Loading...
Agenda 05/13/2013 Item #16E 75/14/2013 16.E.7. EXECUTIVE SUMMARY Recommendation to retroactively approve the competitively solicited US Communities contract MA -IS- 1340234 with Graybar Electrical. OBJECTIVE: To provide operating departments with a cost effective means of buying electrical parts and supplies to ensure that building maintenance and equipment repair is timely and complete and supports the mission of life, safety and health.. CONSIDERATIONS: The County's operating departments purchase electrical parts and supplies for the maintenance, repair and installation of building systems and equipment to support the County's public service mission. These purchases are regularly conducted through all divisions and support existing building systems and equipment. Historically, these purchases have been approximately $360,000 annually. Florida Statute Section 163.01, known as the Florida Interlocal Cooperation Act of 1969, [2] permits local governmental units to make the most efficient use of their powers by enabling them to cooperate with other localities on a basis of mutual advantage and thereby to provide services and facilities in a manner and pursuant to forms of governmental organization that will accord best with geographic, economic, population, and other factors influencing the needs and development of local communities and [4] a public agency of this state may exercise jointly with any other public agency of the state, of any other state, or of the United States Government any power, privilege, or authority which such agencies share in common and which each might exercise separately. U.S. Communities is a nonprofit government purchasing cooperative that reduces the cost of goods and services for participating agencies by aggregating their purchasing power nationwide. Lead public agencies competitively solicit contracts which U.S. Communities makes available to agencies and nonprofits nationwide. Approximately, 90,000 public agencies are registered; and many utilize the "buying power" of the contracts to reduce their overall spend and streamline their buying processes. A nation -wide request for proposal was issued by the lead agency County of Los Angeles, California on December 6, 2012 in anticipation of the then current contract end date of March 31, 2013. A mandatory pre - solicitation meeting was conducted on December 18; responses were due back to the County on January 17, 2013. Posting notification was through the County of Los Angeles, Onvia Demand Star, Canadian MERX Public Tenders, US Communities, and newspaper advertisements. Three (3) firms' submitted proposals and a selection team ranked Graybar Electrical as the overall most responsive proposal according to the selection criteria set forth in the request for proposal (sixty (60) percent of the overall criteria was based on price). The County of Los Angeles awarded a three (3) year agreement with two (2) — one (1) year renewal options. The award consideration process used is very similar to the Collier County request for proposal process. This agreement also provides for a local vendor, Graybar Electric out of Ft. Myers to provide the sale and distribution of contract items to Collier County. Packet Page -3391- 5/14/2013 16.E.7. This agreement leverages the purchasing power of public purchasing agencies to provide best value pricing. The difference in the prices offered on core items is approximately .012 percent between the low proposer and the second low bidder. Staff completed a price comparison of several core items with local area suppliers and found the Graybar contract pricing was approximately 20 — 30 percent lower. Staff is requesting Board retroactive approval to utilize the aforementioned purchasing agreement in excess of fifty thousand dollars ($50,000.00) annually for the contract and renewal period commencing on the date of award April 1, 2013 to the end of contract, and all renewal periods. This contract allows for: • Guaranteed overall low pricing; • Single source to more effectively manage electrical parts and inventory; • Consolidation of orders, order reports, and • No cost next day delivery; • Consolidation of orders, summary billing, cross reference files; and • Invoice customer service representative with detailed and cross - referenced data pricing. The Board's Purchasing Policy (XIV B) states: "The Director shall have the authority to approve purchases under State of Florida and Federal GSA cooperative contracts. The Director shall also be authorized to join with other units of government in cooperative purchasing ventures prior or subsequent to award when in the best interests of the County. If funds have already been budgeted, no further Board action will be required. In authorizing all such purchases under pre- existing agreements, the Director shall have determined that the term and conditions of the purchase are competitive in the market and favorable to the County." Staff recommends the use of this contract by operating departments as it provides for the overall most competitive pricing, efficient and streamlined process for the County, standardization of reports and invoices, and local vendor preference. FISCAL IMPACT: Operating departments have funding available within fund centers. The historical annual spend for electrical supplies has been $360,000. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS:: This item has been reviewed by the County Attorney, is legally sufficient, and requires majority vote for approval. -JAK RECOMMENDATION: That the Board of County Commissioners retroactively approves competitively solicited US Communities contract MA- IS- 1340234 with Graybar Electrical. PREPARED BY: Rhonda Tibbetts, Operations Manager, Purchasing Nicole Parker, Procurement Strategist, Purchasing Packet Page -3392- 5/14/2013 16.E.7. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.7. Item Summary: Recommendation to retroactively approve the competitively solicited US Communities contract MA -IS- 1340234 with Graybar Electrical. Meeting Date: 5/14/2013 Prepared By Name: TibbettsRhonda Title: VALUE MISSING 4/19/2013 11:55:29 AM Submitted by Title: VALUE MISSING Name: TibbettsRhonda 4/19/2013 11:55:31 AM Approved By Name: ParkerNicole Title: Contracts Specialist,Purchasing & General Services Date: 4/19/2013 12:47:24 PM Name: MarkiewiczJoanne Title: Manager - Purchasing Acquisition,Purchasing & Gene Date: 4/19/2013 12:47:44 PM Name: pochopinpat Title: Administrative Assistant,Facilities Management Date: 4/19/2013 2:03:01 PM Name: KlatzkowJeff Title: County Attorney Date: 5 /1/2013 9:30:01 AM Name: PriceLen Packet Page -3393- Title: Administrator, Administrative Services Date: 5/1/2013 5:35:17 PM Name: KlatzkowJeff Title: County Attorney Date: 5/2/2013 9:08:41 AM Name: PryorCheryl Title: Management/ Budget Analyst, Senior,Office of Manag Date: 5/2/2013 9:15:10 AM Name: OchsLeo Title: County Manager Date: 5/8/2013 11:43:22 AM Packet Page -3394- 5/14/2013 16.E.7. January 30, 2013 5/14/2013 16.E.7. REQUEST FOR PROPOSAL Electrical Products VENDOR EVALUATION REPORT 1.1 Selection Process The County reserves the sole right to judge the contents of the proposals submitted pursuant to this Request for Proposals (RFP) and to review, evaluate and select the successful proposal(s). The County may elect to waive any informality in proposals, if the sum and substance of the proposal is present. The selection process will begin with receipt of the proposal on January 17, 2013. An Evaluation Committee selected by the County will evaluate the proposals and will use the evaluation approach described herein to select a prospective Contractor. After a prospective Contractor has been selected, the County and the prospective Contractor(s) will negotiate a Contract. The goal of this RFP is to award a Contract for a period of three (3) years, renewable for an additional two (2) 12 month periods by mutual consent. Prices shall become effective as of notice of award. If a satisfactory Contract cannot be negotiated, the County may, at its sole discretion, begin contract negotiations with the next qualified Bidder who submitted a proposal, as determined by the County. The County retains the right to select a Proposal other than the Proposal receiving the highest number of points if County determines, in its sole discretion, another Proposal is the most overall qualified, cost - effective, responsive, responsible and in the best interests of the County. The response packages were delivered by mail to the County on or before the January 17, 2013 deadline. The County received 3 vendor responses requesting participation in the national program, which are listed in Table 1 below: i ame i : venoor ryes vnses nuvCivvu Vendors Graybar WESCO SupplyFORCE 1.3 Evaluation Process The County used a selection method that promoted competition through each step of the decision process. In addition, the County used a series of evaluation phases to select final vendors to award contracts. The phases included: minimum requirements review, and scoring the major portions of the proposals. Review and scoring of qualified vendor proposals was according to the evaluation criteria (Table 2) below established by the committee. Packet Page -3395- 1.4 Evaluation Methodology The following are the points of the major portions of the proposals: Table 2: Vendor Proposals Evaluation Criteria Business Proposal 4,000 Cost Proposal 16,000 1.5 Meet Business Specification 5/14/2013 16.E.7. This portion of the proposal will be evaluated and reviewed to ascertain whether Proposer's addressed each requirement Stated in Business proposal in clear, concise and descriptions adequate to satisfy the requirements. Bidders shall return specification sheet fully completed. State "As Specified" or indicate any exceptions to the specification in the space provided. Failure to comply with instructions may be considered sufficient reason for rejection of your offers. Each component in each section of the Price proposals was evaluated according to the following formula: Price Score = W—WA s t P ' e Bid to be Evaluated x Maximum Possible Points Final Scoring and Vendor Selection The evaluation committee met on Tuesday and Wednesday, January 29 and 30, 2013 to complete final scoring and to select the vendor with the highest ranked proposal overall lowest bidder. All scores are shown in Table 3 below: Table 3: Vendor Final Scoring VENDORS POINTS Gra Bar 9,052 WESCO 5,530 ** Suppl FORCE Disqualified Table 4: Vendor Final Selection Graybar Total Points: 9,052 *SupplyFORCE was disqualified from the National program due to non - compliance with the minimum mandatory (pass /fail) requirement. * *WESCO — Out of a total possible cost score of 6,000 points; WESCO received 2,965 points for core items and zero points for the non -core items due to high amount of discrepancies found on Appendix G -B, i.e. discounts did not match G-A, manufacturers offered were not listed on G -A, list prices did not match manufacturers' price lists submitted. We, the County of Los Angeles Electrical Supplies Evaluation committee, hereby certify this Packet Page -3396- foregoing vendor evaluation and selection report is submitted as a consensus c 5/14/2013 16.E.7 Proposal for Electrical products as agreed in the evaluation committee meeting on January 30, 2013. David Stubblefield City of Seattle, WA 13ol13 4brro6Wasp Maricopa County, AZ L Patti Jo Bear Harford County Public Schools, MD NOWAl - i - ! . � .- - Packet Page -3397- 5/14/2013 16.E.7. TERM CONTRACT AWARDS ti cos "" -. '�. CONTRACT NO: VERSION DATE MA- IS- 1340234 -1 INTERNAL SERVICES DEPARTMENT PROCUREMENT FOLDER 453245 BUYER: Theodore Lo PHONE: 323 - 267 -2207 EMAIL: ted.lo @isd.lacounty.gov GRAYBAR ELECTRIC COMPANY I VENDOR NO: 501079 CONTACT: KEVIN STOKER 383 SOUTH CHERYL LANE PHONE: 909- 451.4454 INDUSTRY CA 91789 FISCAL YEAR 2013 EFFECTIVE DATE: 04/01113 EXPIRATION 03/31/16 Comm MMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE E: 285- 93 -00- 047498 v 0.000 CATALOG 0.0000 % DUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 2 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 2.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 3 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 3.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog -2b i OUNTY OF LOS AIiGE VFNDOR SIG ATURE /DATE iL '--� Packet Page -3398- 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 2 LINE NO. COMMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 4 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 4.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 5 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 5.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 6 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 6.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 7 COMMODITY CODE: 285- 93 -00- 047498 1.000 CATALOG 7.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3399- 5/14/2013 16. E.7. Packet Page -3400- PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 3 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 8 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 7.5000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 9 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 8.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 10 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 9.