072 purchasing@ncsd.sc.gov North Charleston, SC, US 29419-3009 Purchasing Department 20+ years Berkeley County EMS James Anderson 843-925-1059 james.anderson@berkeleycountysc.gov Moncks Corner, SC, US 29461 EMS battalion chief 15 years City of Charlotte Eric Nachamie enachamie@ci.charlotte.nc.us 704-336-7810 Charlotte, NC, US 28202- 2816 Administration 20+ years City of Ft Worth - TPW Department Anthony Vasquez anthony.vasquez@fortworthtexas.gov 817-201-1284 Fort Worth, TX, US 76102 Superintendent of Transportation Public Works, 2 years North Texas Municipal Water District - Jeffrey Gunter Jgunter@ntmwd.com 972-743-3159 Wylie, TX, US 7509 Facility Safety Representative/Water Operator III 10 years City of Corpus Christie- Public Works Pat A. patricea@cctexas.com 361-826-1699 Corpus Christi, TX, US 78415-4117 10+ years Guadalupe Road & Bridge Peggy Zwicke peggyz@Co.Guadalupe.TX.US (830) 303-4188, Ext. 1270 Admin. Asst. Seguin, TX 78155 5+ years Village of Ruidoso Gigi Dixon GigiDixon@ruidoso-nm.gov (575) 257-6023- Office Manager Ruidoso, NM, US 88345 5+ years Mount Prospect Park District Alexis Tantimonico atantimonico@mppd.org 847- 956-6773 Parks & Planning Division Manager 847-956-6773 ext.451 Mt. Prospect, IL 60056 5+ years Silsbee Public Works Dept Tammy Kirkindall 409-385-3535 tammy@cityofsilsbee.com Public Works Secretary Silsbee TX 77656 5+ years 8 System Capabilities and Limitations 5 Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. NSI customers can choose to order through multiple methods. They can choose to order through our website northernsafety.com, place an EDI order or purchase through a procurement solution such as SAP, Oracle or Ariba. NSI Mobile Capabilities: NSI End -Users have access to NSI's mobile friendly website no matter the location or job site. Using our mobile friendly allows end users to log into their account, view pricing, place orders — all of the functionality that they would at a desktop. Our eProcurement capabilities offers the ability to integrate our general catalog and buying processes with an end -users purchasing systems. 8 Projected Sales Year One 6 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 col 8 Projected Sales Year Two 7 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 $01 Page 22 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 8 Projected Sales Year Three 8 Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. 1 $01 8 Any portion of the response that should not be available on the website should be included on 9 Appendix B Terms & Conditions Acceptance Form. 9 Provide Offeror's expertise in working with public sector and understanding of the unique technical U regulatory requirements. In the government sector, NSI understands the values and processes associated with public procurement. NSI is dedicated to and focused on government agencies and helping them drive down their costs to purchase. We understand the budgetary processes that agencies rely on and the competitive and transparency requirements related to acquiring goods and services. We align the needs for compliance of the public sector with delivering MRO products and services across the wide span of governmental responsibilities to agencies both small and large. With NSI's experience and relationship with suppliers, we remain a steadfast partner in delivering expeditious responses and proven reliability when called upon. With our history in the public sector and experience as a trusted supplier, we embrace the opportunity to form a devoted relationship with Region 4 ESC/ OMNIA and serve all Public Participating Agencies above and beyond their expectations. 9 General Terms and Conditions Respondent agrees to comply with the General Terms and Conditions provided as an attachment to this online bid event. Any deviations to the General Terms and Conditions may be provided using the procedures set forth in the attribute pertaining to deviations. 211 certify compliance with this attribute. 9 Felony Conviction Notification 2 State of Texas Legislative Senate Bill No. 1 Section 44.034, Notification of Criminal History, Subsection (a), states "a person or business entity that enters into an agreement with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony". Subsection (b) states "a school district may terminate the agreement with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a), or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract". Subsection (c) states "this section does not apply to a publicly held corporation". Use the checkbox associated with this item to identify your status as it relates to this legal requirement. 1 Non -Felon - person/owner IS NOT a convicted felon ❑ Not Applicable -firm is a publicly held corporation ❑ Felon - person/owner IS a convicted felon 9 Name of Felon and Nature of Felony, if applicable 3 If response to previous attribute was "Felon - person/owner IS a convicted felon", vendor shall give the name of the felon and details of conviction. If you did not answer "Felon - person/owner IS a convicted felon" in the previous question, type "N/A" in the respective field. I N/A Page 23 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 9 Criminal History Records Review of Certain Contract Employees 4 Texas Education Code Chapter §22.0834 requires that criminal history records be obtained regarding covered employees of entities that contract with a school entity in Texas to provide services for that school entity ("Contractors") and entities that contract with school entity contractors ("Subcontractors"). Covered employees with disqualifying criminal histories are prohibited from serving at a school entity. Contractors/Subcontractors contracting with a school entity shall (1) maintain compliance with the requirements of Texas Education Code Chapter 22 to the school entity; and (2) require that each of their subcontractors complies with the requirements of Texas Education Code Chapter 22. Contractors performing work at a school entity in Texas must comply with these statutes. Covered eMDlovees: Employees of a Contractor/Subcontractor who have or will have continuing duties related to the service to be performed at a school entity and have or will have direct contact with students. The school entity will be the final arbiter of what constitutes continuing duties and direct contact with students at their school. 211 certify compliance with this attribute. 9 Historically Underutilized Business (HUB) Certification 5 Businesses that have been certified by the Texas Building and Procurement Commission (TBPC) or other qualified agency as Historically Underutilized Business (HUB) entities are encouraged to indicate their HUB status when responding to this proposal invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. Select one of the available options: OPTION A: My business has NOT been certified as HUB. OPTION B: I certify that my business has been certified as a Historically Underutilized Business (HUB), and I have/will upload the certification information into the "Response Attachments" Tab located in this online bidding event. ,/❑ OPTION A 1 OPTION B Page 24 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 Disclosure of Interested Parties 9 6 Texas state law requires the Disclosure of Interested Parties be filed with a public entity, including regional service centers and school districts, for any contract which: (1) requires an action or vote by the governing body; or (2) has a value of $1 million or more; or (3) for any services provided that would require an individual to register as a lobbyist under TX Gov't Code Chapter 305. NOTE: This form is not required if the vendor is a publicly -traded business entity, including a wholly -owned subsidiary of the business entity (a company in which ownership is dispersed among the general public via shares of stock which are traded via at least one stock exchange or over-the-counter market). If you are required by law to submit this form, it must be completed online at the Texas Ethics Commission website. Obtain a numbered certificate and click the link below to access the instructions and to complete this required form. Upon completion, vendors required to submit the form must attach it to the proposal via the "Response Attachments" Tab. Click here to complete the form on the Texas Ethic Commission's 1295 Form webaaae. Please note: The District must verify receipt of all required 1295 forms received within 30 days on the Texas Ethics Commission website. This verification does not indicate a contract award. Contract awards will be issued via direct communication from the AISD Purchasing Department. A contract requiring a Disclosure of Interested Parties form is voidable at any time if: (1) the governmental entity or state agency submits to the business entity written notice of the business entity's failure to provide the required disclosure; and (2) the business entity fails to submit to the governmental entity or state agency the required disclosure on or before the 10th business day after the date the business entity receives the written notice. IF UNDER LAW YOU ARE EXEMPT FROM SUBMITTING THIS 1295 FORM, PROPOSERS MUST SUBMIT A DOCUMENT THAT SHOWS PROOF OF THIS EXEMPTION. ENTITY TYPES THAT ARE EXEMPT AND SHOULD ATTACH THIS PROOF ARE LISTED IN STATUE AS: • a sponsored research contract of an institution of higher education; • an interagency contract of a state agency or an institution of higher education; • a contract related to health and human services if: • the value of the contract cannot be determined at the time the contract is executed; and • any qualified vendor is eligible for the contract; • a contract with a publicly traded business entity, including a wholly owned subsidiary of the business entity; • a contract with an electric utility, as that term is defined by Section 31.002, Utilities Code; or • a contract with a gas utility, as that term is defined by Section 121.001, Utilities Code. 211 certify compliance with this attribute. Page 25 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Conflict of Interest Questionnaire 9 7 Region 4 Education Service Center (Region 4) is required to comply with Texas Local Government Code Chapter 176, Disclosure of Certain Relationships with Local Government Officers. House Bill 23 significantly changed Chapter 176 as well as the required disclosures and the corresponding forms. As of September 1, 2015, any vendor who does business with Region 4 or who seeks to do business with Region 4 must fill out the new Conflict of Interest Questionnaire (CIQ) if a conflict of interest exists. A conflict of interest exists in the following situations: 1) If the vendor has an employment or other business relationship with a local government officer of Region 4 or a family member of the officer, as described by section 176.003(a)(2)(A) of the Texas Local Government Code; or 2) If the vendor has given a local government officer of Region 4, or a family member of the officer, one or more gifts with the aggregate value of $100, excluding any gift accepted by the officer or a family member of the officer if the gift is: (a) a political contribution as defined by Title 15 of the Election Code; or (b) a gift of food accepted as a guest; or 3) If the vendor has a family relationship with a local government officer of Region 4. "Vendor" means a person who enters or seeks to enter into a contract with a local governmental entity. The term includes an agent of a vendor. The term includes an officer or employee of a state agency when that individual is acting in a private capacity to enter into a contract. The term does not include a state agency except for Texas Correctional Industries. Texas Local Government Code 176.001(7). "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Texas Local Government Code 176.001(3). "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Texas Local Government Code 176.001(2-a). "Local government officer" means: (A) a member of the governing body of a local governmental entity; (B) a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or (C) an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. Texas Local Government Code 176.001(4). Individuals serving as a Member of the Board of Directors, the Executive Director, Cabinet Members, and other local government officers may be found at: htti3s://www.esc4.net/about/about-reaion-4. For additional information on Conflict of Interest Questionnaire, and the statutes that mandate it, please visit the following links: Texas Local Government Code. Section 176 Texas House Bill 23 A blank Conflict of Interest Questionnaire is available by clicking: httDs://www.ethics.state.tx.us/data/forms/conflict/CIQ.r)df. If your firm is required to return a completed Conflict of Interest Questionnaire with your proposal submission, use the "Response Attachments" Tab to upload the completed document. 211 certify compliance with this attribute. Page 26 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 9 Entities that Boycott Israel 8 Pursuant to Chapter 2271 of the Texas Government Code, the Respondent hereby certifies and verifies that neither the Respondent , nor any affiliate, subsidiary, or parent company of the Respondent , if any (the "Respondent Companies"), boycotts Israel, and the Respondent agrees that the Respondent and Respondent Companies will not boycott Israel during the term of this Agreement. For purposes of this Agreement, the term "boycott' shall mean and include refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. EXCEPTIONS: Clause only applies to contracts and contractors that meet the following criteria: (i) Respondent is not a sole proprietorship; (ii) with 10 or more full-time employees; and (iii) with a contract to be paid a value of $100,000 or more wholly or partially from public funds of the governmental entity. 211 certify compliance with this attribute. 9 Foreign Terrorist Organizations 9 Section 2252.152 of the Texas Government Code prohibits Region 4 ESC from awarding a contract to any person who does business with Iran, Sudan, or a foreign terrorist organization as defined in Section 2252.151 of the Texas Government Code. Respondent certifies that it not ineligible to receive the contract. 0 I certify compliance with this attribute. 1 Firearm Entities and Trade Associations Discrimination 0 0 Respondent verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. APPLICABILITY: This clause applies only to a contract that: (1) is between a governmental entity and a company with at least 10 full-time employees; and (2) has a value of at least $100,000 that is paid wholly or partly from public funds of the governmental entity. EXCEPTIONS: This clause is not required when a state Agency: (1) contracts with a sole -source provider; or (2) does not receive any bids from a company that is able to provide the written verification required by Section 2274.002(b) of the Texas Government Code. 211 certify compliance with this attribute. 1 Energy Company Boycott Prohibited 0 Respondent represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott 1 energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. EXCEPTIONS: Clause only applies to contracts and contractors that meet the following criteria: (i) a "company" within the definitions of Section 2274.001(2) of the Tex. Gov't Code; (ii) with 10 or more full-time employees; and (iii) with a contract to be paid a value of $100, 000 or more wholly or partially from public funds of the governmental entity. 211 certify compliance with this attribute. 1 Critical Infrastructure Affirmation 0 Pursuant to Government Code Section 2274.0102, Respondent certifies that neither it nor its parent company, nor 2 any affiliate of Respondent or its parent company, is: (1) majority owned or controlled by citizens or governmental entities of China, Iran, North Korea, Russia, or any other country designated by the Governor under Government Code Section 2274.0103, or (2) headquartered in any of those countries. EXCEPTION: Clause only applies to solicitations and contracts in which the contractor would be granted direct or remote access to or control of critical infrastructure, as defined by Section 2274.0101 of the Texas Government Code, in this state, other than access specifically allowed for product warranty and support purposes. The Governor of the State of Texas may designate countries as a threat to critical infrastructure under Section 2274.0103 of the Texas Government Code. Agencies should promptly add any country that is designated by the Governor to this clause." 0 I certify compliance with this attribute. Page 27 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 1 Open Records Policy U All proposals, information and documents submitted are subject to the Public Information Act requirements 3 governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: OPTION A: We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. OPTION B: We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act and these requested exemptions are uploaded into the "Response Attachments" Tab located in this online bidding event. (Note: Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confidential and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) 0 OPTION A - No proprietary information ❑ OPTION B - Proprietary information marked 1 Consent to Release Proposal Tabulation U Notwithstanding anything explicitly and properly declared as Confidential or Proprietary Information to the contrary, 4 by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the District may publicly release, including posting on the public Region 4 ESC and/or OMNIA Partners website(s), a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), unit price(s), hourly labor rate(s), or other specified pricing; and Vendor award notice information. 211 certify compliance with this attribute. Page 28 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Contracting Information 1 0 5 1 0 6 1 0 7 If Vendor is not a governmental body and (a) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC; or (b) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC in a fiscal year of REGION 4 ESC, the following certification shall apply; otherwise, this certification is not required. As required by Tex. Gov't Code § 552.374(b), the following statement is included in the RFP and the Agreement (unless the Agreement is (1) related to the purchase or underwriting of a public security; (2) is or may be used as collateral on a loan; or (3) proceeds from which are used to pay debt service of a public security of loan): "The requirements of Subchapter J, Chapter 552, Government Code, may apply to this RFP and Agreement and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter." Pursuant to Subchapter J, Chapter 552, Texas Government Code, the Vendor hereby certifies and agrees to (1) preserve all contracting information related to this Agreement as provided by the records retention requirements applicable to REGION 4 ESC for the duration of the Agreement; (2) promptly provide to REGION 4 ESC any contracting information related to the Agreement that is in the custody or possession of the Vendor on request of REGION 4 ESC; and (3) on completion of the Agreement, either (a) provide at no cost to AISD all contracting information related to the Agreement that is in the custody or possession of Vendor, or (b) preserve the contracting information related to the Agreement as provided by the records retention requirements applicable to REGION 4 ESC. 211 certify compliance with this attribute. Anti -Trust Certification Statement Vendor affirms under penalty of perjury of the laws of the State of Texas that: (1) 1 am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company have violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company have violated any federal antitrust law; and (4) Neither I nor any representative of the Company have directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. ,❑ I certify compliance with this attribute. Federal Rule (A) - Contract Term Violations (A) Contracts for more than the simplified acquisition threshold currently set at $250,000 (2 CFR §200.320), 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 federal funds are expended by Region 4 ESC, Region 4 ESC 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. 211 certify compliance with this attribute. Page 29 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 1 0 8 1 0 9 Federal Rule (B) - Termination Conditions (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 federal funds are expended by REGION 4 ESC, REGION 4 ESC reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Vendor, in the event vendor fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order, (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation; (4) to the greatest extent authorized by law, if an award no longer effectuates the program goals or priorities of the Federal awarding agency or REGION 4 ESC. REGION 4 ESC also reserves the right to terminate the contract immediately, with written notice to vendor, for convenience, if REGION 4 ESC believes, in its sole discretion that it is in the best interest of REGION 4 ESC to do so. The vendor will be compensated for work performed and accepted and goods accepted by REGION 4 ESC as of the termination date if the contract is terminated for convenience of REGION 4 ESC. Any award under this procurement process is not exclusive and REGION 4 ESC reserves the right to purchase goods and services from other vendors when it is in the best interest of REGION 4 ESC. 211 certify compliance with this attribute. Federal Rule (C) - Equal Employment Opportunity (C) 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 FR 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." It is the policy of REGION 4 ESC not to discriminate on the basis of race, color, national origin, gender, limited English proficiency or disabling conditions in its programs. Vendor agrees not to discriminate against any employee or applicant for employment to be employed in the performance of this Contract, with respect to hire, tenure, terms, conditions and privileges of employment, or a matter directly or indirectly related to employment, because of age (except where based on a bona fide occupational qualification), sex (except where based on a bona fide occupational qualification) or race, color, religion, national origin, or ancestry. Vendor further agrees that every subcontract entered into for the performance of this Contract shall contain a provision requiring non-discrimination in employment herein specified binding upon each subcontractor. Breach of this covenant may be regarded as a material breach of the Contract. Pursuant to Federal Rule (C) and the requirements stated above, when federal funds are expended by REGION 4 ESC on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. ,❑ I certify compliance with this attribute. Page 30 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Federal Rule (D) - Davis Bacon Act/Copeland Act (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 federal funds are expended by REGION4 ESC, during the term of an award for all contracts and subgrants for construction or repair, the vendor will be in compliance with all applicable Davis -Bacon Act provisions. 211 certify compliance with this attribute. Federal Rule (E) - Contract Work Hours and Safety Standards Act (E) (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act. 0 I certify compliance with this attribute. Federal Rule (F) - Rights to Inventions Made Under a Contract or Agreement (F)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 REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. 211 certify compliance with this attribute. Page 31 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Federal Rule (G) - Clean Air Act/Federal Water Pollution Control Act (G) The 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). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the vendor certifies that the vendor will be in compliance with 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 (Pub. L. 94-163, 89 Stat. 871). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process in excess of $100,000, the vendor certifies that the vendor is in compliance with all applicable standards, orders, regulations, and/or requirements 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. Pursuant to Federal Rule (G) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. 211 certify compliance with this attribute. Federal Rule (H) - Debarment and Suspension (H) (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide 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 REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor 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 or by the State of Texas. Vendor shall immediately provide written notice to REGION 4 ESC if at any time the vendor learns that this certification was erroneous when submitted or has become erroneous by reason of changed circumstances. REGION 4 ESC may rely upon a certification of a vendor that the vendor is not debarred, suspended, ineligible, or voluntarily excluded from the covered contract, unless REGION 4 ESC knows the certification is erroneous. ,❑ I certify compliance with this attribute Page 32 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Federal Rule (1) - Byrd Anti -Lobbying Amendment (1) (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 (1) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term and after the awarded term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that it is in compliance with all applicable provisions of the Byrd Anti - Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certificate is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 211 certify compliance with this attribute. Federal Rule (J) - Procurement of Recovered Materials (J) When federal funds are expended by REGION 4 ESC, REGION 4 ESC and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include: (1) procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring solid waste management services in a manner that maximizes energy and resource recovery; and (3) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Pursuant to Federal Rule (J) above, when federal funds are expended REGION 4 ESC, as required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. § 6962(c)(3)(A)(i)), the vendor certifies, by signing this document, that the percentage of recovered materials content for EPA -designated items to be delivered or used in the performance of the contract will be at least the amount required by the applicable contract specifications or other contractual requirements. ,❑ I certify compliance with this attribute. Page 33 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 1 Federal Rule (K) - Prohibition on certain Telecom and Surveillance Service and Equipment 1 (K) ALIEF ISD, as a non-federal entity, is prohibited from obligating or expending Federal financial assistance, to 7 include loan or grant funds, to: (1) procure or obtain, (2) extend or renew a contract to procure or obtain, or (3) enter into a contract (or extend or renew a contract) to procure or obtain, equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system. Covered telecommunications equipment is telecommunications equipment produced Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) and physical security surveillance of critical infrastructure and other national security purposes, and video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) for the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes detailed in 2 CFR § 200.216. The Respondent certifies that it will not purchase equipment, services, or systems that use covered telecommunications, as defined herein, as a substantial or essential component of any system, or as critical technology as part of any system. 211 certify compliance with this attribute. 1 Federal Rule (L) - Buy American Provisions 1 8 (L) As appropriate and to the extent consistent with law, REGION 4 ESC has a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, including but not limited to iron, aluminum, steel, cement, and other manufactured products, when spending federal funds. Vendor agrees that the requirements of this section will be included in all subawards including all contracts and purchase orders for work or products under this award, to the greatest extent practicable under a Federal award. Purchases that are made with non-federal funds or grants are excluded from the Buy American Act. Vendor certifies that it is in compliance with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must still follow the applicable procurement rules calling for free and open competition. "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 0 I certify compliance with this attribute 1 Federal Rule - Required Affirmative Steps for Small, Minority, And Women -Owned Firms for Contracts 1 Paid for with Federal Funds When federal funds are expended by REGION 4 ESC, Vendor is required to take all affirmative steps set forth in 2 CFR 200.321 to solicit and reach out to small, minority and women owned firms for any subcontracting opportunities on the project, including: 1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. ❑ I certify compliance with this attribute. Page 34 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 1 Federal Rule - Federal Record Retention 2 0 When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the vendor certifies that it will comply with the record retention requirements detailed in 2 CFR §200.334. The vendor further certifies that vendor will retain all records as required by 2 CFR §200.334 for a period of five (5) years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Vendor agrees that REGION 4 ESC, Inspector General, Department of Homeland Security, FEMA, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to any books, documents, papers and records of Vendor, and its successors, transferees, assignees, and subcontractors that are directly pertinent to the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Vendor agrees to provide the FEMA Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the Contract. 211 certify compliance with this attribute. 1 Federal Rule - Profit Negotiation 2 For purchases using Federal funds in excess of $250,000, REGION 4 ESC may be required to negotiate profit as a 1 separate element of the price. (See 2 CFR 200.324(b)). When required by REGION 4 ESC, Vendor agrees to provide information relating to profitability of the given transaction and itemize the profit margin as a separate element of the price. 0 I certify compliance with this attribute. 1 Federal Rule - Solid Waste Disposal Act 2 A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must 2 comply with section 6002 of the Sold Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceed $10,000; procuring sold waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. (78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014.) Pursuant to this federal rule, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of all contracts resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in this paragraph. 211 certify compliance with this attribute. Page 35 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 1 Federal Rule - Never Contract with the Enemy — 2 C.F.R. § 200.215 2 When federal funds are expended by REGION 4 ESC for grant and cooperative agreements, or any contract 3 resulting from this procurement process, that are expected to exceed $50,000 within the period of performance, and are performed outside of the United States, including U.S. territories, to a person or entity that is actively opposing United States or coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities, REGION 4 ESC will terminate any grant or cooperative agreement or contract resulting from this procurement process as a violation of Never Contract with the Enemy detailed in 2 CFR Part 183. The vendor certifies that it is neither an excluded entity under the System for Award Management (SAM) nor Federal Awardee Performance and Integrity Information System (FAPIIS) for any grant or cooperative agreement terminated due to Never Contract with the Enemy as a Termination for Material Failure to Comply. AISD has a responsibility to ensure no Federal award funds are provided directly or indirectly to the enemy, to terminate subawards in violation of Never Contract with the Enemy, and to allow the Federal Government access to records to ensure that no Federal award funds are provided to the enemy. 211 certify compliance with this attribute. 1 Applicability to Subcontractors 2 4 Vendor agrees that all contracts it awards pursuant to this procurement action shall be bound by the terms and conditions of this procurement action. 0 I certify compliance with this attribute. 1 Compliance with the Energy Policy and Conservation Act 2 5 When REGION 4 ESC expends federal funds for any contract resulting from this procurement process, Vendor 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). 211 certify compliance with this attribute. Page 36 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 Indemnification 1 2 6 Acts or Omissions Vendor shall indemnify and hold harmless Region 4, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES arising out of, or resulting from any acts or omissions of the Vendor or its agents, employees, subcontractors, Order Fulfillers, or suppliers of subcontractors in the execution or performance of the Contract and any Purchase Orders issued under the Contract. Infrinaements a) Vendor shall indemnify and hold harmless Region 4 and Customers, AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES from any and all third party claims involving infringement of United States patents, copyrights, trade and service marks, and any other intellectual or intangible property rights in connection with the PERFORMANCES OR ACTIONS OF VENDOR PURSUANT TO THIS CONTRACT. VENDOR AND THE CUSTOMER AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. b) Vendor shall have no liability under this section if the alleged infringement is caused in whole or in part by: (i) use of the product or service for a purpose or in a manner for which the product or service was not designed, (ii) any modification made to the product without Vendor's written approval, (iii) any modifications made to the product by the Vendor pursuant to Customer's specific instructions, (iv) any intellectual property right owned by or licensed to Customer, or (v) any use of the product or service by Customer that is not in conformity with the terms of any applicable license agreement. c) If Vendor becomes aware of an actual or potential claim, or Customer provides Vendor with notice of an actual or potential claim, Vendor may (or in the case of an injunction against Customer, shall), at Vendor's sole option and expense; (i) procure for the Customer the right to continue to use the affected portion of the product or service, or (ii) modify or replace the affected portion of the product or service with functionally equivalent or superior product or service so that Customer's use is non -infringing. Taxes/Workers' Comoensation/Unemalovment Insurance — Includina Indemnitv a) VENDOR AGREES AND ACKNOWLEDGES THAT DURING THE EXISTENCE OF THIS CONTRACT, VENDOR SHALL BE ENTIRELY RESPONSIBLE FOR THE LIABILITY AND PAYMENT OF VENDOR'S AND VENDOR'S EMPLOYEES' TAXES OF WHATEVER KIND, ARISING OUT OF THE PERFORMANCES IN THIS CONTRACT. VENDOR AGREES TO COMPLY WITH ALL STATE AND FEDERAL LAWS APPLICABLE TO ANY SUCH PERSONS, INCLUDING LAWS REGARDING WAGES, TAXES, INSURANCE, AND WORKERS' COMPENSATION. THE CUSTOMER AND/OR REGION 4 SHALL NOT BE LIABLE TO THE VENDOR, ITS EMPLOYEES, AGENTS, OR OTHERS FOR THE PAYMENT OF TAXES OR THE PROVISION OF UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION OR ANY BENEFIT AVAILABLE TO A STATE EMPLOYEE OR EMPLOYEE OF ANOTHER GOVERNMENTAL ENTITY CUSTOMER. b) VENDOR AGREES TO INDEMNIFY AND HOLD HARMLESS CUSTOMERS, REGION 4 AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, AND/OR ASSIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEYS' FEES, AND EXPENSES, RELATING TO TAX LIABILITY, UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION IN ITS PERFORMANCE UNDER THIS CONTRACT, VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. 