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 11 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 10.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 12 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 12.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT Packet Page -3400- 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 4 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 13 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 14 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 5 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 16 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3401- A f am 0.000 0.000 CATALOG CATALOG CATALOG CATALOG 13.0000% 15.0000% 16.0000% 18.0000% 5/14/2013 16. E.7. Packet Page -3402- PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 5 LINE N0. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 17 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 19.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 18 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 20.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 19 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 21.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 20 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 22.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 21 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 23.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT Packet Page -3402- 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE —7 __ 6 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 22 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 23 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 24 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 25 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3403- 0.000 D Wi] 0.000 CATALOG CATALOG CATALOG CATALOG 24.0000 25.0000% 26.0000% 27.0000% 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 7 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM VALUE PRICE TYPE 26 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 28.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 27 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 30.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 28 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 31.0000 % ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 29 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 32.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 30 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 33.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT Packet Page -3404- 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE —78 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 31 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 32 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 33 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 34 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3405- A e 0.000 0.000 CATALOG CATALOG CATALOG CATALOG 34.0000% 35.0000% 36.0000% 37.0000% PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 LINE NO. COMMODITY /SERVICE DESCRIPTION 35 COMMODITY CODE: 285 - 93-00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 36 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 37 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 38 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 39 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT Packet Page -3406- QUANTITY UOM PRICE TYPE 0.000 CATALOG 0.000 0.000 0.000 0.000 CATALOG CATALOG CATALOG CATALOG 5/14/2013 16.E.7. PAGE 8 k VALUE 38.0000% 39.0000% 40.0000 % 41.0000% 42.0000% 5/14/2013 16.E.7 PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 10 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 40 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 43.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 41 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 44.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 42 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 45.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 43 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 46.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3407- Packet Page -3408- 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 11 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 44 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 47.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 45 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 48.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 46 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 49.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 47 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 50.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 48 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 51.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT Packet Page -3408- 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 12 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 49 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 52.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 50 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 53.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 51 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 54.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 52 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 55.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3409- 5/14/2013 16. E.7. Packet Page -3410- ii PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 13 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 53 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 56.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 54 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 57.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 55 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 58.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 56 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 59.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 57 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 60.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT Packet Page -3410- ii 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 14 LINE NO. COMMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 58 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 59 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 60 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 61 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3411- 0.000 mm 0.000 0.000 CATALOG CATALOG CATALOG CATALOG 61.0000% 62.0000% 63.0000% 64.0000% 5/14/2013 16. E.7. Packet Page -3412- PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 15 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 62 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 65.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 63 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 66.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 64 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 67.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 65 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 68.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 66 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 70.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT A Packet Page -3412- 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 16 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 67 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 71.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 68 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 72.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 69 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 73.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 70 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 74.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3413- 5/14/2013 16. E.7. Packet Page -3414- PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 17 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 0.000 CATALOG 75.0000% 71 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 72 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 76.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 73 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 80.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 74 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 82.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 75 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 83.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT 40 Packet Page -3414- 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 18 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 76 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 77 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 78 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 79 COMMODITY CODE: 285- 93 -00- 047498 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3415- 0.000 0.000 mm 0.000 CATALOG CATALOG CATALOG CATALOG 84.0000% 86.0000% 87.0000% 88.0000% 5/14/2013 16. E.7. Packet Page -3416- ii PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE 19 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 80 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 89.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 81 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 90.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 82 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 91.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 83 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 92.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 84 COMMODITY CODE: 285- 93 -00- 047498 1.000 COST -PLUS 23.0000% ELECTRICAL PRODUCTS AND SUPPLIES - LIGHTING FOR SUPPLIERS, ELECTRICAL ITEMS AND COST PLUS Packet Page -3416- ii 5/14/2013 16.E.7. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 20 LINE NO. COMMODITY /SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE ATTACHMENT SPREADSHEET FOR ONLY THIS LINE. catalog 85 COMMODITY CODE: 285- 93 -00- 047498 1.000 COST -PLUS 26.0000% ELECTRICAL PRODUCTS AND SUPPLIES - SERVICES (LA COUNTY RESTRICTED) FOR SUPPLIERS, ELECTRICAL ITEMS AND COST PLUS INFORMATION PLEASE SEE ATTACHMENT SERVICES SPREADSHEET FOR ONLY THIS LINE. (Service- List _of Suppliers _Cost_Plus_noto_Exceed_26_Per cent.xls) catalog 86 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 0.0000% ELECTRICAL PRODUCTS AND SUPPLIES - CORE ITEMS FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog Packet Page -3417- 5/14/2013 16.E.7. SPECIAL TERMS & CONDITIONS I TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 21 Terms & Conditions in accordance with RFP -IS- 13255001. LOCAL FIXED ASSETS - LA County Only. For all local awards, any single piece of equipment priced at over $5,000 /unit will be excluded from any resulting agreements. SUBCONTRACTING The requirements of the Master Agreement may not be subcontracted by the Supplier without the advance written approval of the County. Any attempt by the Supplier to subcontract without the prior written consent of the County may be deemed a material breach of the Master Agreement. A. If the Supplier desires to subcontract, the Supplier shall provide the following information promptly to the County: A description of the work to be performed by the Subcontractor; A draft copy of the proposed subcontract; and Other pertinent information and /or certifications requested by the County. B. The Supplier shall indemnify and hold the County harmless with respect to the activities of each and every Subcontractor in the same manner and to the same degree as if such Subcontractor(s) were the Supplier employees. C. The Supplier shall remain fully responsible for all performances required of it under the Master Agreement, including those that the Supplier has determined to subcontract, notwithstanding the County's approval of the Supplier's proposed subcontract. D. The County's consent to subcontract shall not waive the County's right to prior and continuing approval of any and all personnel, including Subcontractor employees, providing services under the Master Agreement. The Supplier is responsible to notify its Subcontractors of this County right. E. The County's Purchasing Agent or designee is authorized to act for and on behalf of the County with respect to approval of any subcontract and Subcontractor employees. After approval of the subcontract by the County, Supplier shall forward a fully executed subcontract to the County for their files. F. The Supplier shall be solely liable and responsible for all payments or other compensation to all Subcontractors and their officers, employees, agents, and successors in interest arising through services performed hereunder, notwithstanding the County's consent to subcontract. G. The Supplier shall obtain certificates of insurance, which establish that the Subcontractor maintains all the programs of insurance required by the County from each approved Subcontractor. H. The Supplier shall ensure delivery of all such documents before any Subcontractor employee may perform any work hereunder, LOCAL SERVICES - LA County Only For local awards, services will excluded from any resulting agreements. Only products will be included for local agreements. VOLUME INCENTIVES: A. A one half of a