211 certify compliance with this attribute. 1 Excess Obligations Prohibited 2 Proposer understands that all obligations of Region 4 ESC under the contract are subject to the availability of state 7 funds. If such funds are not appropriated or become unavailable, the contract may be terminated by Region 4 ESC. 0 I certify compliance with this attribute 1 Suspension and Debarment 2 Respondent certifies that neither it nor its principals are debarred, suspended, proposed for debarment, declared 8 ineligible, or otherwise excluded from participation in the contract by any state or federal agency. 211 certify compliance with this attribute Page 37 of 38 pages Vendor: Northern Safety Co., Inc 24-08 Addendum 4 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 REGION - EDO RVICE CENTER - 7145 West Tidwell Road - Houston, Texas 77092 (713)-462-7708 www.esc4.net NOTICE TO OFFEROR ADDENDUM NO. 2 Solicitation Number 24-08 Request for Proposal ("RFP") by Region 4 Education Service Center ("ESC") for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services This Addendum No. 2 amends the Request for Proposals (RFP) for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services ("Addendum"). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. Region 4 Education Service Center ("Region 4 ESC") requests proposals from qualified suppliers with the intent to enter into a Contract for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services. Addendum No. 2 is hereby issued as follows: CHANGES TO THE RFP 1. REMOVE APPENDIX E AND REPLACE WITH THE ATTACHED PRICING DOCUMENT. OFFEROR'S SHOULD USE THIS REVISED APPENDIX E, PROVIDED IN THIS ADDENDUM, AS PART OF THEIR RESPONSE. CLARIFICATION OF CHANGES 1. APPENDIX E IS BEING REPLACED THROUGH THIS ADDENDUM 2 TO UPDATE PREVIOUSLY LOCKED CELLS. ATTACHMENTS INCLUDED IN THIS ADDENDUM 2: APPENDIX E Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 ADDENDUM 2 Page 1 of 7 onouoignEnvelope ID: uFo5Eso3-843O-48u1-1a8AC-CE81s0750oAO � Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24'08 ADDENDUM 2 Page 2of7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 INDICATE WHAT THE DISCOUNT IS OFF (MANUFACTURER'S LIST PRICE, MANUFACTURER OR OTHER NAME FIXED DISCOUNT OFF LIST PRICE WHOLESALE PRICE, CATALOG, ETC.) Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 ADDENDUM 2 Page 3 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 CATEGORY I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I MANUFACTURER NAME FIXED DISCOUNT OFF LIST PRICE INDICATE WHAT THE DISCOUNT IS OFF (MANUFACTURER'S LIST PRICE, WHOLESALE PRICE, CATALOG, ETC.) Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 ADDENDUM 2 Page 4 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC RFP #24-08 SERVICE DESCRIPTION Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RATE PER HOUR Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 ADDENDUM 2 Page 5 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC RFP #24-08 CATEGORY I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Additional Items to include in a National Market Basket MANUFACTURER NAME FIXED DISCOUNT OFF MANUFACTURERS PUBLISHED LIST PRICE Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 ADDENDUM 2 Page 6 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO RECEIPT OF ADDENDUM NO. 2 ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name Northern Safety Co,, Inc Contact Person Carrie Bachman Signature s 15�`''� ` 3Ub192AE9AUb44E... Date 6/26/24 Crystal Wallace Region 4 Education Service Center Procurement Contract Specialist Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 ADDENDUM 2 Page 7 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 REGION - EDO RVICE CENTER - 7145 West Tidwell Road - Houston, Texas 77092 (713)-462-7708 www.esc4.net NOTICE TO OFFEROR ADDENDUM NO. 1 Solicitation Number 24-08 Request for Proposal ("RFP") by Region 4 Education Service Center ("ESC") for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services This Addendum No. 1 amends the Request for Proposals (RFP) for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services ("Addendum"). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. Region 4 Education Service Center ("Region 4 ESC") requests proposals from qualified suppliers with the intent to enter into a Contract for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services. Addendum No. 1 is hereby issued as follows: CHANGES TO THE RFP TO UPDATE THE SUBMITTAL DEADLINE 1. REMOVE APPENDIX E AND REPLACE WITH THE ATTACHED PRICING DOCUMENT. OFFER'S SHOULD USE THIS REVISED APPENDIX E, PROVIDED IN THIS ADDENDUM, AS PART OF THEIR RESPONSE. ATTACHMENTS INCLUDED IN THIS ADDENDUM 1: APPENDIX E Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 1 of 7 onouoignEnvelope ID: uFo5Eso3-843O-48u1-1a8AC-CE81s0750oAO � Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 AddendumNo.1 Page 2uf7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 INDICATE WHAT THE DISCOUNT IS OFF (MANUFACTURER'S LIST PRICE, MANUFACTURER OR OTHER NAME FIXED DISCOUNT OFF LIST PRICE WHOLESALE PRICE, CATALOG, ETC.) Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 3 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 CATEGORY I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I MANUFACTURER NAME FIXED DISCOUNT OFF LIST PRICE INDICATE WHAT THE DISCOUNT IS OFF (MANUFACTURER'S LIST PRICE, WHOLESALE PRICE, CATALOG, ETC.) Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 4 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC RFP #24-08 SERVICE DESCRIPTION Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RATE PER HOUR Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Page 5 of 7 Addendum No. 1 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC RFP #24-08 CATEGORY Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Additional Items to include in a National Market Basket MANUFACTURER NAME FIXED DISCOUNT OFF MANUFACTURERS PUBLISHED LIST PRICE Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 6 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO RECEIPT OF ADDENDUM NO. -- ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name Northern Safety Co., Inc Contact Person Carrie Bachman DocuSigned by: Signature I (,awit, ba&AAv, "-3D6192AHAD544E... Date 6/26/24 Crystal Wallace Region 4 Education Service Center Procurement Contract Specialist Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 7 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 REGION - EDO RVICE CENTER - 7145 West Tidwell Road - Houston, Texas 77092 (713)-462-7708 www.esc4.net NOTICE TO OFFEROR ADDENDUM NO. 1 Solicitation Number 24-08 Request for Proposal ("RFP") by Region 4 Education Service Center ("ESC") for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services This Addendum No. 1 amends the Request for Proposals (RFP) for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services ("Addendum"). To the extent of any discrepancy between the original RFP and this Addendum, this Addendum shall prevail. Region 4 Education Service Center ("Region 4 ESC") requests proposals from qualified suppliers with the intent to enter into a Contract for Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services. Addendum No. 1 is hereby issued as follows: CHANGES TO THE RFP TO UPDATE THE SUBMITTAL DEADLINE 1. REMOVE APPENDIX E AND REPLACE WITH THE ATTACHED PRICING DOCUMENT. OFFER'S SHOULD USE THIS REVISED APPENDIX E, PROVIDED IN THIS ADDENDUM, AS PART OF THEIR RESPONSE. ATTACHMENTS INCLUDED IN THIS ADDENDUM 1: APPENDIX E Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 1 of 7 onouoignEnvelope ID: uFo5Eso3-843O-48u1-1a8AC-CE81s0750oAO � Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 AddendumNo.1 Page 2uf7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 INDICATE WHAT THE DISCOUNT IS OFF (MANUFACTURER'S LIST PRICE, MANUFACTURER OR OTHER NAME FIXED DISCOUNT OFF LIST PRICE WHOLESALE PRICE, CATALOG, ETC.) Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 3 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RFP #24-08 CATEGORY I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I MANUFACTURER NAME FIXED DISCOUNT OFF LIST PRICE INDICATE WHAT THE DISCOUNT IS OFF (MANUFACTURER'S LIST PRICE, WHOLESALE PRICE, CATALOG, ETC.) Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 4 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC RFP #24-08 SERVICE DESCRIPTION Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services RATE PER HOUR Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Page 5 of 7 Addendum No. 1 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO REGION 4 ESC RFP #24-08 CATEGORY Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Additional Items to include in a National Market Basket MANUFACTURER NAME FIXED DISCOUNT OFF MANUFACTURERS PUBLISHED LIST PRICE Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 6 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO RECEIPT OF ADDENDUM NO. -- ACKNOWLEDGEMENT Offeror shall acknowledge this addendum by signing below and include in their proposal response. Company Name Northern Safety CO, Inc Contact Person Carrie Bachman DocuSigned by: Signature I ('&MG baz"Av, "-3D6192AHAD544E... Date 6/26/24 Crystal Wallace Region 4 Education Service Center Procurement Contract Specialist Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Solicitation Number 24-08 Addendum No. 1 Page 7 of 7 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Appendix C, Doc #1 ACKNOWLEDGMENT AND ACCEPTANCE OF REGION 4 ESC's OPEN RECORDS POLICY OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Signature below certifies complete acceptance of Region 4 ESC's Open Records Policy, except as noted below (additional pages may be attached, if necessary). Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: ® We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act. (Note: Offeror must specify page -by -page and line -by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confident and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) Docuftned by: Director of sales F N� b _�Opa� erations 6/25/2024 AuthoriiZ8''Signa.Uf6rrte & Title Date Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Appendix C, Doc #2 ANTITRUST CERTIFICATION STATEMENTS (Tex. Government Code § 2155.005) Attorney General Form I affirm under penalty of perjury of the laws of the State of Texas that: 1. 1 am duly authorized to execute this Contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; 2. In connection with this proposal, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; 3. In connection with this proposal, neither I nor any representative of the Company has violated any federal antitrust law; and 4. Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this proposal to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company Northern Safety Co, Inc 232 Industrial Park Dr Address Frankfort, NY 13340 Phone 315-793-4900 Fax Version January 17, 2024 DOCUSigned by: Contact E 2AFAAn544F � f jaL�aun, Signature Official Authorizing Proposal 6/25/2024 Carrie Bachman Printed Name Director of Sales Operations Position with Company Signature Printed Name Position with Company Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO CERTIFICATE OF INTERESTED PARTIES FORM 1295 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Northern Safety Co. Inc Frankfort , NY United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Omnia Partners 1 of 1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2024-1179909 Date Filed: 06/25/2024 Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 24-08 Maintenance, Repair and Operations (MRO) Supplies, Equipment, and Related Products and Services Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION Carrie Bachman, Director of Sales Operations 04/08/76 My name is and my date of birth is 3600 Sasse way Louisville KY 40245 USA My address is I , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. 7efferson Kentucky 25 7une 24 Executed in County, State of on the day of , 20 (month) (year) �Do/cu7Signed by:: ,,,.• W, 1 Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.d378abaC Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Appendix C, DOC # 4 Texas Government Code 2270 Verification Form House Bill 89 (85R Legislative Session), which adds Chapter 2270 to the Texas Government Code, provides that a governmental entity may not enter into a contract with a company without verification that the contracting vendor does not and will not boycott Israel during the term of the contract. Furthermore, Senate Bill 252 (85R Legislative Session), which amends Chapter 2252 of the Texas Government Code to add Subchapter F, prohibits contracting with a company engaged in business with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the Texas Comptroller. I, Carrie Bachman as an authorized representative of Northern Safety CO., Inc by Insert Name of Company Reqion 4 Education Service Center, 7145 West Tidwell writing that the above -named company affirms that it (1) boycott Israel during the term of this contract, or any governmental entity in the future. , a contractor engaged Road, Houston, TX 77092, verify by this does not boycott Israel; and (2) will not contract with the above -named Texas Also, our company is not listed on and we do not do business with companies that are on the Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found at httr)s:Hcomptroller.texas.qov/r)urchasinq/docs/foreiqn-terrorist.r)df. I further affirm that if our company's position on this issue is reversed and this affirmation is no longer valid, that the above -named Texas governmental entity will be notified in writing within one (1) business day and we understand that our company's failure to affirm and comply with the requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract termination without penalty to the above -named Texas governmental entity. I swear and affirm that the above is true and correct. E DOCUSigned by: t, bat", 6/25/2024 naooncoon An Signature of Named Authorized Company Representative Date Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Exhibit F Federal Funds Certifications FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non —Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non —Federal entity considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass -through entity and a non —Federal entity that, consistent with 31 U.S.C. 6302-6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass -through entity to the non —Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass -through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass -through entity and the non —Federal entity in carrying out the activity contemplated by the Federal award. (c) The term does not include: (1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or (2) An agreement that provides only: (i) Direct United States Government cash assistance to an individual; (ii) A subsidy; (iii) A loan; (iv) A loan guarantee; or (v)lnsurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non —Federal entity Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section: (a)(1) The Federal financial assistance that a non —Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in § 200.101 Applicability; or (2) The cost -reimbursement contract under the Federal Acquisition Regulations that a non —Federal entity receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in § 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b) of § 200.40 Federal financial assistance, or the cost -reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities (GOCOs). (d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Non —Federal entity means a state, local government, Indian tribe, institution of higher education (I HE), or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that: (a) Is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest; (b) Is not organized primarily for profit; and (c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non —Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non —Federal entity during the same or a future period. Pass -through entity means a non —Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non —Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program. The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non —Federal entity may purchase property or services using small purchase methods. Non —Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified acquisition threshold is $250,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro -purchase.) Subaward means an award provided by a pass -through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass -through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass -through entity considers a contract. Subrecipient means a non —Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Per FAR 52.204-24 and FAR 52.204-25, solicitations and resultant contracts shall contain the following provisions. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services —Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications -Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision — Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third -party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115- 232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third -party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (htti)s://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (d) Representation. The Offeror represents that— (1) It ❑ will, qxwill not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will' in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that — It ❑ does, M does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will' in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer. (i) For covered equipment — (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services — (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment — (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (ii) For covered services — (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020). (a) Definitions. As used in this clause— Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks at the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). Covered foreign country means The People's Republic of China. Covered telecommunications equipment or services means— (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or (4) Telecommunications orvideo surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Critical technology means— (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or (ii) For reasons relating to regional stability or surreptitious listening; (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third -party audit. Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115- 232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract, or extending or renewing a contract, with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. (c) Exceptions. This clause does not prohibit contractors from providing— (1) A service that connects to the facilities of a third -party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (d) Reporting requirement. (1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at httos://dibnet.dod.mil. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause (i) Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e) and excluding paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200, as applicable. APPENDIX II TO 2 CFR PART 200 (A) Contracts for more than the simplified acquisition threshold currently set at $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 reserves all rights and privileges under the applicable laws and regul with respect to this procurement in the event of breach of contract by either party. Does offeror agree? YES Initials of Authorized Representative of offeror (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Offe rN etailed in the terms of the contract. Does offeror agree? YES Initials of Authorized Representative of offeror (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract' in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319,12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction contract, the equal opportunity clause is incorporated by referenc /ei n. Does offeror agree to abide by the above? YES V� Initials of Authorized Representative of offeror (D) Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 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 A�9 ency expends federal funds during the term of an award for all contracts and subgrants for construction or repair, offer r�w 1�6e in compliance with all applicable Davis -Bacon Act provisions. Does offeror agree? YES l `'� Initials of Authorized Representative of offeror (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. 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°§afety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement rocs. Does offeror agree? YES Initials of Authorized Representative of offeror (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement' under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced � ('e°c�eral Rule (F) above. Does offeror agree? YES C� Initials of Authorized Representative of offeror (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended —Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non - Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) In the event Federal Transit Administration (FTA) or Department of Transportation (DOT) funding is used by Participating Public Agency, Offeror also agrees to include Clean Air and Clean Water requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 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 referen 716: ederal Rule (G) above. Does offeror agree? YES Initials of Authorized Representative of offeror Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority otherthan Executive Order12549. 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 o ( ill notify the Participating Agency. Does offeror agree? YES C5 Initials of Authorized Representative of offeror (1) 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 (1) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti -Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (3) The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. �DS Does offeror agree? YES l " Initials of Authorized Representative of offeror Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual ( Poial reports, as applicable, and all other pending matters are closed. Does offeror agree? YES CL5 Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process, offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energ 766 and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition. Additionally: (1) The Contractor agrees to comply with 49 USC 53230) and 49 CFR Part 661, which provide that federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7.A general public interest waiver from the Buy America requirements applies to microprocessors, computers, microcomputers, software or other such devices, which are used solely for the purpose of processing or storing data. This general waiver does not extend to a product or device that merely contains a microprocessor or microcomputer and is not used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 53230)(2)(C) and 49 CFR 661.11. (2) A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA- funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. The following certificates titled FTA and DOT Buy America Certification should be completed and returned with the response as part of FTA and DOT requirements. FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT) - BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENTOF ROLLING STOCK CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §53230) The proposer hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j), and the applicable regulations of 49 CFR 661.11. Check for YES: X OR Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Certificate of Non -Compliance with 49 USC §53230) The proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but may qualify for an exception to the requirement consistent with 49 U.S.C. 53230)(2)(C), and the applicable regulations in 49 CFR 661.7. Check for YES: ❑ FEDERAL TRASIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT) - BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL OR MANUFACTURED PRODUCTS CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC §53230)(1) The proposer hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable regulations in 49 CFR part 661. Check for YES: I1K OR Certificate of Non -Compliance with 49 USC §53230)(1) The proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 CFR 661.7. Check for YES: ❑ Does offeror agree? YES Offeror's Name: Northern Safety Co.. Inc Address, City, State and Zi Code: 232 Industrial Park Dr Frankfort NY 13340 Phone Number: k0 Fax Number: Printed Name and Title of Aythorized Rep esentative: Carrie Bachman Email Address:carrle,haCrlman@wurthinYUstry,com �uocua�gneo oy: Signature of Authorized Representative: I t ,AM- J5AG(,l .'t1 t, Date: --024 �3M6192AHAD544E... Initials of Authorized Representative of offeror CERTIFICATION OF ACCESS TO RECORDS — 2 C.F.R. § 200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the purpose of making audits, examinations, ex its, and transcriptions. The right also includes timely and reasonable access to offeror's personnel for the purpose of intery ew,ar�d discussion relating to such documents. Does offeror agree? YES (,�j Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuan t-o tie Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES l W Initials of Authorized Representative of offeror Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO COMMUNITY DEVELOPMENT BLOCK GRANTS Purchases made under this contract may be partially or fully funded with federal grant funds. Funding for this work may include Federal Funding sources, including Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development. When such funding is provided, Offeror shall comply with all terms, conditions and requirements enumerated by the grant funding source, as well as requirements of the State statutes for which the contract is utilized, whichever is the more restrictive requirement. When using Federal Funding, Offeror shall comply with all wage and latest reporting provisions of the Federal Davis -Bacon Act. HUD- /' P-1bor Provisions also applies to this contract. Does offeror agree? YES C� Initials of Authorized Representative of offeror Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically noted above. Offiro tllern�efy Co., Inc Address, City, State, and Zip Code: 232 Industrial Park Dr Frankfort NY 13340 Phone Number: 315-793-4900 Fax Number: Printed Name and Title of Authorized Representative: Carrie Bachman Email Address: carrie.6achmanOwurthindustry.com E Docuu.$iuned bv:Signature of Authorized Representative: `^" `C b Date: 6/25/24 3D6192AE9AD544E... Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS Awarded Supplier(s) (also referred to as Contractors) may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a proposal, the Supplier is accepted these FEMA and Additional Federal Funding Special Conditions required by the Federal Emergency Management Agency (FEMA) and other federal entities. "Contract" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is also referred to and defined as the "Master Agreement". "Contractor" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is also referred to and defined as "Supplier" or "Awarded Supplier". Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, 13. i. FEMA considers a "financial interest" to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an "apparent" conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of the Participating Public Agency nor the Participating Public Agency ("NFE") must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE's may set standards for situations in which the financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE's written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE's employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended, as described in and subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non -procurement Debarment and Suspension), must be rejected and cannot receive contract awards at any level. Notice of Legal Matters Affecting the Federal Government In the event FTA or DOT funding is used by Participating Public Agency, Contractor agrees to: 1) The Contractor agrees that if a current or prospective legal matter that may affect the Federal Government emerges, the Contractor shall promptly notify the Participating Public Agency of the legal matter in accordance with 2 C.F.R. §§ 180.220 and 1200.220. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 2) The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. 3) The Contractor further agrees to include the above clause in each subcontract, at every tier, financed in whole or in part with Federal assistance provided by the FTA. Public Policii A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C.F.R. § 200.321(b) for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7 c. Applicable prevailing wage laws, regulations, and executive orders Affirmative Steps For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Prevailina Waae Reauirements When applicable, the awarded Contractor (s) and any and all subcontractor(s) agree to comply with all laws regarding prevailing wage rates including the Davis -Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Federal Requirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this FEMA Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. & 200.326 and 2 C.F.R. Part 200. Appendix II. Reauired Contract Clauses CONTRACT REMEDIES Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Contracts for more than the federal simplified acquisition threshold (SAT), the dollar amount below which an NFE may purchase property or services using small purchase methods, currently set at $250,000 for procurements made on or after June 20, 2018,4 must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms and must provide for sanctions and penalties as appropriate. 1.1 Applicability This contract provision is required for contracts over the SAT, currently set at $250,000 for procurements made on or after June 20, 2018. Although not required for contracts at or below the SAT, FEMA suggests including a remedies provision. 1.2 Additional Considerations For FEMA's Assistance to Firefighters Grant (AFG) Program, recipients must include a penalty clause in all contracts for any AFG-funded vehicle, regardless of dollar amount. In that situation, the contract must include a clause addressing that non -delivery by the contract's specified date or other vendor nonperformance will require a penalty of no less than $100 per day until such time that the vehicle, compliant with the terms of the contract, has been accepted by the recipient. This penalty clause should, however, account for force majeure or acts of God. AFG recipients should refer to the applicable year's Notice of Funding Opportunity (NOFO) for additional information, which can be accessed at FEMA.gov. 2. TERMINATION FOR CAUSE AND CONVENIENCE a. Standard. All contracts in excess of $10,000 must address termination for cause and for convenience by the non -Federal entity, including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II(B). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3. EQUAL EMPLOYMENT OPPORTUNITY When applicable: a. Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b), in accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II(C). b. Kev Definitions. Federallv Assisted Construction Contract. The regulation at 41 C.F.R. § 60-1.3 defines a "federally assisted construction contract" as any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work. ii. Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines "construction work" as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c. ADDlicability. This requirement applies to all FEMA grant and cooperative agreement programs. d. Reauired Lanauaae. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause. Durina the Derformance of this contract, the contractor aarees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or nationalorigin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaintor charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4. DAVIS-BACON ACT a. Standard. All prime construction contracts in excess of $2,000 awarded by non- Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §§ 3141- 3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). See 2 C.F.R. Part 200, Appendix II(D). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. b. ADDlicability. The Davis -Bacon Act applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program. C. Requirements. If applicable, the non-federal entity must do thefollowing: i. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Additionally, pursuant 2 C.F.R. Part 200, Appendix II(D), contracts subject to the Davis -Bacon Act, must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity must report all suspected or reported violations to FEMA. 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"). Suaaested Lanauaae. The following provides a sample contract clause: Compliance with the Davis -Bacon Act. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 a. All transactions regarding this contract shall be done in compliance with the Davis -Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141- 3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c. Additionally, contractors are required to pay wages not less than once a week. 5. COPELAND ANTI-KICKBACKACT a. Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). b. AoDlicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis -Bacon Act also applies. It DOES NOT apply to the FEMA Public Assistance Program. c. Requirements. If applicable, the non-federal entity must include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). Each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti -Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work. Sample Lanauaae. The following provides a sample contract clause: Compliance with the Copeland "Anti -Kickback" Act. a. Contractor. The contractor shall comply with 18 U.S.C. §874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 subcontractor or lower tier subcontractor with all of these contract clauses. c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12." 6. CONTRACT WORK HOURS AND SAFETY STANDARDSACT a Standard. Where applicable (see 40 U.S.C. §§ 3701-3708), all contracts awarded by the non -Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E). Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. b. Applicability. This requirement applies to all FEMA contracts awarded by the non- federal entity in excess of $100,000 under grant and cooperative agreement programs that involve the employment of mechanics or laborers. It is applicable to construction work. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. a Suaaested Lanauaae. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safetv Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in suchworkweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Federal agency or loan/grant recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of thissection. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses setforth in paragraph (b)(1) through (4) of thissection and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of thissection. 7. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT ORAGREEMENT a Standard. If the FEMA award meets the definition of "funding agreement" under 37C.F.R. § 401.2(a) and the non -Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the non- Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F). b. Applicability. This requirement applies to "funding agreements," but it DOES NOT apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of "funding agreement." a Fundina Aareements Definition. The regulation at 37 C.F.R. § 401.2(a) defines "funding agreement' as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. & CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROLACT a Standard. If applicable, contracts must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean AirAct (42 U.S.C. §§ 7401-7671q.) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix II(G). b. Applicability. This requirement applies to contracts awarded by a non-federal entity of amounts in excess of $150,000 under a federal grant. a Suaaested Lanauaae. The following provides a sample contract clause. Clean Air Act 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided byFEMA. Federal Water Pollution Control Act 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 etseq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided byFEMA. 9. DEBARMENT AND SUSPENSION a Standard. Non -Federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non -procurement Debarment and Suspension). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 c. Requirements. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II(H); and 2 C.F.R. § 200.213. A contract award must not be made -to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.aov. See 2 C.F.R. § 180.530. In general, an "excluded" party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a "covered transaction," which is any non -procurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the non -procurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipients. iii. Specifically, a covered transaction includes the following contracts for goods or services: 1. The contract is awarded by a recipient or subrecipient in the amount of at least $25,000. 2. The contract requires the approval of FEMA, regardlessof amount. 3. The contract is for federally -required auditservices. 4. A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of$25,000. d. Suaaested Lanauaae. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 (3) This certification is a material representation of fact relied upon by the Participating Public Agency. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Participating Public Agency, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BYRD ANTI -LOBBYING AMENDMENT a. Standard. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. FEMA's regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. Each tier must also disclose 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 Federal awarding agency. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. Contractors that apply or bid for a contract of $100,000 or more under a federal grant must file the required certification. See 2 C.F.R. Part 200, Appendix II(I); 31 U.S.C. § 1352; and 44 C.F.R. Part 18. c. Suaaested Lanauaae. Bvrd Anti-Lobbvina Amendment. 31 U.S.C. F4 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. d. Required Certification. If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A. 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Northern Safety Co., Inc The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and dbs cI$g e1% if any. Et, f j AdA, ovo i acH�arlwvv�... Signature of Contractor's Authorized Official Carrie Bachman, Director of Sales orera-rions Name and Title of Contractor's Authorized Official 6/25/2024 Date Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO 11. PROCUREMENT OF RECOVERED MATERIALS a Standard. A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II(J); and 2 C.F.R. §200.322. b. Applicability. This requirement applies to all contracts awarded by a non- federal entity under FEMA grant and cooperative agreement programs. a Requirements. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d. Suaaested Lanauaae. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired- 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. ii. Information about this requirement, along with the list of EPA- designated items, is available at EPA's Comprehensive Procurement Guidelines web site, httos://www.er)a.aov/smm/comprehensive-procurement-auideI ine-cr)a-r)roaram. iii. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." 12. DOMESTIC PREFERENCES FOR PROCUREMENTS As appropriate, and to the extent consistent with law, CONTRACTOR should, to the greatest extent practicable under a federal award, provide a preference for the purchase, acquisition, or use of goods, products or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. Applicability For purchases in support of FEMA declarations and awards issued on or after November 12, 2020, all FEMA recipients and subrecipients are required to include in all contracts and purchase orders for work or products a contract provision encouraging domestic preference for procurements. Domestic Preference for Procurements As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber." Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 13. ACCESS TO RECORDS a. Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. Recipients must give DHS/FEMA access to, and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. See DHS Standard Terms and Conditions: Version 8.1 (2018). Additionally, Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providing reimbursement to any state, local, tribal, or territorial government, or private non-profit for activities made pursuant to a contract that purports to prohibit audits or internal reviews by the FEMA administrator or Comptroller General. Access to Records. The following access to records requirements apply to this contract: i.The Contractor agrees to provide Participating Public Agency, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. ii.The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. iii.The Contractor agrees to provide the FEMA Administratoror his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. iv.ln compliance with the Disaster Recovery Act of 2018, the Participating Public Agency and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 14. CHANGES a. Standard. To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. b. Applicability. FEMA recommends, therefore, that a non -Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end -item procured. 15. DHS SEAL, LOGO, AND FLAGS a. Standard. Recipients must obtain permission prior to using the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1(2018). b. Applicability. FEMA recommends that all non -Federal entities place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. c. "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. 16. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executive orders. Applicability. FEMA recommends that all non -Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures, and directives. c. "This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives." 17. NO OBLIGATION BY FEDERAL GOVERNMENT a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the contract. b. Applicability. FEMA recommends that the non -Federal entity include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. "The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract." 18. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS Standard. Recipients must comply with the requirements of The False Claims Act (31 U.S.C. §§ 3729-3733) which prohibits the submission of false or fraudulent claims for payment to the federal government. See DHS Standard Terms and Conditions: Version 8.1 (2018); and 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made. The non -Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. Applicability. FEMA recommends that the non -Federal entity include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. c. "The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract." In the event FTA or DOT funding is used by a Participating Public Agency, Contractor further acknowledges U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, and apply to its actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms 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 Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 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. FEDERAL TRANSIT ADMINISTRATION (FTA) AND DEPARTMENT OF TRANSPORTATION (DOT) SPECIAL CONDITIONS Awarded Supplier(s) (also referred to as Contractors) may be asked to provide products and services to agencies following Federal Transit Administration and/or Department of Transportation requirements. By submitting a response, the Supplier is accepting these FTA and DOT Special Conditions. NO GOVERNMENT OBLIGATION TO THIRD PARTIES These requirements do not apply to micro -purchases ($10, 000 or less, except for construction contracts over $2,000). (1) The Participating Public Agency and contractor/vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the purchaser, contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by 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 OR RELATED ACTS These requirements do not apply to micro -purchases ($10,000 or less, except for construction contracts over $2,000) (1) The 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 Project. Upon execution of the underlying contract, the contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be 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, the 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 the contractor to the extent the Federal Government deems appropriate. (2) The contractor also acknowledges that if it makes, or causes to be 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. § 5323(I) on the contractor, to the extent the Federal Government deems appropriate. (3) The contractor agrees to include the above two 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. ACCESS TO RECORDS AND REPORTS (1) Record Retention. The Contractor will retain, and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub -agreements, leases, subcontracts, arrangements, other third party agreements of any type, and supporting materials related to those records. (2) Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 for a period of at not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto. (3) Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. (4) Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors access to the sites of performance under this contract as reasonably may be required. FEDERAL CHANGES (1) Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, 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. Contractor agrees to: a) Maintain all books, records, accounts and reports required under this Contract for a period of not less than three (3) 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 Public Agency, the FTA Administrator, 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 work, materials, payrolls, and other data and records with regard to the Project, and to audit the books, records, and accounts with regard 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. FTA does not require the inclusion of these requirements of Article 1.01 in subcontracts. Reference 49 CFR 18.39 (a)(11). CIVIL RIGHTS / TITLE VI REQUIREMENTS The Participating Public Agency is an Equal Opportunity Employer. As such, the Participating Public Agency agrees to comply with all applicable Federal civil rights laws and implementing regulations. Apart from inconsistent requirements imposed by Federal laws or regulations, the Participating Public Agency agrees to comply with the requirements of 49 U.S.C. § 5323(h) (3) by not using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. Under this Agreement, the Contractor shall at all times comply with the following requirements and shall include these requirements in each subcontract entered into as part thereof. (1) Nondiscrimination — In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. 20000d, 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, 42 U.S.C. 12132, and Federal transit law at 49 U.S.C. 5332, the contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Eaual Emplovment Opportunity — The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. The 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, religion, national origin, or sex (including sexual orientation and gender identity). Such action shall include, Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 but not be limited to, the following: employment, promotion, 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, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621-634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, "Age Discrimination in Employment Act," 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Health and Human Services regulations, "Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance," 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The contractor also agrees to include these requirements in each subcontract financed whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. INCORPORATION OF FTA 4220.1 F TERMS (1) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, dated November 1, 2008, 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 Agreement. The contractor shall not perform any act, fail to perform any act, or refuse to comply with any Participating Public Agency request, which would cause the Participating Public Agency to be in violation of the FTA terms and conditions. (2) Flow Down — The incorporation of FTA terms has unlimited flow down. DISADVANTAGED BUSINESS ENTERPRISE (DBE) The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the contractor from future bidding as non -responsible. 49 C.F.R. § 26.13(b). 5) 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)). 6) 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 Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 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 Participating Public Agency. 7) DBE Program. 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. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS 1) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, dated November 1, 2008, 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 Agreement. The contractor shall not perform any act, fail to perform any act, or refuse to comply with any Participating Public Agency request, which would cause the Participating Public Agency to be in violation of the FTA terms and conditions. 2) Flow Down — The incorporation of FTA terms has unlimited flow down. SUSPENSION AND DEBARMENT The Contractor shall comply and facilitate compliance with U.S. DOT regulations, "Non procurement Suspension and Debarment," 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Government Wide Debarment and Suspension (Nonprocurement)," 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the AGENCY, the Federal Government may pursue available remedies, including but not limited to Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 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. CARGO PREFERENCE REQUIREMENTS Use of United States -Flag Vessels. The contractor agrees: 1) To use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels. 2) To furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington D.C. 20590 and the FTA recipient (through the contractor in the case of a subcontractor's bill -of lading). 