percent (0.5 %) rebate on all purchases made in excess of one million dollars ($1,000,000), retroactive to dollar one. Paid annually. B. A one percent (1.0 %) rebate on all purchases made in excess of two million dollars ($2,000,000), Packet Page -3418- SPECIAL TERMS & CONDITIONS I TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 5/14/2013 16.E.7. PAGE 22 retroactive to dollar one. Paid annually. C. A one and one half percent (1.5 %) rebate on all purchases made in excess of four million dollars ($4,000,000), retroactive to dollar one. Paid annually. SERVICES: Pricing is a Not To Exceed Cost Plus 26 %. Pricing will be determined by the size and scope of the project and level of Graybar's involvement. Graybar will provide a copy of the applicable invoices to verify compliance with the Not To Exceed benchmark. All pricing will be finalized with the Participating Public Agency prior to the issuance of any purchase order. ADDITIONAL SERVICES AT NO COST: Services with No Cost include, but are not limited to: Shop Graybar, eBusiness, Graybar Smart Stock, Inventory Management, Graybar Building and Technology Specialists, Contract Compliance, Emergency Service, Emergency Preparedness, Mobility Solutions, Municipal and Cooperative Utility Services NON EXCLUSIVITY Nothing herein is intended nor shall be construed as creating any exclusive arrangement with the Supplier. This Master Agreement shall not restrict the County from acquiring similar, equal or like goods and /or services from other entities or sources. NOTICE OF DELAYS Except as otherwise provided under the Master Agreement, when either party has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of the Master Agreement, that party shall, within two (2) business days, give notice thereof, including all relevant information with respect thereto, to the other party. NOTICE OF DISPUTES The Supplier shall bring to the attention of the County any dispute between the County and the Supplier regarding the performance of services as stated in the Master Agreement. The County Purchasing Agent and /or his designee shall make the sole determination regarding the disposition and resolution of the dispute. CONSUMPTION REPORTS /ITEM NUMBERS /PURCHASES Packet Page -3419- SPECIAL TERMS & CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 5/14/2013 16.E.7. PAGE 23 Each County department or participating agency is to be assigned a customer number to be used in identifying each sale and proper billing address. Supplier shall be required to furnish to the County's Purchasing Agent/designee or requesting participating agency, monthly computer based usage reports of purchases separated by individual County departments or entity, and /or delivery locations, and employee purchases, listing quantities of separate items purchased and total dollars expended. Usage reports listing items in alphabetical order and descending dollar volume order must also be provided upon request. Supplier must provide any other usage reports that the County Purchasing Agent/designee or participating agencies may require for their internal controls including but not limited to Green Product consumption, HUB /DBE use, etc. TERMINATION FOR BREACH OF WARRANTY TO MAINTAIN COMPLIANCE WITH COUNTY'S CHILD SUPPORT COMPLIANCE PROGRAM Failure of the Supplier to maintain compliance with the requirements set forth in the Contractor's Warranty of Adherence to County's Child Support Compliance Program shall constitute default under the Master Agreement. Without limiting the rights and remedies available to the County under any other provision of the Master Agreement, failure of the Supplier to cure such default within ninety (90) calendar days of written notice shall be grounds upon which the County may terminate the Master Agreement pursuant to Termination for Default herein, and pursue debarment of the Supplier, pursuant to County Code Chapter 2.202. TERMINATION FOR CONVENIENCE The Master Agreement may be terminated, in whole or in part, from time to time, when such action is deemed by the County, in its sole discretion, to be in its best interest. Such termination shall be effected by notice of termination to the Supplier specifying the extent to which performance of work is terminated and the date upon which such termination becomes effective. The date upon which such termination becomes effective shall be no less than ten (10) days after the notice is sent. A. After receipt of a notice of termination and except as otherwise directed by the County, the Supplier shall: Stop performance under the Master Agreement on the date and to the extent specified in such notice, and notice. Complete performance of such part of the Master Agreement as shall not have been terminated by such B. All material including books, records, documents, or other evidence bearing on the costs and expenses of the Supplier under the Master Agreement shall be maintained by the Supplier in accordance with paragraph 1.33.9 (Record Retention and Inspection /Audit Settlement) of this RFP. TERMINATION FOR DEFAULT The County may, by written notice to the Supplier, terminate the whole or any part of the Master Agreement, if, in the judgment of County's Purchasing Agent or designee: Supplier has materially breached the Master Agreement; or Supplier fails to timely provide and /or satisfactorily perform any task, deliverable, service, or other work required either under the Master Agreement; or Supplier fails to demonstrate a high probability of timely fulfillment of performance requirements under the Packet Page -3420- SPECIAL TERMS & CONDITIONS I TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 5/14/2013 16.E.7. I P24E Master Agreement, or of any obligations of the Master Agreement and in either case, fails to demonstrate convincing progress toward a cure within five (5) working days (or such longer period as the County may authorize in writing) after receipt of written notice from the County specifying such failure. A. In the event that the County terminates the Master Agreement in whole or in part as provided herein, the County may procure, upon such terms and in such manner as the County may deem appropriate, goods and services similar to those so terminated. B. The Supplier shall be liable to the County for any and all excess costs incurred by the County, as determined by the County, for such similar goods and services. The Supplier shall continue the performance of the Master Agreement to the extent not terminated under the provisions of this sub - paragraph. C. Except with respect to defaults of any Subcontractor, the Supplier shall not be liable for any such excess costs of the type identified herein if its failure to perform the Master Agreement arises out of causes beyond the control and without the fault or negligence of the Supplier. Such causes may include, but are not limited to: acts of God or of the public enemy, acts of the County in either its sovereign or contractual capacity, acts of Federal or State governments in their sovereign capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but in every case, the failure to perform must be beyond the control and without the fault or negligence of the Supplier. If the failure to perform is caused by the default of a Subcontractor, and if such default arises out of causes beyond the control of both the Supplier and Subcontractor, and without the fault or negligence of either of them, the Supplier shall not be liable for any such excess costs for failure to perform, unless the goods or services to be furnished by the Subcontractor were obtainable from other sources in sufficient time to permit the Supplier to meet the required performance schedule. As used in this paragraph, the term " Subcontractor(s)" means Subcontractor(s) at any tier. C. If, after the County has given notice of termination under the provisions of this paragraph, it is determined by the County that the Supplier was not in default under the provisions herein, or that the default was excusable under the provisions, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to Termination for Convenience, as described herein. D. The rights and remedies of the County provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. TERMINATION FOR IMPROPER CONSIDERATION The County may, by written notice to the Supplier, immediately terminate the right of the Supplier to proceed under the Master Agreement if it is found that consideration, in any form, was offered or given by the Supplier, either directly or through an intermediary, to any County officer, employee, or agent with the intent of securing the Master Agreement or securing favorable treatment with respect to the award, amendment, or extension of the Master Agreement or the making of any determinations with respect to the Supplier's performance pursuant to the Master Agreement. In the event of such termination, the County shall be entitled to pursue the same remedies against the Supplier as it could pursue in the event of default by the Supplier. A. The Supplier shall immediately report any attempt by a County officer or employee to solicit such improper consideration. The report shall be made either to the County manager charged with the supervision of the employee or to the County Auditor - Controller's Employee Fraud Hotline at (800) 544 -6861. B. Among other items, such improper consideration may take the form of cash, discounts, services, the provision of travel or entertainment, or tangible gifts. TERMINATION FOR INSOLVENCY The County may terminate the Master Agreement in the event of the occurrence of any of the following: A. Insolvency of the Supplier. The Supplier shall be deemed to be insolvent if it has ceased to pay its debts Packet Page -3421- 5/14/2013 16.E.7. SPECIAL TERMS & CONDITIONS I TERM CONTRACT AWARD CONTRACT NO: MA- IS- 1340234 -1 PAGE;f; 25 for at least sixty (60) days in the ordinary course of business or cannot pay its debts as they become due, whether or not a petition has been filed under the Federal Bankruptcy Code and whether or not the Supplier is insolvent within the meaning of the Federal Bankruptcy Code; B. The filing of a voluntary or involuntary petition regarding the Supplier under the Federal Bankruptcy Code; the appointment of a Receiver or Trustee for the Supplier; or the execution by the Supplier of a general assignment for the benefit of creditors. The rights and remedies of the County provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. TERMINATION FOR NON APPROPRIATION OF FUNDS Notwithstanding any other provision of the Master Agreement, the County shall not be obligated for the Supplier's performance hereunder or by any provision of the Master Agreement during any of the County's future fiscal years unless and until the County's Board of Supervisors appropriates funds for use under the Master Agreement in the County's Budget for each such future fiscal year. In the event that funds are not appropriated, then the Master Agreement shall terminate as of June 30 of the last fiscal year for which funds were appropriated. The County shall notify the Supplier in writing of any such non - allocation of funds at the earliest possible date. VALIDITY If any provision of the Master Agreement or the application thereof to any person or circumstance is held invalid, the remainder of the Master Agreement and the application of such provision to other persons or circumstances shall not be affected thereby. WAIVER No waiver by the County of any breach of any provision of the Master Agreement shall constitute a waiver of any other breach or of such provision. Failure of the County to enforce at any time, or from time to time, any provision of the Master Agreement shall not be construed as a waiver thereof. The rights and remedies set forth herein shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. WARRANTY AGAINST CONTINGENT FEES The Supplier warrants that no person or selling agency has been employed or retained to solicit or secure the Master Agreement upon any contract or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Supplier for the purpose of securing business. For breach of this warranty, the County shall have the right to terminate the Master Agreement and, at its sole discretion, deduct from the Master Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. PARTICIPATING MUNICIPALITIES Excluding any local awards, the County has designated U.S. Communities Government Purchasing Alliance (herein U.S. Communities) as the agency to provide administrative services related to purchases by other governmental entities (Participating Public Agencies) under the Master Agreement. At the County's sole discretion and option, and upon Supplier entering into the requisite U.S. Communities Administration Agreement, Participating Agencies may acquire products under the Master Agreement. Such acquisitions shall be at the prices stated in the Master Agreement, or lower. The awarded Supplier(s) must deal directly with any Participating Public Agency concerning the placement of orders, issuance of the purchase order, contractual disputes, invoicing, and payment. The County is acting as Packet Page -3422- 5/14/2013 16.E.7. SPECIAL TERMS & CONDITIONS I TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 26 Contracting Agent for the Participating Public Agencies and shall not be held liable for any costs, damages, etc. incurred by any other Participating Public Agency. In no event shall the County be considered a dealer, remarketer, agent or representative of the Supplier. PRE - PRINTED TERMS AND CONDITIONS Pre - printed terms and conditions /bidders contract documents. Bidders pre - printed terms and conditions or restrictions commonly appearing on the reverse side of letters submitted with the bid and /or bidders specifications material and contract documents will be disregarded in the absence of a positive written statement from Bidder and approved in writing by the County Purchasing Agent that all or a particular portion of such writings are in addition to or supersede the County terms and conditions. RESERVATION The County of Los Angeles reserves the right to bid individual large requirements when deemed in the best interests of the County. RETURN OF GOODS RECEIVED In bidding, Proposer agrees to accept for full credit any merchandise returned in good condition within five days after receipt of goods without any handling charges; however, no return shall be made of any material which has been put into operation other than for test. When products delivered fail to meet specification, cost of inspection shall be for account of vendor. CANCELLATION Any agreement formulated from this inquiry may be cancelled by either party upon (ninety) 90 days written notice. The County may continue to place orders against said agreement until the effective date of such cancellation. PRICING Except as specifically noted herein, category product price proposals shall be firm, fixed prices for one year after the award for core list items and discount off manufacturer price list for all other items. In all cases, the County will reserve the right to reject any price increases during the terms of the Master Agreement. The County reserves the right to negotiate pricing and to add and delete items. MASTER AGREEMENT TERM The Master Agreement term shall be for a period of three (3) years from the date of award, with two (2) additional 12 -month extension options which may be exercised at the sole discretion of the County. PRICE ADJUSTMENTS All price adjustment requests must be submitted no less than 60 days prior to implementation. All upward price adjustments must be supported by manufacturers letter(s) substantiating the requested increase, the percent increase and must be approved by County Purchasing Agent. Price decreases will be accepted any time during he contract period with 60 day notice. SUBSTITUTION Packet Page -3423- 19 C.7. Packet Page -3424- STANDARD TERMS & CONDITIONS I TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 5/14/2013 16.E.7. PAGE 28 The County of Los Angeles accepts your offer to furnish our requirements (and such requirements as may be ordered by cities and /or districts indicated herein) of the listed commodity, or service, as needed, subject to conditions of the stated quotation and as provided herein. All Purchase Agreements, Purchase Orders and Contracts will be deemed to be made and entered into the State of Califomia under the constitution and laws of this state and are to be so construed. PRICE GUARANTEE: Unless otherwise provided herein, prices are maximum for the period of this agreement. In the event of a price decline, or, should you at any time during the life of this agreement sell the same material or service under similar quantity and deliver conditions to the State of California, or legal district thereof, or to any county or Municipality within the State of California at prices below those stated herein, you will immediately extend such lower prices to the County of Los Angeles. ATTENTION: VENDOR/DEPARTMENT - SPECIAL NOTE: County departments are not authorized to use this agreement as a purchasing source for products not specifically covered herein. Changes of items, equipment, or modifications to prices, specifications, or conditions, etc., of this agreement can be made only by the Purchasing Agent by issuance of official amendment and in accordance with properly authorized changes agreed upon prior to consummation. Los Angeles County will not pay for items not listed below that have not been processed in accordance with the above paragraph. Vendor will incur payment problems. County's Quality Assurance Plan. The County or its agent will evaluate Contractor's performance under this agreement on not less than annual basis. Such evaluation will include assessing Contractor's compliance with all contract terms and performance standards. Contractor deficiencies which County's determines are severe or continuing and that may place performance of the agreement in jeopardy if not corrected will be reported to the Board of Supervisors. The report will include improvement/corrective action measures taken by the County and Contractor. If improvement does not occur consistent with the corrective action measures, County may terminate this agreement or impose other penalties as specified in this agreement. CONTRACTOR RESPONSIBILITY AND DEBARMENT 1. A responsible Contractor is a Contractor who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily perform the contract. It is the County's policy to conduct business only with responsible contractors. 2. The Contractor is hereby notified that, in accordance with Chapter 2.202 of the County Code, if the County acquires information concerning the performance of the contractor on this or other contracts which indicates that the Contractor is not responsible, the County may, in addition to other remedies provided in the contract, debar the Contractor from bidding on County contracts for a specified period of time not to exceed 5 years, and terminate any or all existing contracts the Contractor may have with the County. 3. The County may debar a contractor if the Board of Supervisors finds, in its discretion, that the Contractor has done any of the following: (1) violated any term of a contract with the County, (2) committed any act or omission which negatively reflects on the Contractor's quality, fitness or capacity to perform a contract with the County or any other public entity, or engaged in a pattern or practice which negatively reflects on same, (3) committed an act or offense which indicates a lack of business integrity or business honesty, or (4) made or submitted a false claim against the County or any other public entity. 4. If there is evidence that the Contractor may be subject to debarment, the Department will notify the Contractor in writing of the evidence which is, the basis for the proposed debarment and will advise the Contractor of the scheduled date for a debarment hearing before the Contractor Hearing Board. Packet Page -3425- 5/14/2013 16.E.7. STANDARD TERMS & CONDITIONS I TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 PAGE 29 5. The Contractor Hearing Board will conduct a hearing where evidence on the proposed debarment is presented. The Contractor and /or the Contractor's representative shall be given an opportunity to submit evidence at that hearing. After the hearing, the Contractor Hearing Board shall prepare a proposed decision, which shall contain a recommendation regarding whether the contractor should be debarred, and, if so, the appropriate length of time of the debarment. If the Contractor fails to avail itself of the opportunity to submit evidence to the Contractor Hearing Board,the Contractor may be deemed to have waived all rights of appeal. 6. A record of the hearing, the proposed decision and any other recommendation of the Contractor Hearing Board shall be presented to the Board of Supervisors. The Board of Supervisors shall have the right to modify, deny or adopt the proposed decision and recommendation of the Hearing Board. 7. These terms shall also apply to (subcontractors /subconsultants) of County Contractors. PROHIBITION AGAINST USE OF CHILD LABOR VENDOR shall: 1. Not knowingly sell or supply to COUNTY any products, goods, supplies or other personal property produced or manufactured in violation of child labor standards set by the International Labor Organizations through its 1973 Convention concerning Minimum Age for Employment. 2. Upon request by COUNTY, identify the country/countries of origin of any products. goods, supplies or other personal property bidder sells or supplies to COUNTY, and 3. Upon request by COUNTY, provide to COUNTY the manufacturer's certification of compliance with all international child labor conventions. Should COUNTY discover that any products, goods, supplies or other personal property sold or supplied by VENDOR to COUNTY are produced in violation of any international child labor conventions, VENDOR shall immediately provide an alternative, compliant source of supply. Failure by VENDOR to comply with the provisions of this clause will be grounds for immediate cancellation of this Purchase Order or termination of this Agreement and award to an alternative vendor. A. Jury Service Program. This Contract is subject to the provisions of the County's ordinance entitled Contractor Employee Jury Service ( "Jury Service Program ") as codified in Sections 2.203.010 through 2.203.090 of the Los Angeles County Code. B. Written Employee Jury Service policy. 1. Unless Contractor has demonstrated to the County's satisfaction either that Contractor is not a "Contractor" as defined under the Jury Service Program (Section 2.203.020 of the County Code) or that Contractor qualifies for an exception to the Jury Service Program (Section 2.203.070 of the County Code), Contractor shall have and adhere to a written policy that provides that its Employees shall receive from the Contractor, on an annual basis, no less than five days of regular pay for actual jury service. This policy may provide that Employees deposit any fees received for such jury service with the Contractor or that the Contractor deduct from the Employee's regular pay the fees received for jury service. Packet Page -3426- STANDARD TERMS & CONDITIONS I TERM CONTRACT AWARD CONTRACT NO: MA -IS- 1340234 -1 5/14/2013 16.E.7. PAGE 30 2. For purposes of this Section, "Contractor" means a person, partnership, corporation or other entity which has a contract with the County or a subcontract with a County contractor and has received or will receive an aggregate sum of $50,000 or more in any 12 -month period under one or more County contracts or subcontracts. "Employee" means any California resident who is a full time employee of Contractor. "Full time" means 40 hours or more worked per week, or a lesser number of hours if the lesser number is a recognized industry standard and is approved as such by the County. If Contractor uses any subcontractor to perform services for the County under the Contract, the subcontractor shall also be subject to the provisions of this Section. The provisions of this Section shall be inserted into any such subcontract agreement and a Copy of the Jury Service Program shall be attached to the agreement. 3. If Contractor is not required to comply with the Jury Service Program when the Contract commences, Contractor shall have a continuing obligation to review the applicability of its "exception status" from the Jury Service Program, and Contractor shall immediately notify County if Contractor at any time either comes within the Jury Service Program's definition of "Contractor" or if Contractor no longer qualifies for an exception to the Program. In either event, Contractor shall immediately implement a written policy consistent with the Jury Service Program. The County may also require, at any time during the Contract and at its sale discretion, that Contractor demonstrate to the county's satisfaction that Contractor either continues to remain outside of the Jury service Program's definition of "Contractor" and /or that Contractor continues to qualify for an exception to the Program. 4. Contractor's violation of this Section of the contract may constitute a material breach of the Contract. In the event of such material. breach, County may, in its sole discretion, terminate the Contract and /or bar Contractor from the award of future County contracts for a period of time consistent with the seriousness of the breach. PRICE SPECIFIC CONTRACTS AND PURCHASE ORDERS Vendors are entitled to receive payment for goods received by, or services provided to the county specific to the Contract or Purchase Order price amount. Under no circumstances will those Suppliers, Contractors or Vendors who supply goods or otherwise contract services with the County of Los Angeles be entitled to or paid for expenditures beyond the Contract or Purchase Order amounts. Vendors are prohibited from accepting prepayment for goods or services without the express written approval of the County Purchasing Agent. ASSIGNMENT BY CONTRACTOR A. Contractor shall not assign its rights or delegate its duties under the Agreement, or both whether in whole or in part, without the prior written consent of County, in its discretion, and any attempted assignment or delegation without such consent shall be null and void. For purposes of this paragraph, County consent shall require a written amendment to the Agreement, which is formally approved and executed by the parties. Any payments by county to any approved delegate or assignee on any claim under the Agreement shall be deductible, at County's sole discretion, against the claims which Contractor, may have against county. B. Shareholders, partners, members, or other equity holders of Contractor may transfer, sell exchange, assign, or divest themselves of any interest they may have therein. However, in the event any such sale, transfer, exchange. assignment, or divestment is effected in such a way as to give majority control of Contractor to any person(s), corporation, partnership, or legal entity other than the majority controlling interest therein at the time of execution of the Agreement, such disposition is an assignment requiring the prior written consent of County in accordance with applicable provisions of this Agreement. C. Any assumption, assignment, delegation, or takeover of any of the Contractor's duties, responsibilities, obligations, or performance of same by any entity other than the Contractor, whether through assignment, subcontract, delegation, merger, buyout, or any other mechanism, with or without consideration for any reason whatsoever without county's express prior written approval, shall be a material breach of the Agreement which may result in the termination of the Agreement. In the event of such termination, County shall be entitled to pursue the same remedies against Contractor as it could pursue in the event of default by Contractor. Packet Page -3427- 5/14/2013 16.E.7. RFP -IS- 13255001 Electrical Supplies Amendment #1 County of Los Angeles 1.) The small business preference will NOT apply to the National or Local portions of this bid. 2.) Price revisions can be submitted for approval prior to the 12 period expiration at 275 days into the contract. Approved prices can take effect after the 12 months has elapsed. 