3) To include these requirements in all subcontracts issued pursuant to the contract when the subcontract may involve the transport of equipment, materials, or commodities by ocean vessel. FLY AMERICA Fly America Requirements: 1) Definitions. As used in this clause- "International air transportation" means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. "United States" means the 50 States, the District of Columbia, and outlying areas. "U.S.-flag air carrier" means an air carrier holding a certificate under 49 U.S.C. Chapter 411. 2) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government -financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign - flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign -flag air carrier if a U.S.-flag air carrier is available to provide such services. 3) If available, the contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 4) In the event that the contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the contractor shall include a statement on vouchers involving such transportation essentially as follows: Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign -flag air carrier service for the following reasons. See FAR § 47.403. Stated Reason(s): N/A 5) The contractor shall include the substance of this clause, including this paragraph, in each subcontract or purchase under this contract that may involve international air transportation. RECYCLED PRODUCTS 1) The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), "Comprehensive Procurement Guideline for Products Containing Recovered Materials," 40 C.F.R. part 247. CONFORMANCE WITH ITS NATIONAL ARCHITECTURE When applicable: 1) Contractor shall conform, to the extent applicable, to the National Intelligent Transportation Standards architecture as required by SAFETEA-LU Section 5307(c), 23 U.S.C. Section 512 and as amended by MAP- 21 23 U.S.C. § 517(d), note and follow the provisions of FTA Notice, "FTA National Architecture Policy on Transit Projects," 66 Fed. Reg.1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. ADA ACCESS 1) In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. SAFE OPERATION OF MOTOR VEHICLES 1) Seat Belt Use - The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company -owned vehicles, company -rented vehicles, or personally operated vehicles. The terms "company -owned" and "company -leased" refer to vehicles owned or leased either by the Contractor or Participating Public Agency. 2) Distracted Driver- The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately -owned vehicle when on official business in connection with the work performed under this agreement. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 PROMPT PAYMENT 1) The Prime Contractor shall pay any Subcontractor for work that has been satisfactorily performed no later than thirty (30) days from the date of the Prime Contractor's receipt of each payment made by the Participating Public Agency. Additionally, within thirty (30) days of satisfactory completion of all work required of the Subcontractor, the Prime Contractor shall release any retainage payments withheld to the Subcontractor. FTA PROTEST NOTIFICATION A protestant must exhaust all Participating Public Agency Procurement administrative procedures and remedies before pursuing a protest with the FTA. 1) Any and all protests shall be in writing and shall be filed with the Purchasing Manager with the Participating Public Agency. A protest relating to the process for determining the most responsive and responsible contractor shall be filed within five (5) business days after the protestor knows or should have known the basis of the determination. The Contract Officer shall respond to a protest within fourteen (14) calendar days after the receipt of the protest. The Purchasing Manager may grant the Contract Officer an extension for the response if warranted. A request for reconsideration of any and all determinations by the Contract Officer shall be filed with the Purchasing Manager within seven (7) calendar days after the receipt of the determination. 2) A protest shall include: a. The name, address, and telephone number, including FAX number if available, of the protestor; b. The signature of the protestor or authorized representative; c. Identification of the contract/solicitation; A detailed statement of the legal and/or factual grounds of protest including copies and/or citations of relevant documents, and; e. The form of relief requested. 3) If any of the above information is omitted or incomplete, then the Protestor shall be notified, in writing, within two (2) calendar days after that determination, and the Protestor shall have two (2) calendar days in which to remedy the specified problem. 4) The Participating Public Agency will not make award prior to the resolution of a protest, or open bids prior to resolution of a protest filed before bid opening unless the Purchasing Manager determines in writing that it is in the best interests of the Participating Public Agency or in keeping with Item 7 of this procedure to do otherwise. Potential contractors will be advised of a pending protest if the protest is filed before award. 5) The Purchasing Manager may allow for an informal conference on the merits of a protest with all interested parties allowed to attend. Interested parties include all bidding contractors, and may also include a subcontractor or supplier provided they have a substantial economic interest in a portion of the IFB or RFP. 6) The Purchasing Manager shall respond "in writing", in detail, to each substantial issue raised in the protest. The Purchasing Manager has the sole authority to make determinations for the Participating Public Agency, and a determination shall be considered final when it is labeled as such. A request for reconsideration will be allowed by the Purchasing Manager if he determines that data has become available that was not previously known, or that there has been an error of law or regulation. 7) The Participating Public Agency may proceed with procurement when a protest is pending if the Participating Public Agency determines that: Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO a. The items to be procured are urgently required; b. Delivery or performance will be unduly delayed by failure to make the award promptly; or c. Failure to make award will otherwise cause undue harm to the grantee for the Federal Government. 8) FTA will only entertain a protest that alleges: a. The Participating Public Agency failed to have or to adhere to its protest procedures, or failed to review a complaint or protest; or b. Violations of Federal law or regulation. 9) A protest to FTA must be filed in accordance with FTA Circular 4220.1 F, available from the Contract Officer. Specifically, protestors shall file a protest with FTA Region 9 or FTA Headquarters Office no later than five (5) days after a final decision is rendered under the Participating Public Agency's protest procedure. In instances where the protestor alleges that the Participating Public Agency failed to make a final determination on the protest, protestors shall file a protest with FTA not later than five (5) calendar days after the protester knew or should have known of the grantee's failure to render a final determination on the protest. A protest filed with FTA shall: a. Include the name and address of the protestor. b. Identify the grantee, project number, and the number of the contract solicitation. c. Contain a statement of the grounds for protest and any supporting documentation. This should detail the alleged failure to have or adhere to protest procedures, failure to review a complaint or protest; or Violation of Federal law or regulation. Include a copy of the local protest filed with the grantee and a copy of the grantee's decision, if any. Offeror agrees to comply with all terms and conditions outlined in the FEMA and Additional Federal Funding Special Conditions section of this solicitation. Offeror's Name: Northern Safety Co. Inc Address, City, State, and Zip Code: 232 Industrial Park Or Frankfort NV 13340 Phone Number: 315-793-4900 Fax Number: Printed Name and Title of Authorized Representative: Carrie Bachman Director of Sales Operations Email Address: carrie,bachman@wurthindustry,com Signature of Authorized Representative: (avVtt, l� a �1-3D6192AE9AD544E... Date: 6/25/24 Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DAO DocuSi n Envelope ID: F652F5d 9 P 9-0392-4A9B A268 7E966265CA9A Exhibit G New Jersey Business Compliance NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed fornis should be submitted with the offeror's response to the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non -Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC 45 Stockholder Disclosure Certification DOC #6 Disclosure of Investment Activities in Iran DOC #7 Certification of Non -Involvement in Prohibited Activities in Russia or Belarus DOC #8 New Jersey Business Registration Certificate DOC #9 EEOAA Evidence DOC #10 MacBride Principals Form New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: • all anti -discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2- 14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; • Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and • Bid and Performance Security, as required by the applicable municipal or state statutes. Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 DocuS.gn F_nvelope ID 113521 b48-0392-4A1B-A266-7E966265CA9A DOC # ) STATEMENT OF OWNS, SIIfP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c,33, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Oroanization: NorthernSafet Co., Inc Oraanization Address: 232Industrial Park Dr, frankfort,NY13340 Part I Check the box that represents the type of business organization: ❑ Sole Proprietorship (skip Parts II and ill, execute certification in Part IV) Mon -Profit Corporation (skip Parts II and III, execute certification in Part IV) 0 For -Profit Corporation (any type) 13Limited Liability Company (LLC) Partnership ❑Limited Partnership OOther (be specific): Part II Limited Liability Partnership (LLP) The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) OR 0 No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Entity Version March 19, 2024 Home Address (for individuals) or Business Address Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 pocuSign Envelope ID] FB52F54"392-4AiB-A26B-7E966265CA8A Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website {URLI containing the last annual SEC for fore Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part It other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed. Stockholder/Partner/Member and Corresponding Entity Listed in Part 11 Part IV Certification Home Address (for Individuals) or Business Address I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf of the bidderiproposer; that the <name of contracting unit> is relying on the information contained herein and that I am under a continuing obligation from the date of this certification through the completion of any contracts with <type of contracting unit> to notify the <iype of contracting unit> in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a Use statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreement(s) with the, permitting the <type of contracting unit> to declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): Signature: version March 19, 2024 Carrie Bachman CAME, b 0.L1. Title. I Diredorof Sales Operations Date: 61z5124 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO �tr-f.OGt.USIO�iA FIDAVIT state of New Jersey gs: County of -- Louisviffe Canis Bachman residing in or�f of full agc. I, -- (now of ,!offerson and state of ______.-__— — in the County of being duly s►vorn accl7rding to law on my oath depose and srly that' Northam Safety Go, tree. Director of Sates Operations of dtc firm of r---- t„a or rnn) am. the bidder making this Proposal for the bid ctttitled OlbiNlA Renewal Bid . and that I executed the said prapnsal with (6ftorbidprupml) agrecrncnt, participated in t: full authority to do so that said bidder has not. directly or indirectly entered into any any collusion, orothcr►+°isc taken any action in restmirtt of rnc, competitive bidding in connection with the and above narned project; rend drat all statements cotrtained in said proposal and in this uflictavit tree tru rreli s uponcorrect, and made wide full knowledge that the _, State of Now Jersay the truth of the statements coutaincd in said Proposal �,� nrcas �rh and in the statements contained in this affidavit in awarding the contract for the said prcjccL I fwthcr warrant that no person or selling agency has been employed or retained to solicit or secure such conTmet upon an agreement or understanding for u commission, percentage, brokcrrge, or contingent fie, except bona fide employees or bona fide established conuncrcial or scfling agencies maintained by Suhwribed and sworn to before me this day Signature unc. - 2o, q r>''c' Vt r(Type or print name ofaffinnt under xigt3tur6) Notary Public of Co d My Commission expires 3 I'f 3 �a m „, �` y !J P 3l t -3 9r. �1.14mbr9,V24 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DAO DocuSign Envelope 10: C945E9FD-4EF5-4306-AC99-95B5CQFE8812 DOC 43, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT, PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recniitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non- discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P L. 1975, c. 127, as amended and supplemented from time to time and the Americans with .Disabilities Act_ The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J A C 1727-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N,J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job -related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions, The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subehanter 10 of the Administrative Code (NJAC 17:27). �tarr+t. 1�JAlt. Signature of Procurement Agent Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 DocuSign Envelope ID C905E9FD-4FF5.43D6-AC99-9585COFE8612 DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: NorthernSaf NU.,Inc Street: 2321ndustdal Park Ur City, State, Zip Code: Frankfort, NY13340 Proposal Certification: Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Aff nnative Action requirements are met. Reciuired Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with uroposal: 1. A photocopy of a valid letter that the contractor is operating under an existing Federally approved or sanctioned affirmative action program (good for one year from the date of the letter); OR 2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance with N.J.A.C. 17:27-4; OR 3. A photocopy of an Employee Information Report (Form AA302) provided by the Division of Contract Compliance and Equal Employment Opportunity in Public Contracts and distributed to the public agency to be completed by the contractor in accordance with N.J.A.C. 17:27-4. Public Work — Over $50.000 Total Project Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201. A project contract ID number will be assigned to your firm upon receipt of the completed Initial Project Workforce Report (AA201) for this contract. NOT APPLICABLE B. Approved Federal or New Jersey Plan — certificate enclosed CONTRANOT"APPLY TO THIS I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief 6/26/2024 Date Version March 19, 2024 Carrie Bachman, Director of sales (AM,- f5ac6m,-ope rations f1 rthnriged Signature and Title Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO DocuSign Envelope ID. 33B1A358.6B51-4316-AE1E-CCC4A74A3C80 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J. S. A. 19 :44 A-2 0.2 6 County Name: State: Governor, and Legislative Leadership Committees Legislative District 4s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive} Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY -BASED, CUSTOMIZABLE FORM. Version March 1%2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO nocuSign Envelope 10: 33B1A358-6B51-4316-AEtE-CCC4A74A3CSA DOC #4, continua] C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open" process (defined at N.J.S.A 19A4A-20.7) are subject to the provisions of P.L. 2005, c. 271, s,2 (N.J.S.A 19A4A-20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions to: • any State, county, or municipal committee of a political party • any legislative leadership committee' • any continuing political comntntce (a.k a., political action committee) • any candidate committee of a candidate for, or holder of, an elective office: 0 of the public entity awarding the contract 0 of that county in which that public entity is located 0 of another public entity within that county 0 or of a legislative district in which that public entity is located or, when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19 44A-8 and 19:44A-16 for more details on reportable contributions. N,J.S.A. 19-44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an "interest" ownership or control of more than l0% of the profits or assets of a business entity or 10° o of the stock in the case of a business entity that is a corporation for profit • all principals, partners, officers, or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity and filing as continuing political committees, (PACs). When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entity." [NJ S.A. 19:44A-20 26(b)] The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been niade and need to be disclosed. The disclosed information may exceed the minimum requirement The enclosed form, a content -consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) maybe used as the contractor's submission and is disclosabte to the public under the open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. N.J.S.A 19:44A-3(s): "The lernn "legislative leadership committee" means a committee established, authorized to be ' established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P L.1993, c.65 (C. 19.44A-10. 