3.) Shipping cannot be charged. Please build shipping costs into the price of the items. 4.) Exhibit 1 of Appendix A page 2 of 2 is changed from "office supplies" to "electrical products ". 5.) The "Wires & Cable" and "Conduit, Channel & Fittings" categories will be changed from discount off list to a cost plus pricing methodology. This will be reflected in Appendix G -A. Please use and submit the revised appropriate Appendix G -A, Appendix G -B and G -D. 6.) All Appendix G spreadsheets will be separated between 2 categories, 1.) Lighting and 2.) Electrical categories. Each category will be evaluated and awarded separately. The requirement is now changed to: proposers must bid on at least 75% of each category for Appendix G -B and Appendix G -D (Non -Core items) and 90% of each category for Appendix G -C and G -E (Core items). 7.) Manufacturer price lists are required to be submitted with your bid submission. Electronic versions are required. 8.) Appendix G -A percent discount off list must match Appendix G -D and /or Appendix G -B depending if you are participating in the local or national program. 9.) Alternate items may be offered in the Appendix G, but must be flagged or highlighted to easily identify them. Please keep the items in the same order as originally released. Alternate items offered must be of an equal specification. Alternates are only allowed in the Non -Core spreadsheets, Appendix (G -B and G -D). Alternates will not be accepted in the Core spreadsheets, Appendix (G -C and G -E). This answer is different than the answer given at the Pre -bid conference on 12/18/12. 10.) Proposers will be allowed to submit their own price list if a manufacturer price list is not available. Your submitted price list must be verifiable. 11.) For submission, please prepare 2 hard copies and 9 electronic copies of your entire bid submission. Thumb drive preferred for the electronic copies. The entire signed bid submission must be included in each thumb drive including all Appendix's and cost spreadsheets. 12.) The awarded National proposer will automatically also be awarded a local contract. Packet Page -3428- 5/14/2013 16.E.7. 13.) All submitted pricing /discounts /cost -plus, Core, non -core and items listed in Appendix G -A are to be held firm for 12 months. 14.) During the life of the contract, the County of Los Angeles reserves the right to request and receive cost documentation supporting the time frame that a certain item was charged to a customer. I have read, acknowledge and understand the 14 changes this Amendment #1 contains. Proposer Authorized Signature Packet Page -3429- Date 5/14/2013 16.E.7. RFP- IS- 13255001 Electrical Supplies Amendment #2 County of Los Angeles 12 -31 -12 1.) Amendment #1 is modified as follows: From: Alternate items may be offered in the Appendix G, but must be flagged or highlighted to easily identify them. Please keep the items in the same order as originally released. Alternate items offered must be of an equal specification. Alternates are only allowed in the Non -Core spreadsheets, Appendix (G -B and G -D). Alternates will not be accepted in the Core spreadsheets, Appendix (G -C and G -E). This answer is different than the answer given at the Pre -bid conference on 12/18/12. To: The County of Los Angeles will now accept alternates on both Core Lists, Appendix G -C and Appendix G -E. All alternate items in the core and no -core lists must be accompanied by detailed, easy to understand documentation stating that the alternate item is of equal or better specification. Please keep the items in the same order as originally released. All alternate items must be flagged or highlighted to easily identify them. The close date of the bid remains the same, January 17th, noon. I have read, acknowledge and understand this Amendment #2. Proposer Authorized Signature Date Packet Page -3430- 5/14/2013 16.E.7. RFP -IS- 13255001 Electrical Supplies Amendment #3 County of Los Angeles 01 -07 -13 1.) Page 28, section 1.33.26 of RFP is amended to now state that both Core and Non - Core items pricing are to remain firm for at least twelve (12) months from the effective date. 2.) Page 36, section 2.8 of RFP will now state that all price adjustment requests must be submitted no less than 90 days prior to implementation. 3.) The County Code Title 27 and County ordinance NO. 4388 requires that materials and equipment used in County facilities be approved by UNDERWRITERS LABORATORIES, INC. (UL), Los Angeles City Testing Laboratory, Factory Mutual Corporation, ETL Testing Laboratories, Inc., or Canadian Standard Association (CSA). CSA approval is not applicable to all facilities. 4.) If a vendor desires to supply an alternate item, such alternate item must be of equal or better character, specification and quality as the items listed. Such alternate items shall be accepted only if deemed by the County of Los Angeles to be equal or better in all respects to that specified and the County's decision will be final. Please remember to highlight or flag alternate items. The close date of the bid remains the same, January 17th, noon. I have read, acknowledge and understand this Amendment #3. Proposer Authorized Signature Date Packet Page -3431- 5/14/2013 16.E.7. INTERNAL SERVICES DEPARTMENT RFP -IS- 13255001 REQUEST FOR PROPOSALS FOR Electrical Products December 04, 2012 Prepared By County of Los Angeles Packet Page -3432- 5/14/2013 16.E.7. REQUEST FOR PROPOSALS (RFP) ELECTRICAL PRODUCTS TABLE OF CONTENTS 1.0 INTRODUCTION .................................................................... ..............................1 1.1 Purpose ...................................................................................... ..............................1 1.2 Overview of Solicitation Document ............................................. ..............................1 1.3 Terms and Definitions ................................................................ ..............................2 1.4 Minimum Mandatory Requirements ........................................... ..............................2 1.5 County Rights & Responsibilities ............................................... ..............................2 1.6 Contact with County Personnel ................................................. ............................... 2 1.7 Master Agreement Term ........................................................... ............................... 3 1.8 Final Agreement Award Determination ..................................... ............................... 3 1.9 Mandatory Requirement to Register on County's WebVen ....... ............................... 3 1.10 County's Option to Reject Proposals .......................................... ..............................3 1.11 Protest Policy ............................................................................. ..............................4 1.12 Notice Proposers Regarding the Public Records Act ................. ..............................5 1.13 Indemnification ........................................................................... ..............................6 1.14 Insurance ................................................................................... ............................... 6 1.15 Injury & Illness Prevention Program ( IIPP) ................................. ..............................9 1.16 Background and Security Investigations ................................... .............................10 1.17 Conflict of Interest ..................................................................... .............................10 1.18 Determination of Proposer Responsibility ................................. .............................10 1.19 Proposer Debarment ................................................................. .............................11 1.20 Proposer's Adherence to County's Child Support Compliance Program ..............12 1.21 Gratuities ................................................................................... .............................13 1.22 Notice to Proposers Regarding the County Lobbyist Ordinance ............................13 1.23 Federal Earned Income Credit .................................................. .............................14 1.24 Consideration of GAIN /GROW Participants for Employment .... .............................14 1.25 County's Quality Assurance Plan .............................................. .............................14 1.26 Recycled Bond Paper ................................................................ .............................14 1.27 Safely Surrendered Baby Law ................................................... .............................15 1.28 Jury Service Program ................................................................ .............................15 1.29 Local Small Business Enterprise Preference Program ............. .............................16 1.30 Notification to County of Pending Acquisitions /Mergers by Proposing Company.. 17 1.31 Transitional Job Opportunities Preference Program ................. .............................17 RFP -IS- 1325001 Packet Page -3433- Page ii REQUEST FOR PROPOSALS (RFP) ELECTRICAL PRODUCTS TABLE OF CONTENTS 5/14/2013 16.E.7. 1.32 Defaulted Property Tax Reduction Program ............................. .............................18 1.33 Master Agreement Terms and Conditions ................................. .............................18 2.0 PROPOSAL SUBMISSION REQUIREMENTS ................... ............................... 29 2.1 County Responsibility ................................................................ .............................29 2.2 Truth and Accuracy of Representations .................................. 29 ............................... 2.3 RFP Timetable ........................................................................ ............................... 29 2.4 Proposers' Questions .............................................................. ............................... 30 2.5 Proposers Conference ............................................................ ............................... 30 2.6 Preparation of the Proposal ..................................................... ............................... 30 2.7 Business Proposal Format ...................................................... ............................... 31 2.8 Cost Proposal Format ............................................................. ............................... 35 2.9 Cost Proposal Instructions ........................................................ .............................36 2.10 Proposal Submission and Requirements ................................ ............................... 37 3.0 SELECTION PROCESS AND EVALUATION CRITERIA ... ............................... 39 3.1 Selection Process ...................................................................... .............................39 3.2 Adherence to Minimum Requirements ( Pass / Fail) .................... .............................40 3.3 Disqualification Review ........................................................... ............................... 40 3.4 Business Proposal Evaluation and Criteria ............................ ............................... 41 3.5 Cost Proposal Evaluation Criteria ............................................ .............................42 RFP -IS- 1325001 Packet Page -3434- Page iii AWW 5/14/2013 16.E.7. REQUEST FOR PROPOSALS (RFP) ELECTRICAL PRODUCTS TABLE OF CONTENTS APPENDICES APPENDIX A: REQUIRED FORMS APPENDIX B: COUNTY OF LOS ANGELES POLICY ON DOING BUSINESS WITH SMALL BUSINESS APPENDIX C: JURY SERVICE ORDINANCE APPENDIX D: SAFELY SURRENDERED BABY LAW APPENDIX E: CONTRACTOR NON - RESPONSIBILITY AND CONTRACTOR DEBARMENT APPENDIX F: DEFAULTED PROPERTY TAX REDUCTION PROGRAM APPENDIX G: PRICE PROPOSAL EXHIBITS (Multiple files) APPENDIX H: SUPPLIER WORKSHEET AND INFORMATION FOR NATIONAL PROGRAM CONSIDERATION APPENDIX I: U.S. COMMUNITIES ADDITIONAL TERMS AND CONDITIONS FOR NATIONAL PROGRAM CONSIDERATION RFP -IS- 1325001 Packet Page -3435- Page iv 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA 1.0 INTRODUCTION 1.1 Purpose The Internal Services Department (ISD) of the County of Los Angeles (County), on behalf of itself and all participating states, local governments, school districts, and higher education institution in the United States, and other government agencies and nonprofit organizations, is soliciting proposals from qualified suppliers to enter into a Master Agreement for a complete line of Electrical Products. 1.2 Overview of Solicitation Document This Request for Proposals (RFP) is composed of the following parts: • INTRODUCTION: Specifies the RFP's minimum requirements and provides information regarding the requirements of the solicitation process. • PROPOSAL SUBMISSION REQUIREMENTS: Sets forth instructions to Proposers regarding the preparation and submission of proposals. • SELECTION PROCESS AND EVALUATION CRITERIA: Includes information on how proposals will be evaluated and selected. • APPENDICES: ➢ A - REQUIRED FORMS: Forms that must be completed and included as part of the proposal. ➢ B - COUNTY OF LOS ANGELES POLICY ON DOING BUSINESS WITH SMALL BUSINESS: County policy. ➢ C - JURY SERVICE ORDINANCE: County Code. ➢ D - SAFELY SURRENDERED BABY LAW: County program. ➢ E - CONTRACTOR NON - RESPONSIBILITY AND CONTRACTOR DEBARMENT: County Code ➢ F - DEFAULTED PROPERTY TAX REDUCTION PROGRAM: County Code ➢ G - PRICE PROPOSAL EXHIBITS: Forms that must be completed and included as part of the proposal. G — A: Bid Price Sheets G — B: Non — Core National G — C: Core National G — D: Non - Core Local G — E: Core Local 1 Packet Page -3436- 5/14/2013 16.E.7. RFP- IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA ➢ H - SUPPLIER WORKSHEET AND INFORMATION: Form /questionnaire that must be completed and included as part of the proposal for national program agreement consideration. ➢ I - U.S. COMMUNITIES ADDITIONAL TERMS AND CONDITIONS FOR NATIONAL PROGRAM CONSIDERATION: Includes U. S. Communities Administration Agreement that must be completed, signed unaltered, and included as part of the proposal for national program agreement consideration. 1.3 Terms and Definitions Throughout the solicitation documents, there are terms which are synonymous and interchangeable, such as "Vendor" or "Supplier" and "Contractor," "Proposer" and "Bidder," "Proposal" and "Bid," and "Agreement" or "Master Agreement" and "Contract." 1.4 Minimum Mandatory Requirement (Pass /Fail) Interested and qualified Proposers that can demonstrate their ability to successfully provide the goods and services requested under this RFP are invited to submit proposal(s), provided they meet the following requirement: • Proposer must have three (3) years experience, within the last five (5) years, providing Electrical Products and Services equivalent or similar to the services provided to the County. • Proposer must attend the mandatory pre -bid conference. • Proposer must submit and complete unaltered USC Administration Agreement — Appendix I 1.5 County Rights & Responsibilities The County has the right to amend this RFP by one or more written addenda. The County is responsible only for that which is expressly stated in the solicitation document and any authorized written addenda thereto. Each addendum shall be made available to each person or organization which County records indicate has received this RFP. Should any such addendum require additional information not previously requested, failure to address the requirements of such addendum may result in the Proposal not being considered, as determined in the sole discretion of the County. The County is not responsible for and shall not be bound by any representations otherwise made by any individual acting or purporting to act on its behalf. 1.6 Contact with County Personnel All contact with the County regarding this RFP or any matter relating thereto must be 2 Packet Page -3437- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA in writing and mailed, e- mailed or faxed as follows: Ted Lo, Purchasing & Contracts Analyst 1100 N. Eastern Avenue, Room G -115 Los Angeles, California 90063 Fax # (323) 415 -8662 Email address: tio2a- isd.lacountv.aov If it is discovered that a Proposer contacted and received information regarding this solicitation from any County personnel other than the person specified above, County, in its sole discretion, may disqualify its proposal from further consideration. 1.7 Master Agreement Term The Master Agreement term shall be for a period of three (3) years from the date of award, with two (2) additional 12 -month extension options which may be exercised at the sole discretion of the County. 1.8 Final Agreement Award Determination The County reserves the right to make one total award, one award for each section, multiple awards, or a combination of awards, and to exercise its judgment concerning the selection of one or more proposals, the terms of any resultant agreement(s), and the determination of which, if any, proposal(s) best serves the interests of the County. Additionally, participation in the national program is not a mandatory component or requirement in this solicitation in order for a Proposer to receive an award. Proposers have the option to be considered for a local agreement only, or for both a local and national program agreement. Pursuant to California Government Code Section 25500 et seq., and County Code, Section 2.81.800, the County's Purchasing Agent has the responsibility to make the final determinations necessary to arrive at a decision to award, or not award, an agreement. 1.9 Mandatory Requirement to Register on County's WebVen Prior to the award of a Master Agreement under this RFP, all potential Vendors must re ister in the County's Vendor Registration System ( "WebVen "). The WebVen contains the Vendor's business profile and identifies the goods /services the business provides. Registration can be accomplished online via the Internet by accessing the County's home page at http://Iacounty.info/doing_business/main—db.htm. 1.10 County Option to Reject Proposals The County may, in its sole and absolute discretion, reject any or all proposals submitted in response to this RFP. The County shall not be liable for any costs incurred by the Proposer in connection with the preparation and submission of any proposal. The County reserves the right to waive inconsequential disparities in a 3 Packet Page -3438- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA submitted proposal. 1.11 Protest Policy Bid protests are filed by Vendors because they seek to remedy a wrong, actual or perceived, which could inflict or has inflicted injury or hardship to their company as a result of some action taken by the County during the solicitation process. Common reasons for Vendors filing a bid protest include: The Master Agreement was awarded to Vendor with higher prices. The Vendor's proposal was rejected for invalid reasons. The Vendor awarded the resultant Master Agreement did not comply with RFP specifications. 1.11.1 General Authority The County's Purchasing Agent maintains the exclusive authority and responsibility to purchase and rent all materials, supplies and equipment, furnishings, fixtures and all other personal property for use by County departments, districts or agencies which are governed by the County's Board of Supervisors. Acquisition of supplies and equipment are made by the Purchasing Agent pursuant to: California Government Code Section 25501, et seq.; Title 2, Chapter 2.81 of the Codified Ordinance of the County of Los Angeles; and Section 24 of the County Charter. 1.11.2 PROTEST PROCEDURE Upon a determination of Vendor selection from a bid process, the Purchasing Agent will post a "Notice of Intent to Award" on the County's bid website, and notify all solicitation participants of the intended award via email. A. Non - selected Vendors will have three (3) business days from the date the notice is posted to file a formal bid protest with the Purchasing and Contracts Analyst (herein the "Buyer ") that conducted the solicitation. B. The bid protest, which must be received by the Buyer within the three (3) day period, shall be in writing, and include the specific facts, circumstances, reasons and /or basis for the protest. This written notice may be in the form of a letter, fax or email. C. Upon execution of the Master Agreement with the selected Vendor, the Purchasing Agent will not take action on a bid protest, but a written response will be provided to the protesting Vendor. 4 Packet Page -3439- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA D. If a Vendor's bid protest is appropriately filed, the Purchasing Agent may delay the award of the Master Agreement until the matter is resolved. E. Notwithstanding the foregoing, throughout the bid protest review process, the County has no obligation to delay or otherwise postpone an award of a Master Agreement based on a bid protest. In all cases, the County reserves the right to make an award when it is determined to be in the best interest of the County of Los Angeles to do so. F. The Purchasing Agent or designee will respond to all bid protests in a timely manner. 1.11.3 Review of Solicitation Requirements and Specifications A vendor may seek a review of the solicitation requirements and /or specifications by written request to the Buyer conducting the solicitation provided that the written request is received prior to the closing date of the solicitation. A. The request must itemize, in appropriate detail, each matter contested and a factual reason(s) for the requested review (e.g., the specifications were too narrow and limited competition, etc.). B. The Purchasing Agent or designee will provide a written response to each vendor requesting such a review. 1.12 Notice to Proposers Regarding the Public Records Act Responses to this solicitation shall become the exclusive property of the County. Pursuant to the California Public Records Act, Government Code 6250 et seq., and County Purchasing Policy P -1300 (Inspection of Public Records), all bid information, proposals, or any part thereof, that are submitted in response to Purchasing Agent solicitations become a public record once a "Notice of Intent to Award" a purchase order or agreement has been issued, with the exception of those parts of each proposal which are justifiably defined by the Proposer as business or trade secrets, and plainly marked as "Trade Secret," "Confidential," or "Proprietary. ". The County shall not, in any way, be liable or responsible for the disclosure of any such record or any parts thereof, if disclosure is required or permitted under the California Public Records Act or otherwise by law. The Proposer(s) must specifically label only those provisions of the proposal which are actually trade secrets, confidential, or proprietary in nature. A blanket statement of confidentiality or the marking of each page of the proposal as "Trade Secret ", "Confidential ", or "Proprietary" shall not be permitted. Any such designation will be disregarded. Packet Page -3440- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA By submitting a response to this RFP, the Proposer shall be deemed to have agreed to indemnify and hold harmless the County for any liability arising from or in connection with the County's failure to disclose, in response to a request under the California Public Records Act, any portion or portions of the Proposer's response to this RFP which have been marked "Trade Secret," "Confidential," or "Proprietary." 1.13 Indemnification The Supplier shall indemnify, defend and hold harmless the County, its Special Districts, elected and appointed officers, employees, and agents from and against any and all liability, including but not limited to demands, claims, actions, fees, costs, and expenses (including attorney and expert witness fees), arising from or connected with the Supplier's acts and /or omissions arising from and /or relating to the Master Agreement. 1.14 Insurance Without limiting Supplier's indemnification of County, and in the performance of the Master Agreement and until all of its obligations pursuant to the Master Agreement have been met, Supplier shall provide and maintain at its own expense insurance coverage satisfying the requirements specified herein. These minimum insurance coverage terms, types and limits (the "Required Insurance ") also are in addition to and separate from any other contractual obligation imposed upon Supplier pursuant to the Master Agreement. The County in no way warrants that the Required Insurance is sufficient to protect the Supplier for liabilities which may arise from or relate to the Master Agreement. 1.14.1 Evidence of Coverage and Notice to County Certificate(s) of insurance coverage (Certificate) satisfactory to County, and a copy of an Additional Insured endorsement confirming County and its Agents (defined below) has been given Insured status under the Contractor's General Liability policy, shall be delivered to County at the address shown below and provided prior to commencing services under the Agreement. ■ Renewal Certificates shall be provided to County not less than 10 days prior to Supplier's policy expiration dates. The County reserves the right to obtain complete, certified copies of any required Supplier and /or Subcontractor insurance policies at any time. Certificates shall identify all Required Insurance coverage types and limits specified herein, reference the Master Agreement by name or number, and be signed by an authorized representative of the insurer(s). The Insured party named on the Certificate shall match the name of the Supplier identified as the contracting party in the Master Agreement. Certificates shall provide the full name of each insurer providing coverage, its NAIC (National Association of Insurance IV Packet Page -3441- RFP -IS- 13255001 1.14.2 1.14.3 1.14.4 5/14/2013 16.E.7. SELECTION PROCESS AND EVALUATION CRITERIA Commissioners) identification number, its financial rating, the amounts of any policy deductibles or self- insured retentions exceeding fifty thousand ($50,000.00) dollars, and list any County required endorsement forms. Neither the County's failure to obtain, nor the County's receipt of, or failure to object to a non - complying insurance certificate or endorsement, or any other insurance documentation or information provided by the Contractor, its insurance broker(s) and /or insurer(s), shall be construed as a waiver of any of the Required Insurance provisions. ■ Supplier also shall promptly report to County any injury or property damage accident or incident, including any injury to a Contractor employee occurring on County property, and any loss, disappearance, destruction, misuse, or theft of County property, monies or securities entrusted to Supplier. Supplier also shall promptly notify County of any third party claim or suit filed against Supplier or any of its Subcontractors which arises from or relates to the Master Agreement, and could result in the filing of a claim or lawsuit against Supplier and /or County. Additional Insured Status and Scope of Coverage The County of Los Angeles, it's Special Districts, Elected Officials, Officers, Agents, Employees and Volunteers (collectively County and its Agents) shall be provided additional insured status under Contractor's General Liability policy with respect to liability arising out of Supplier's ongoing and completed operations performed on behalf of the County. County and its Agents additional insured status shall apply with respect to liability and defense of suits arising out of the Supplier's acts or omissions, whether such liability is attributable to the Supplier or to the County. The full policy limits and scope of protection also shall apply to the County and its Agents as an additional insured, even if they exceed the County's minimum Required Insurance specifications herein. Use of an automatic additional insured endorsement form is acceptable providing it satisfies the Required Insurance provisions herein. Cancellation of Insurance Except in the case of cancellation for non - payment of premium, Contractor's insurance policies shall provide, and Certificates shall specify, that County shall receive not less than thirty (30) days advance written notice by mail of any cancellation of the Required Insurance. Ten (10) days prior notice may be given to County in event of cancellation for non - payment of premium. Insurer Financial Ratings Packet Page -3442- Vi 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA Coverage shall be placed with insurers acceptable to the County with A.M. Best ratings of not less than A:VII unless otherwise approved by County. 1. 14.5 Failure to Maintain Insurance Supplier's failure to maintain or to provide acceptable evidence that it maintains the Required Insurance shall constitute a material breach of the Master Agreement, upon which County immediately may withhold payments due to Supplier, and /or suspend or terminate the Master Agreement. County, at its sole discretion, may obtain damages from Supplier resulting from said breach. 1.14.6 Supplier's Insurance Shall Be Primary Supplier's insurance policies, with respect to any claims related to the Master Agreement, shall be primary with respect to all other sources of coverage available to Supplier. Any County maintained insurance or self - insurance coverage shall be in excess of and not contribute to any Supplier coverage. 1.14.7 Waivers of Subrogation To the fullest extent permitted by law, the Supplier waives its rights and its insurer(s)' rights of recovery against County under all the Required Insurance for any loss arising from or relating to the Master Agreement. The Supplier shall require its insurers to execute any waiver of subrogation endorsements which may be necessary to effect such waiver. 1.14.8 Subcontractor Insurance Coverage Requirements Supplier shall include all Subcontractors as insureds under Supplier's own policies, or shall provide County with each Subcontractor's separate evidence of insurance coverage. Supplier shall be responsible for verifying each Subcontractor complies with the Required Insurance provisions herein, and shall require that each Subcontractor name the County and Supplier as additional insureds on the Subcontractor's General Liability policy. Supplier shall obtain County's prior review and approval of any Subcontractor request for modification of the Required Insurance. 1.14.9 Deductibles and Self- Insured Retentions (SIRs) Supplier's policies shall not obligate the County to pay any portion of any Supplier deductible or SIR. The County retains the right to require Supplier to reduce or eliminate policy deductibles and SIRs as respects the County, or to provide a bond guaranteeing Supplier's payment of all deductibles and SIRs, including all related claims investigation, administration and defense expenses. Such bond shall be executed by a corporate surety licensed to transact business in the State of California. 1. 14.10 Claims Made Coverage L•' Packet Page -3443- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA If any part of the Required Insurance is written on a claims made basis, any policy retroactive date shall precede the effective date of the Master Agreement. Supplier understands and agrees it shall maintain such coverage for a period of not less than three (3) years following Master Agreement expiration, termination or cancellation. 1.14.11 INSURANCE COVERAGE A. Commercial General Liability insurance (providing scope of coverage equivalent to ISO policy form CG 00 01), naming County and its Agents as an additional insured, with limits of not less than: • General Aggregate: $2 million • Products /Completed Operations Aggregate: $1 million • Personal and Advertising Injury: $1 million • Each Occurrence: $1 million B. Automobile Liability insurance (providing scope of coverage equivalent to ISO policy form CA 00 01) with limits of not less than $1 million for bodily injury and property damage, in combined or equivalent split limits, for each single accident. Insurance shall cover liability arising out of Contractor's use of autos pursuant to this Contract, including owned, leased, hired, and /or non -owned autos, as each may be applicable. C. Workers Compensation and Employers' Liability insurance or qualified self- insurance satisfying statutory requirements, which includes Employers' Liability coverage with limits of not less than $1 million per accident. If applicable to Supplier's operations, coverage also shall be arranged to satisfy the requirements of any federal workers or workmen's compensation law or any federal occupational disease law. 1.14.12 County Review and Approval of Insurance Requirements The County reserves the right to review and adjust the Required Insurance provisions, conditioned upon County's determination of changes in risk exposures. 1.15 Injury & Illness Prevention Program (IIPP) Supplier shall be required to comply with the State of California's Cal OSHA's regulations. Section 3203 of Title 8 in the California Code of Regulations requires all California employers to have a written, effective Injury and Illness Prevention Program (IIPP) that addresses hazards pertaining to the particular workplace covered by the program. Supplier must provide a copy of Vendor's IIPP if requested by County. 0 Packet Page -3444- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA 1.16 Background and Security Investigations Background and security investigations of Supplier's staff may be required at the discretion of the County as a condition of beginning and continuing work under any resulting Master Agreement. The cost of background checks is the responsibility of the Supplier. 1.17 Conflict of Interest No County employee whose position in the County enables him /her to influence the selection of a Supplier for this RFP, or any competing RFP, nor any spouse of economic dependent of such employees, shall be employed in any capacity by a Proposer or have any other direct or indirect financial interest in the selection of a Supplier. Proposer shall certify that he /she is aware of and has read Section 2.180.010 of the Los Angeles County Code as stated in Exhibit 5 (Certification of No Conflict of Interest) of Appendix A (Required Forms). 1.18 Determination of Proposer Responsibility A responsible Proposer is a Proposer who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity and experience to satisfactorily perform the Master Agreement. It is the County's policy to conduct business only with responsible Proposers. Proposers are hereby notified that, in accordance with Chapter 2.202 of the County Code, the County may determine whether the Proposer is responsible based on a review of the Proposer's performance on any County agreements, including but not limited to, the Master Agreement, refer to Appendix E (Determinations of Contractor Non - Responsibility and Contractor Debarment) 1.18.1 The County may declare a Proposer to be non - responsible for purposes of this Master Agreement if the Board of Supervisors, in its discretion, finds that the Proposer has done any of the following: (1) violated a term of an agreement with the County or a nonprofit corporation created by the County; (2) committed an act or omission which negatively reflects on the Proposer's quality, fitness or capacity to perform an agreement with the County, any other public entity, or a nonprofit corporation created by the County, or engaged in a pattern or practice which negatively reflects on same; (3) committed an act or omission which indicates a lack of business integrity or business honesty; or (4) made or submitted a false claim against the County or any other public entity. 1.18.2 If there is evidence that the Proposer may not be responsible, the County shall notify the Proposer in writing of the evidence relating to the Proposer's responsibility, and its intention to recommend to the Board of Supervisors that the Proposer be found not responsible. The County shall provide the Proposer and /or the Proposer's representative with an opportunity to present evidence as to why the Proposer should be found to be responsible and to rebut evidence which is the basis for the County's recommendation. 1.18.3 If the Proposer presents evidence in rebuttal to the County, the County shall evaluate the merits of such evidence, and based on that evaluation, make a recommendation to the Board of Supervisors. The final decision concerning 10 Packet Page -3445- 5/14/2013 16.E.7. RFP- IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA the responsibility of the Proposer shall reside with the Board of Supervisors. 1. 18.4 These terms shall also apply to proposed subcontractors of Proposers on County agreements. 1.19 Proposer Debarment The Proposer is hereby notified that, in accordance with Chapter 2.202 of the County Code, the County may debar the Proposer from bidding or proposing on, or being awarded, and /or performing work on other County contracts for a specified period of time, which generally will not exceed five (5) years but may exceed five (5) years or be permanent if warranted by the circumstances, and the County may terminate any or all of the Proposer's existing contracts with the County, if the Board of Supervisors finds, in its discretion, that the Proposer has done any of the following: (1) Violated a term of a contract with the County or a nonprofit corporation created by the County; (2) Committed an act or omission which negatively reflects on the Proposer's quality, fitness or capacity to perform a contract with the County, any other public entity, or a nonprofit corporation created by the County, or engaged in a pattern or practice which negatively reflects on same; (3) Committed an act or offense which indicates a lack of business integrity or business honesty; or (4) Made or submitted a false claim against the County or any other public entity. 1.19.1 If there is evidence that the apparent highest ranked Proposer may be subject to debarment, the County shall notify the Proposer in writing of the evidence which is the basis for the proposed debarment, and shall advise the Proposer of the scheduled date for a debarment hearing before the Contractor Hearing Board. 