1) for the purpose of y receiving contributions and making expenditures." i a Version Manh 19.2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 I)ocuSign Envelope 10 33B1A358-6851-4316-AEtE-CCC4A74A3C80 DOC #4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows are instructions on the use of form local units can provide to contractors that arc required to disclose political contributions pursuant to NIS.A. 19:44A-20.26 (P.L. 2005, c 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (itttn-lhvww,ni,eovldcaldivisionsldlQs/resources/Ifns 2006 hunt). Please refer back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational. 1. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a "fair and open" process (N.J . S. A. 19:44A-20.7). 2 Due to the potential length of some contractor submissions, the public agency should consider allowing data to be submitted in electronic formn (i.e., spreadsheet, pdf File, eta), Submissions must be kept with the contract documents or in an appropnatc computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4 The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities, The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a. The Division has prepared model disclosure forms for each county. They can be downloaded from the "County PCD Forms" link on the Pay -to -Play web site at httn,//www.ni eov/dealdivisionsIdles/nroLrams/tucl htrnl#12 They will be updated from time -to -time as necessary, b, A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county -based, they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county. These submissions are appropnate and should be accepted. d The form may be used "as -is", subject to edits as described herein e- The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form; where that is not the case, the text should be edited accordingly. f. The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used as an e-mail attachment, or provided as a printed document. 5. It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at httn:llwww.ni-eovldca/divisionsfdlesiresources/Ifns 2006.html). A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education, Version March 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO DocuSign Envelope ID. 338 1 A358-68 51-431 8-AE 1 E-CCC4A74A3C80 DOC #4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile trust be submitted to the local unit no later than 10 days prior to the award of the contract. Part I — Vendor Information Vendor Name: _ I Northern Safety Co. Inc. f Address: 1 232 Industrial Park Drive City: Frankfari State: NY 7..in: 13340 The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. rmow..., (c, ' Carrie Bachman Director of Sales Operations Signature Printed Name Title Part II — Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. I9:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form Contributor Name Recipienl Name Date Dollar -Amount NO CONTRIBIJ NS MADE - DOES NOT APPLY S � I I I ❑ Check here if the information is continued on subsequent gage(s) version March 19. 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 DO C #5 ti I OCKHOLDER DISCLOSURE CERTIFICATION ;game of Business: ❑ 1 certify that the list below contains the names attd home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR ❑ 1 ewify that no one a-tockholder owns 10%or more ofthc issued and outstanding stock oft}rc undersigned. Check the boa that repmsents the type of business organization: ❑Partnership ❑Corporation ❑Soic Proprietorship ❑Limited Partnership ❑Limited Liability Corporation ❑Limited Liability Partnership ❑Subchapter S Corporation Sign and notarize the farm below-, and, if necessary, complete the stockholder list below. Stockholders: Name: Name: Home Address: l tome Address. Name, Nanic: l iome Address: flume Address: > �a Name: Name- Iiome Address: Home Address: �me tbsiurx (ey of (At t) - ;yc�+ , ,l r ( "I Q44ro tr Civt \�tsry Pu�Jrc) (J 0 - -- Priest " eA tale of '.!y E-a.tnvros:cm i�pirss' 3�t-e 11 � 7 S' ' a C. a .,.-u k y J0 P ?P3 co re sra!) Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO DocuSign Envelope lD F852F548-0392-4A1B-A26B-7Eg66265CA9A DOC #6 DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY- DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 0862"210 BID SOLICITATION p AND TITLE: RFP 24-08 VENDOR NAME: Northem Safe a,. Inc Pursuant to U.S.A. 52,32-57, el seq (P,L. 2012, c 25 and P.L, 2021, c.4) any person or entrty that submds a bid or proposal or otherwise proposes to enter into or renew a contract must certify that neither the person nor entity, nor any of its parents, subsidianes, or affiliates, is identified on the New Jersey Department of the Treasury's Chapter 25 List as a person or entity engaged in investment activities in Iran. The Chapter 25 list is found on the Division's website at httosJAvww state nr.usltreasurvlourchaselodMhaater25Lmst odf. Vendors/Bidders must review this List prior to comp)ebng the below certification. If the Director of the Division of Purchase and Property finds a person or entity to be in violation of the law, sine shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, Imposing sanctions, seeking compliance, recovering damages, declaring the parry in default and seeking debarment or suspension of the party. CHECK THE APPROPRIATE BOX InI certify, pursuant to N.J.S,A. 52 32-57, at seq. (P L. 2012, c.25 and P L. 2021, c.4), that neither the VendorBidder listed above nor any of its parents, subsidiaries, or affiliates is listed on the New Jersey Department of the Treasury's Chapter 25 List of entities determined to be engaged in prohibited activities In Iran. OR ❑ lam unable to certify as above because the VendorlBidder andlor one or more of Its parents, subsidiaries, or affiliates is listed on the New Jersey Departmentof the Treasury's Chapter 25 List I will provide a detailed, accurate and precise description of the activities of the VerdorlBEdder, or one of its parents, subsidiaries or affiliates, has engaged in regarding investment activities in Iran by completing the information requested below Entity Engaged in Investment Activities Relationship to Vendorl Bidder Descnption of Activities Duration of Engagement Anticipated Cessation Date 'Attach Adddionai Sheets If Necessary CERTIFICATION I, the undersigned, cerGly that I am authorized to execute this certification on behalf of the Vendor, that the foregoing information and any allachments hereto, to the best of my knowledge are he and complete I acknowledge that the State of New Jersey is relying on the information contained herein, and that the Vendor is under a continuing obligation from the date of this certifrcaton through the completion of any contract(s) with the State to notify the Stale in writing of any changes to the iniormaton contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. If I do so, I may be subject to cnnvnal prosecution under the law, and it will constitute a material breach Of my contract(s) with the Stale, permitting the State to declare any conVact(s) resulting from this certification void and unenforceable. Ooeulilpne�Qd b_y,, ff .....•� L J/lM.�.�Iat, Signallllllture. Carrie Bachman - Director of Sales Operations Print Name and Title Vcrslon Match 19, 2024 Date 6125124 DPP Rev 12.13,2021 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO DocuSign Envelope ID FB52F548-0392-4A1B-A26B-7E966265CA9A I)OC l'7 tr'r: CERTIFICATION OF NON-INVOLVEMENT IN PROHIBITED ACTIVITIES IN RUSSIA OR BELARUS Pursuant to NJ S-A, 52 32.60.1, et seq. (L, 2022 c. 3 any person or entity (hereinafter "Vendori') that seeks to enter into or renew a contract with a State agency for the provision of goods or services, or the purchase of bonds or other obligations, must complete the certification below indicating whether of not the Vendor is identified on the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here httDs 1,16anclionssearch.ofac.1reas oovl If the Department of the Treasury finds that a Vendor has made a certification in violation of the law it shall take any action as may be appropnate and provided by law, rule or contract, mcluding but not limited to, imposing sanctions, seeking compliance, recovering damages, dedanng the party in default and seeking debarment or suspension of the party. I, the undersigned, certify that I have read the definition of 'Vendor below, and have reviewed the Office of Foreign Assets Control (OFAC) Specially Oesignated Nationals and Blocked Persons fist, and havmg done so certify. (Check the Appropriate Box) © That the Vendor is not identified on the OFAC Specially Diesionaled Nationals and Blocked Persons list on account of activity related to A, Russia and/or Belarus OR O B That I am unable to certify as to 'A' above, because the Vendor is identified on the OFAC Soecialfv Desronated Nationals and Blocked Persons list on account of activity *aced to Russia andlor Belarus OR That I am unable to certify as to'A" above, because the Vendor is identified on the OFAC Soecially Desienated Nationals and Blocked O Persons fist However, the Vendor is engaged in achvay related to Russia and/or Belarus consistent with federal law, regulation, license L or exemption A detailed descriptor of how the Vendors activity related to Russia ancilor Belarus is consistent with federal law is set forth below LC11—SIg-lb, SignatuVWdmVA1 ;zed Representative Came Bachman- Director of Sales Operations Print Name and Title of Vendor's Authorized Representative Northern Safety Co., Inc Vendor's Name 232 Industrial Park Dr Vendors Address (Street Address) Frankfort NY 13340 Vendors Address (City1State1Zip Code) (Attach Additional Sheets If Necessary) 5125124 Date 16-1214814 Vendor's FEIN 315-793-4M Vendor's Phone Number Vendors Fax Number carrie.bachman wurthindustrV,tom Vendor's Email dress i Vendor means (1) A natural pefson, corporation, company, limited partnership, Imiled liability partnership, limited liability company, business association, sty proprietorship, joint venture, partrership, society, trust, or any other nongovemmental entity, organizaton, or group. 12) Any governmental engly or inshmentality of a gavemmenl, irKUff g a multilateral development insblutien, as defined in Section 1701(c)(3) of the International Finaricol Institutions Act, 22 U S Cr. 262r(c)(3), or (3) Airy parent, successor, subunit, direct or induect subsidiary, or any entity undercornmon ownership or conlrol with, arty enbty described in paragraph (1) or (2). NJ Rev 122 2024 Vcrsion h74ri h 19, 2024 Docusign Envelope ID: 2FB5EBB3-8430-4821 -138AC-CE81 B0756DAO 2114124, 2 V3 PM Taxpayer Name: Trade Name: Address: N.J. Department of Treasury - Divisian of Revenue, On -Line Inquiry STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE Certificate Number: Effective Date: Date of Issuance: For Office Use Ojk1y: 20240214140838993 NORTHERN SAFETY CO., INC. 232 INDUSTRAIL PARK DR FRANKFORT, NY 13340 2018164 February 16, 2016 February 14, 2024 i https.1Iwww1,15We-nf.LjwT TR—BRCIservleticommonA3RCLagln f1 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO DocuSign Envelope ID 5COF3021-F921-44EB-8EDB-8DBCD2BE8039 DOC #9 EEOAA EVIDENCE Equal Employment Opportunity/Affirmative Action Goods, Professional Services & General Service Projects EEO/AA Evidence Vendors are required to submit evidence of compliance with N.J,S.A. 10:5-31 et seq. and N.1.A.C. 17:27 in order to be considered a responsible vendor. One of the following must be included with submission: • Copy of Letter of Federal Approval • Certificate of Employee Information Report • Fully Executed Form AA302 • Fully Executed EEO-1 Report See the guidelines at: httns-//www.state.ni.us/treasurv/contract compliance/documents/vdf/guidelines/na.t)df for further information. I certify that my bid package includes the required evidence per the above list and State website. Carrie Bachman Director of sales operations Name: Title: jr �D..Aigud by Signature: " "� Date: 6/26/2024 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO I (A11 (11 1 C)I'Pf)Itii INl ll ( m€Em tkuedml fwm tool SE long Illmlf)V IIJ Of') kr.esx4W2023 2023 1:NIPI.OY1.1t IN ORNIA11ONRLPOR I �ELO-I C'O;HPON. LN I' I) UMBt-,I.AN—d; 3046-WO €.,photon Pare: 11'342026 SECTION K —OFFICIAL C FRT1FWA7'ION OF SUHMISSION E MPLOVER IVNNI WIC'ATION - WSCUNIPANY ill j .-. _ i X1�+'Ofi1 jll nlPLuti�txNnslr� NORTHERN SAFETY COMPANY INC. .4 u1)H1 �5 cTfY�i{)N'N SFwTE ZIP crx)€ 232 INDUSTRIAL PARK DRIVE FRANKFORT NY 13340 C'E:It'll F1C'ATION C'OHN1EN-TS (Wwnal) _.., No Certfncatlon Comments Pr(Mdod CERTIFICA"I ION STATEMENT 1(c ernff, that the Inforntalrot, incbtdiag any a'Orkforrc demographic dole, procidesd in rldr report is correct and !rive to the hest afmy kaox lc dge and was prepared in conformity with the directions se! forth in rhe,jorm and accompatr)ing mstnecirans." 1:no%ingly and willfully false statements on this report are punishable by law, US Code, Talc 18, Section li)01. DATE OF C'ER'T1F7CAT'IUN I 512412024 12:02 PHI [EST] EMPLOYER lfae�p aCEmpkryer'y C'et[di mg UlPcral TAMMY MARCHESE 1 tic a1'C'ettllymg Uflicul VP OF HUMAN RESOURCES F—d OIA-1 1�:i'r1 Mi i�aT. T UI Li'1111 'nf�{J[%ul TMA.RCHESECUORTHERNSAFETY.COM 315-793-4900 PR1;1i V PO1N'FUF CY)*1TAC'T(1`011 1 FOR EE6.1 To.51PUKEN C I REPCiRTI\i, Wale aC IMlrnary lY]C' 'I 16i: and f:,ll y T ul iklncar, rm ELLEN BORON S611w Talent Acquisition Partner Northern Safety ComWy Inc. !:awl/uldressut Pnman IVL' TcE<y -Nn . at Pnma.y K. ESORON@NORTHERNSAFETY COM 315.783.4p00 Docusign Envelope ID: 2FB5EBB3-8430-4821 -B8AC-CE81 B0756DAO ll ti. EQUAI. El11P1.(l1'1tE:NT OPI'ORTUNI 1:10C S ta?ndard f am. I I3D ('1F lotll FY COM N1 ISSION (EF(M') R-.14 bq AW 2023E-NIPLOVER INF+ORNIAT)OV REPORT i:(AI CO-WO.NENT II O4rg C-rnirumk s49 3&&&0 - Ezpna[am (ate- 1 L'3Q2a2b SIV t'10N A -'T r' PE: [fF REF'L1R'T ! ! CONSOLIDATED REPORT I S}.('liON Il- E'11PLOVFR I0FM1 11}T('A'1'IOV U}$c'UAI Y'111 - I - "iMuYERNA16e.. X107061 NORTHERN SAFETY COMPANY INC. A[3tNit_�S -T CTCYrTUWN STATE zip mOE 232 INDUSTRIAL PARK DRIVE FRANKFORT NY I 13340 I 111}:A UAR'RSOltESTAi.I"'IME;1T-LE•VELIDENTIFICATION tf 1'Eli IicabFrt 11(rYSTA13LISIi.NL'VT-LLVj�jjN[j'jtj Ii1:A1(:AIiILHSURE:Si'ABI.ISHi1tV(-IF:Y'F.LNAME + HLAWIJARFERSOt[ESS CIIY'f0WN t 7 - WATE I ZIP". I SECTION D-EMPL.O YERIDE'1TIVICA11O1'-VAItIER(EIA) --_ 161214814 SE:mON£wEMPLOYER FILING ELIGIBILITY - 1'F:S (EmPlDyrr Is EhObic to Fik) [] No fi:mploycr Is hot EIRRiblc to F.1e) n EAIPLOVER NO LONGER 1N BL)S1NMS JI SEC7i101 } - }'E:DERAL C ON7'RA(TOR DESIGNATION (1f npplicaMe) — Unique Entity iD (UpAl XUZVBYNEBFI5 YE_ti (Sitlg(c.Estab6awwm Employer rs Federal Crngmctor) Q VE.ti (Multi -Establishment EnVloyer is Federal CDnuwor) 0 YES (lfcadguartcrs m Federal Contractor) ❑ 1'ES (.Kou-"c*uAa m E$ublishmatt is FC&'YW Contractor) ® VES(Onc or Morn Iton-Fleadgtmrters Establtshntcau is Federal Contracor) .1E(:TION C -1 AI(S tNFORh1A-nON - 473930—Other Mkr0aneous Durablm Goods Memhant Wholesalers I %E(TION IF-YY'6RKF0R(E 6FMO(;RAPIfI(' DA'rA — I RocalEthnlclty I Not HisDanlc or Utfno Not 1 I Latina j errr Lailna � mall; is u ra o` Igb 0` u JOB CATEGORIES u c m� 4 0A> � Raw a Z �_yI Z a TOW to ®7 c O ro ? a 4 0 03 t4 a JSS gg0 w� z¢ ti Q w ea z 4 3 F Fxe Sen,&eval CkTaats and Lbnagera I I I I sa 1 a 1 a a I D I r I '3 I D I a I D F a 29 I I Fse .ltd evel O!ficleis and manager I e 3 1 se 1 T 1 1 0 14I[[q a I p l 0 I t I 0 I Professanals 1 0 Y5 1 1 13 0 t 2 I (_. D l I t I 0 0 I 0 a rat I .- I 1 Techmcm I z D. -1 tb I I I D .I D t I D l 0 a l a l a I 1 I sates Workers e 1D rD 11 t 1 0 a D 23 1 a 1 a Adm,fvgatrve Support Woikers ti 9 63 I 0 0 f t at6 s t I Craft W I 1 0 l o l D 0 D D 1 D I 55 D zn j 0 ga 1 t$T rorkerc 1 0 D B 0 4 0 0 0 0 0 D 0 a 6 Ooen&vas I eS J d 99 21 1 0 1 0 1 4 I u 1 2 1 0 I 0 I 0 16d Laborers and Helpers 6 I 7 to.J 91 J 0 J 0 Lg J 3 I y-- I D 0 I I _ I service Workers t ] 0 8 1 D ) u.. _I a 0 1 0 0 I 0 Ij D I a 44 J 0 T 1 CURRENT 2023 REPORTING YEAR TOTAL 50 I Is M 30 6 0 s 5 241 to s I a I I I t PRIOR 2022 REPORTING YEAR TOTAL I I I 11 I 448 I M I e I 0 I a I a I Se.1 I t5 i 1 s l 0 1 s AV SE('I'IO:\ 1- WORKFORCE SNiAPSH(1T PERIOD 12l14P2023 - 12f30f2023 _ SECTION J- READOVARTMS 6K Eti1:AHLLSIIAIEiS'r-LE S E L ("(>b111k\'15 (alwensl) Nat Applicable Docusign Envelope ID: 2FB5EBB3-8430-4821-B8AC-CE81B0756DAO DocuSign Envelope ID. FB52F548-0392.4A1B-A266.7E966265CA9A DOC # 10 MACBRIDE-PRINCIPLES STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY • DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 08625.0230 BID SOLICITATION # AND TITLE: RP 24.08 VENDOR NAME: Northern SAV Co., Inc Pursuant to Public Law 1995, c 134, a responsible Vendor/Bidder is required to provide a certification in compliance with the MacBride Principles and Northam Ireland Act of *69 Pursuant to N.J.S A. 52:34-12.2, Vendor(Bidder must complete the certification below by checking one of the two options listed below and signing where indicated If a Vendori adder that would otherwise be awarded a purchase, contract or agreement does not complete the certification, then the Director may determine, in accordance with applicable law and rules, that 1 is in the best interest of the State to award the purchase, contract or agreement to another Vendor! Bidder that has completed the certification and has submitted a btd within five (5) percent of the most advantageous bid. If the Director finds contractors to be in violation of the principles that are the subject of this law, he/she shall take such action as may be appropriate and provided by law, rule or contract, Including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the parry in default and seeking debarment or suspension of the party. I, the undersigned, on behalf the VendorBidder, certify pursuant to N J.S A 52.34.12 2 that: CHECK THE APPROPRIATE BOX ElThe Vendor/Bidder has no business operations in Ncrthem Ireland, or OR The VendorlBidder will take lawful steps in good faith to conduct any business operations it has in Northam Ireland in accordance ❑ with the MacBride principles of nondiscnmmation in employment as set forth in section 2 of P. L 1987, c. 177 Nf J S.A. 52.18A-89 5) and in conformance with the United Kingdom's Fair Employment (Northern Ireland) Act of 1989. and permit independent monitonng of its compliance with those principles. CERTIFICATION I, the undersigned, certify that I am authonzed to execute this cerbficalion on behalf of the Vendor, that the foregoing Information and any attachments hereto, to the best of my knowledge are true and complete. I acknowledge that the State of New Jersey is relying on the information contained herein, and that the Vendor is under a oonhnuing obligation from the date of this certification through the completion of any contract(s) with the State to notify the State in writing of any changes to the informabon contained herein, that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification If I do so, I may be subject to criminal prosecution under the law, and it mil constitute a material breach of my contract(s) with the State, permitting the State to declare any contract(s) resulting from this certification void and unenforceable �o"usi0ned by. (,alYYit. iJc+f ►+atn 6f 2`124 Signature `. i_. Date Carrie Bachman • Director of Sales Operations Print Name and Title DPPRav 12U.:021 Vernon March 19, 2024 WURTH NorthernNV' & Industralafaly I ORR°Safety 14 VAN HORN • 6 lk OMNIA Partners Sales Support Phone: 1.888.777.9544 Email: OMNIAPartners@northernsafety.com © 2022 Northern Safety Co., Inc. OMNIX P A R T N E R S • ■ r ■ M ■ "a 0 Over 2,300 Items to Rent , x OMNIA Partners, Public Sector is the nation's largest and most experienced cooperative purchasing organization dedicated to public sector procurement. Learn more at 01MINIAPartners.com/publicsector. sign Envelope ID:2FB5EBB3-8430-4821-B8AC-CE81B0756DA0 A111I S1!Arir� Trust Us for Expertise, Experience, & Convenience We'll customize a solution that will enhance your safety program. Our team of experts has the knowledge and training to assist you in many functions around your facility Look to us for these great benefits Certified technician team Service agreements built around your needs Weekly, monthly, or annual compliance inspections Embedded Services Our on -site technicians are skilled in testing, repairs, equipment maintenance, and inspections. ■ Air Sampling ■ Asset Tracking/Inspection/Reporting ■ Breather Box Inspection/Repairs ■ Bunker Gear Rental/Inspection/Cleaning ■ Emergency Eye Wash and Shower Inspections ■ Emergency Exit Light Inspections ■ Fall Protection Inspections ■ Fire Extinguisher Inspections/Refill ■ Fire Hose Testing ■ Fire Pump Testing ■ Fit Testing ■ Fixed Anchor Point Testing ■ Fixed Instrument Repair/Calibration ■ Foam Sampling ■ Harness Laundering ■ Level A Suit Pressure Testing ■ On -Site Rental ■ PIV Inspections ■ Portable Instrument Repair/Calibration ■ Portable Ladder Inspections ■ Respirator Cleaning ■ SCBA Inspections/Functional Testing ■ Turnaround Rental/Support t� Mobile Services Our technicians arrive in fully equipped vehicles, ready to perform inspections, testing, and repairs. ■ Air Sampling ■ Breather Box Inspection and Repairs ■ Emergency Eye Wash and Shower Inspections ■ Emergency Exit Light Inspections ■ Fall Protection Inspections ■ Fire Extinguisher Inspections ■ Fire Hose Testing ■ Fit Testing ■ Fixed Anchor Point Testing ■ Fixed Instrument Calibration ■ Portable Instrument Calibration ■ Portable Ladder Inspections ■ SCBA Inspections and Functional Testing ■ Level A Suit Pressure Testing Inspection, And Repair Maintenance, Whether you drop off your equipment or send it in, you can depend on our experienced technicians for fast, professional service. We have the expertise to get the job done right, ensuring your equipment functions properly to keep your team safe. ■ Breather Box Inspection and Repairs ■ Fall Protection Inspections ■ Fit Testing ■ Portable Instrument Calibration ■ SCBA Inspections & Functional Testing ■ Electrical Glove Testing Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DA0 Cost -Effective Program for Essential Safety Equipment You depend on your safety equipment to make sure you and your crew go home at the end of each day. Take advantage of the game -changing benefits of renting your equipment instead of buying it. All equipment is: 100% tested and calibrated prior to shipment Evil Shipped with fully charged batteries Evil Complete with all required accessories for operation What Can Our Rental Program Do for You? ■ No up -front expenses ■ Minimize overhead ■ Eliminate repair costs ■ Control your budget ■ Large volume rental discounts ■ Daily, weekly, monthly, and long-term rates available U$ ■ Fast equipment shipments ■ Lets you try before you buy ■ End equipment maintenance headaches ■ Multiple job site contracts ■ Wide selection to tackle more projects ■ Allows flexibility to support demand ■ Reduce your storage requirements ■ Convenient order process ■ Decrease accidents and injuries ■ Improve breathing air quality ■ Reduce workers' compensation costs ■ Minimize confined space risks ■ Equipment that's always compliant with the ■ Prevent falls from height latest safety regulations ■ Test for hazardous atmospheres Great Selection of Equipment for All Your Important Projects ■ Multi -Gas Monitors ■ Noise Dosimeters ■ Portable Eye Wash Stations ■ SCBAs (Scott 2.2 & 4.5) ■ Half and Full Face Masks ■ Breathing Air Equipment ■ Air Sampling Pumps ■ Portacount Fit Test Machines ■ Tri-Pods & Self -Retracting Lifelines ■ Confined Space Blowers ■ Breather Boxes ■ Ska-Pak Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO RENTAL ITEMS AVAILABLE: GREAT SELECTION OF EQUIPMENT FOR ALL YOUR IMPORTANT PROJECTS RESPIRATORY • 5-Min Escape Packs (ELSA) • 10-Min Escape Packs (ELSA) • Scott Airpak 2.2, w/30 min Cylinder & AV2000 or AV3000 • Scott Airpak 4.5, w/60 min Cylinder & AV2000 or AV3000 • Scott 5 Min SKA-PAK w/AV2000 or AV3000 • Scott 10 Min SKA-PAK AT w/AV2000 or AV3000 • Scott AV2000 or AV3000 Facepiece • Scott Weldovista • Scott Bayonet Adapter • 3M Full Face - 6000 Series • 3M Half Face - 6000 Series • 3M SA2000 LP • 3M SA LP Hose • 8-outlet Manifold Stand w/Regulator & Alarm • Breathing Air Regulator w/Alarm (w/o stand) • Splitter 5-way, Hex • Scott Hose, 50-ft Low Pressure • Scott Hose, 100-ft Low Pressure • Hose, 100-ft Low Pressure • Hose, 100-ft High Pressure AIR CHANGES • ASI Air Cart, dual cylinders • 2216 psi - Spare Cylinder • 4500 psi - Spare Cylinder • Single Unit Cylinder 300 C.F. • 6 Cylinder Cascade • 12 Cylinder Cascade BREATHER BOX & BLOWER • Breather Box 50-CFM • Breather Box 100-CFM • RamFan Ventilation Kit BREATHING AIR/CASCADES • Air Cart, dual cylinders *(air charge additional) • 2216 psi - Spare Cylinder *(air charge additional) • 4500 psi - Spare Cylinder *(air charge additional) • Single Cylinder (300 Cu Ft) *(air charge additional) • 6 Cylinder Cascade *(air charge additional) • 12 Cylinder Cascade *(air charge additional) FALL PROTECTION • DBI / Protecta Tripod, 50' SRL, Winch • DBI / Protecta Tripod • 33-ft SRL • 50-ft SRL • 85-ft SRL • 3-N-1 • Winch • Personal SRL -Nano Lok Twin Leg 8 in w/Steel Rebar Hooks • Harness- Dbi Sala ExoFit Vest Style Harnes • Anchorage Verifcation Device (AVD) w W URTH MRO I SAFETY I METALWORKING Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO RENTAL ITEMS AVAILABLE: GREAT SELECTION OF EQUIPMENT FOR ALL YOUR IMPORTANT PROJECTS GAS MONITORING (ISC) • Industrial Scientific Tango (H2S/CO) • Industrial Scientific MX6 • Industrial Scientific MX6 PID • Industrial Scientific MX4 • ISC Stainless Steel Probe • Docking Station DSX- Cloud Connected • Docking Station DSX - Stand Alone • Demand Flor Regulator • Extra Battery • Extra 6-Bank Charger GAS MONITORING (MSA) • MSA Altair io4 • MSA Altair io Dock • MSA Altair io Charger 5-Bank • MSA Altair io Dock Cylinder Holder (Spare) • MSA Altair 4X/4XR • MSA Altair 5X - 4 Gas • MSA Altair 5X - 5 Gas • MSA Altair 5X - PID • GX2 Docking Station w/1 Cylinder holder • Extra Charger - Single • Extra Charger - 4-Bank • Extra Cylinder Holder • Extra Probe • Extra Battery GAS MONITORING (ATI) • D16 • NH3 Sensor GAS MONITORING (RKI) • RKI GX-3R • RKI Docking Station GAS MONITORING (RAE/BW) • Rae Systems MiniRae 3000 • Rae Systems Ultra Rae 3000 • Rae Systems MiniRae 2000 • Extra Charging Cradel MISCELLANEOUS • Noise Dosimeters Single Unit • Noise Dosimeters 5-pack • Svantek Sound Level Meter, Type 1, W/1/1 Octave Band • GilAir Plus Personal Air Sampling Pump - Single Unit • GilAir Plus Personal Air Sampling Pump - 5/Pk • Gilian Gilibrator-2 - Standard Air Flow Calibrator • Portable Eyewash Station • Portable Safety Shower / eyewash • TSI Portacount Fit Test Machine 8038 • TSI Portacount Fit Test Machine 8030 • Fit Test Adapter • Honeywell PosiCheck 3 • AED • Kubota w WURTH MRO I SAFETY METALWORKING Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO I I SBA I I US. Small Business Administration 202-205-8800 1 sba.gov 409 3rd St, SW. Washington DC 20416 May 14, 2024 Knight Safety & Industrial LLC SAM UEI: ZAW5Q9KN8D93 14216 SMITHURST RD EDMOND, OK 73013 Veteran: Dan Dornbos Dear Knight Safety & Industrial LLC: I am writing to inform you that Knight Safety & Industrial LLC has been certified by the Veteran Small Business Certification Program (VetCert) at SBA. Your certification confirms your eligibility to compete for set -aside contracting opportunities, as well as other benefits, as a Veteran -Owned Small Business (VOSB). What you need to know: • Knight Safety & Industrial LLC is certified as a Veteran -Owned Small Business (VOSB) and publicly listed at veterans.certifv.sba.aov. • Your certification is valid for three (3) years from the date of this letter. • You may visit SBA's website to download SBA -approved digital icons that indicate your certification status. • SBA may conduct a program examination at your office or work site during your certification period to verify the accuracy of your certification. • You may apply for recertification 120 days prior to your expiration date by logging in to your Veteran Small Business Certification profile. What to do if your business changes: You must inform SBA of any changes to the business that could affect its eligibility for the program, such as: • a closure • a change to the firm's ownership, business structure, or control • filing of a bankruptcy • a change in a Veteran -owner's active duty status You can inform SBA of changes through the VetCert website at veterans.certifv.sba.aov. Failure to report eligibility changes within 30 days of the change could result in: • Civil and criminal penalties • A referral to the Debarment and Suspension Committee • Decertification and removal from the Veteran Small Business Certification Program Please keep a copy of this letter to confirm Knight Safety & Industrial LLC's continued program eligibility. Thank you for your service to our country and for continuing to serve the United States through small business ownership. Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Sincerely, �1 � : 1) John B. Perkins Director Veteran Small Business Certification Program r1 SBAn All SBA programs and services are extended to the public on a nondiscriminatory basis. , Docusign Envelope ID: 2FB5EBB3-8430-4821 -B8AC-CE81 B0756DAO CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity FORM CIQ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. jJ Name of vendor who has a business relationship with local governmental entity. N/A J ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. N/A A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? 71 Yes F1 No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. N/A J ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J Signed by: 3/17/2025 ign2tCii`6Fcfr doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.0010-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 MkC Review Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Page 1 of 2 A CITY COUNCIL AGEND Create New From This M&C DATE: 2/25/2025 REFERENCE NO.: CODE: P TYPE: **M&C 25- 0149 CONSENT Official site of the City of Fort Worth, Texas FORT WORTH 13P COOP OMNIA R240807 LOG NAME: MRO SUPPLIES AND EQUIPMENT WA KQ PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Agreement with Northern Safety Co., Inc. Using Omnia Partners Cooperative Contract No. R240807 for Maintenance, Repair and Operations Supplies, Equipment, and Related Products and Services for an Annual Amount Up to $533,000.00 for the Initial Term and Authorize Four (4) One -Year Renewal Options for the Same Annual Amount for the Water, Park & Recreation, and Transportation & Public Works Departments RECOMMENDATION: It is recommended that the City Council authorize execution of an agreement with Northern Safety Co., Inc. using Omnia Partners cooperative contract No. R240807 for maintenance, repair and operations supplies, equipment, and related products and services for an annual amount up to $533,000.00 for the initial term and authorize four (4) one-year renewal options for the same annual amount for the Water, Park & Recreation, and Transportation & Public Works Departments. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of an agreement with Northern Safety Co., Inc. for maintenance, repair, and operation (MRO) supplies, equipment, and related products and services. This agreement will be used to purchase necessary MRO services and supplies for day-to-day and project specific needs. Northern Safety Co., Inc. provides tools and equipment, building and maintenance supplies, green and sustainable solutions, safety and emergency items, specialized and industrial supplies, various services including but not limited to installation, rentals, and other related services. This agreement will include additional funding compared to the historical agreements to accommodate for all Water Department Divisions and the Park & Recreation Department entering into this new agreement. COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a cooperative purchasing agreement satisfies State laws requiring that the local government seek competitive bids for the purchase of items. Omnia Partners Contracts have been competitively bid to increase and simplify the purchasing power of local government entities. Region 4 Education Service Center published Request for Proposal No. 24-08, available through Omnia Partners for MRO Supplies, Equipment, and Related Products on May 16, 2024 and May 29, 2024. Contract No. R240807 was awarded to Northern Safety Co., Inc. on November 1, 2024. FUNDING: Funding is budgeted in the General Operating & Maintenance category in the Water & Sewer, Community Tree Planting Prog, and General Funds for the Water, Park & Recreation, and Transportation & Public Works departments. ADMINISTRATIVE CHANGE ORDERS - An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval. TERM: The initial term of the agreements will begin upon execution and end on October 31, 2025. RENEWAL TERMS: The agreement may be renewed for four (4) additional one-year terms. This http://apps.cfwnet.org/council_packet/mc review.asp?ID=33014&councildate=2/25/2025 2/28/2025 MkC Review Docusign Envelope ID: 2FB5EBB3-8430-4821-138AC-CE81B0756DAO Page 2 of 2 action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. BUSINESS EQUITY: A Business Equity goal is not assigned when purchasing from an approved purchasing cooperative or public entity. This agreement will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certified that upon approval of the recommendation, funds are available in the current operating budgets, as previously appropriated in the Water & Sewer, Community Tree Planting Prog, and General Funds. Prior to an expenditure being incurred, the Water, Park & Recreation, and Transportation & Public Works Departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for Citv Manager's Office bv: Oriciinatinci Department Head: Additional Information Contact: Program Activity Budget Reference # Amount Year (Chartfield 2) Program Activity Budget Reference # Year (Chartfield 2) Reginald Zeno (8517) William Johnson (5806) Reginald Zeno (8517) Christopher Harder (5020) Brandy Hazel (8087) Karen Quintero (8321) Amount ATTACHMENTS 13P COOP OMNIA R240807 MRO SUPPLIES AND EQUIPMENT WA KQ fid table.xlsx (CFW Internal) 3P COOP OMNIA R240807 MRO SUPPLIES AND EQUIPMENT WA KQ funds avail.docx (CFW Internal) SAM.aov 1.16.25.pdf (CFW Internal) SOS 1.16.25.gdf (CFW Internal) Texas - FTW - 1295 Document - 2025 - CB signed - 1.21.2025.pdf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=33014&councildate=2/25/2025 2/28/2025