1.19.2 The Contractor Hearing Board shall conduct a hearing where evidence on the proposed debarment is presented. The Proposer and /or Proposer's representative shall be given an opportunity to submit evidence at that hearing. After the hearing, the Contractor Hearing Board shall prepare a tentative proposed decision, which shall contain a recommendation regarding whether the Proposer should be debarred, and, if so, the appropriate length of time of the debarment. The Proposer and the County shall be provided an opportunity to object to the tentative proposed decision prior to its presentation to the Board of Supervisors. 1.19.3 After consideration of any objections, or if no objections are received, a record of the hearing, the proposed decision and any other recommendation of the Contractor Hearing Board shall be presented to the Board of Supervisors. The Board of Supervisors shall have the right to modify, deny or adopt the proposed decision and recommendation of the Contractor Hearing Board. 11 Packet Page -3446- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA 1.19.4 If a Proposer has been debarred for a period longer than five (5) years, that Proposer may, after the debarment has been in effect for at least five (5) years, submit a written request for review of the debarment determination to reduce the period of debarment or terminate the debarment. The County may, in its discretion, reduce the period of debarment or terminate the debarment if it finds that the Proposer has adequately demonstrated one or more of the following: (1) elimination of the grounds for which the debarment was imposed; (2) a bona fide change in ownership or management; (3) material evidence discovered after debarment was imposed; or (4) any other reason that is in the best interests of the County. 1.19.5 The Contractor Hearing Board will consider requests for review of a debarment determination only where (1) the Proposer has been debarred for a period longer than five (5) years; (2) the debarment has been in effect for at least five (5) years; and (3) the request is in writing, states one or more of the grounds for reduction of the debarment period or termination of the debarment, and includes supporting documentation. 1.19.6 Upon receiving an appropriate request, the Contractor Hearing Board will provide notice of the hearing on the request. At the hearing, the Contractor Hearing Board shall conduct a hearing where evidence on the proposed reduction of debarment period or termination of debarment is presented. This hearing shall be conducted and the request for review decided by the Contractor Hearing Board pursuant to the same procedures as for a debarment hearing. 1.19.7 The Contractor Hearing Board's proposed decision shall contain a recommendation on the request to reduce the period of debarment or terminate the debarment. The Contractor Hearing Board shall present its proposed decision and recommendation to the Board of Supervisors. The Board of Supervisors shall have the right to modify, deny, or adopt the proposed decision and recommendation of the Contractor Hearing Board. 1.19.8 These terms shall also apply to proposed subcontractors of Proposers on County Master Agreements. 1.19.9 Proposer must inform County of any exclusion from participation in a federally funded program. This information shall be provided by the Proposer on Exhibit 15 (Exclusion from Participation in a Federally Funded Program) of Appendix A (Required Forms). 1.20 Proposer's Adherence to County's Child Support Program Proposers shall fully comply with (i) all applicable State and Federal reporting requirements relating to employment reporting for its employees, and (ii) all lawfully served Wage and Earnings Assignment Orders and Notice of Assignment, and continue to maintain compliance during the term of any Master Agreement that may be awarded pursuant to this solicitation. 12 Packet Page -3447- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA Failure to comply may be cause for termination of a Master Agreement or initiation of debarment proceedings against the non - compliant Supplier (County Code Chapter 2.202). 1.21 Gratuities It is improper for any County officer, employee or agent to solicit consideration, in any form, from a Proposer with the implication, suggestion or statement that the Proposer's provision of the consideration may secure more favorable treatment for the Proposer in the award of the Master Agreement or that the Proposer's failure to provide such consideration may negatively affect the County's consideration of the Proposer's submission. A Proposer shall not offer or give either directly or through an intermediary, consideration, in any form, to a County officer, employee or agent for the purpose of securing favorable treatment with respect to the award of the Master Agreement. A Proposer shall immediately report any attempt by a County officer, employee or agent to solicit such improper consideration. The report shall be made either to the County manager charged with the supervision of the employee or to the County Auditor - Controller's Employee Fraud Hotline at (800) 544 -6861. Failure to report such a solicitation may result in the Proposer's submission being eliminated from consideration. Forms of Improper Consideration Among other items, such improper consideration may take the form of cash, discounts, services, the provision of travel or entertainment, or tangible gifts. 1.22 Notice to Proposers Regarding the County Lobbyist Ordinance The Board of Supervisors of the County of Los Angeles has enacted an ordinance regulating the activities of persons who lobby County officials. This ordinance, referred to as the "Lobbyist Ordinance ", defines a County Lobbyist and imposes certain registration requirements upon individuals meeting the definition. The complete text of the ordinance can be found in County Code Chapter 2.160. In effect, each person, corporation or other entity that seeks a County permit, license, franchise or Master Agreement must certify compliance with the ordinance. As part of this solicitation process, it will be the responsibility of each Proposer to review the ordinance independently as the text of said ordinance is not contained within this RFP. Thereafter, each person, corporation or other entity submitting a response to this solicitation, must certify that each County Lobbyist, as defined by Los Angeles 13 Packet Page -3448- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA County Code Section 2.160.010, retained by the Proposer is in full compliance with Chapter 2.160 of the Los Angeles County Code and each such County Lobbyist is not on the Executive Office's List of Terminated Registered Lobbyists by completing and submitting Exhibit 6 (Certification of Familiarity with the County Lobbyist Ordinance) of Appendix A (Required Forms), as part of their proposal. 1.23 Federal Earned Income Credit The Supplier shall notify its employees, and shall require each subcontractor to notify its employees, that they may be eligible for the Federal Earned Income Credit under the federal income tax laws. Such notice shall be provided in accordance with the requirements set forth in Internal Revenue Service Notice No. 1015. 1.24 Consideration of GAIN /GROW Participants for Employment As a threshold requirement for consideration for the Master Agreement award, Proposers shall demonstrate a proven record of hiring participants in the County's Department of Public Social Services Greater Avenues for Independence (GAIN) or General Relief Opportunity for Work (GROW) Programs or shall attest to a willingness to consider GAIN /GROW participants for any future employment openings if they meet the minimum qualifications for that opening. Additionally, Proposers shall attest to a willingness to provide employed GAIN /GROW participants access to the Proposers' employee mentoring program, if available, to assist these individuals in obtaining permanent employment and /or promotional opportunities. Proposers who are unable to meet this requirement shall not be considered for Master Agreement award. Proposers shall complete and return Exhibit 9 (Attestation of Willingness to Consider GAIN /GROW Participants) of Appendix A (Required Forms), along with their proposal. 1.25 County's Quality Assurance Plan After the Master Agreement award, the County or its agent will evaluate the Supplier's performance under the Master Agreement on a periodic basis. Such evaluation will include assessing Supplier's compliance with all terms and conditions of the Master Agreement and performance standards set forth therein. Supplier's deficiencies which the County determines are severe or continuing and that may jeopardize performance of the Master Agreement may result in termination, in whole or in part, of the Master Agreement, if improvement/corrective action measures taken by the County and Supplier, does not occur consistent with the corrective action measures. The County may also impose other penalties, as specified in the Master Agreement. 1.26 Recycled Bond Paper Proposer shall be required to comply with the County's policy on recycled bond paper to reduce the amount of solid waste deposited at the County landfills. If awarded an agreement, the Supplier will be required to agree to use recycled- content 14 Packet Page -3449- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA paper to the maximum extent possible in its performance under the Master Agreement. 1.27 Safely Surrendered Baby Law The Supplier shall notify and provide to its employees, and shall require each subcontractor to notify and provide to its employees, a fact sheet regarding the Safely Surrendered Baby Law, its implementation in Los Angeles County, and where and how to safely surrender a baby. The fact sheet is set forth in Appendix D (Safely Surrendered Baby Law) of this solicitation document and is also available on the Internet at www.babysafela.org for printing purposes. 1.28 Jury Service Program The prospective Master Agreement will be subject to the requirements of the County's Supplier Employee Jury Service Ordinance ( "Jury Service Program ") (Los Angeles County Code, Chapter 2.203). Prospective Suppliers should carefully read Appendix C (Jury Service Ordinance). The Jury Service Program applies to both Suppliers and their Subcontractors. Proposals that fail to comDIV with the requirements of the Jury Service Program will be considered non - responsive and excluded from further consideration 1.28.1 The Jury Service Program requires Suppliers and their subcontractors to have and adhere to a written policy that provides that its employees shall receive from the Supplier, on an annual basis, no less than five days of regular pay for actual jury service. The policy may provide that employees deposit any fees received for such jury service with the Supplier or that the Supplier deduct from the employee's regular pay the fees received for jury service. 1.28.2 For purposes of the Jury Service Program, "employee" means any California resident who is a full -time employee of a Supplier and "full- time" means 40 hours or more worked per week, or a lesser number of hours if: 1) the lesser number is a recognized industry standard as determined by the County, or 2) the Supplier has a long- standing practice that defines the lesser number of hours as full -time. Therefore, the Jury Service Program applies to all of a Supplier's full -time California employees, even those not working specifically on the County project. Full -time employees providing short-term, temporary services of 90 days or less within a 12 -month period are not considered full -time for purposes of the Jury Service Program. 1.28.3 There are two ways in which a Supplier might not be subject to the Jury Service Program. The first is if the Supplier does not fall within the Jury Service Program's definition of "Supplier". The Jury Service Program defines "Supplier" to mean a person, partnership, corporation of other entity which has a Master Agreement with the County or a Subcontractor Agreement with a County Supplier and has received or will receive an 15 Packet Page -3450- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA aggregate sum of $50,000 or more in any 12 -month period under one or more County Master Agreements or subcontractor Agreements. The second is if the Supplier meets one of the two exceptions to the Jury Service Program. The first exception concerns small businesses and applies to Suppliers that have 1) ten or fewer employees; and, 2) annual gross revenues in the preceding twelve months which, if added to the annual amount of this Master Agreement is less than $500,000, and, 3) is not an "affiliate or subsidiary of a business dominant in its field of operation ". The second exception applies to Suppliers that possess a collective bargaining agreement that expressly supersedes the provisions of the Jury Service Program. The Supplier is subject to any provision of the Jury Service Program not expressly superseded by the collective bargaining agreement. 1.28.4 If a Supplier does not fall within the Jury Service Program's definition of "Supplier" or if it meets any of the exceptions to the Jury Service Program, then the Supplier must so indicate in Exhibit A (Certification Form and Application for Exception) of Exhibit 10 (Required Forms), and include with its submission all necessary documentation to support the claim such as tax returns or a collective bargaining agreement, if applicable. Upon reviewing the Supplier's application, the County will determine, in its sole discretion, whether the Supplier falls within the definition of Supplier or meets any of the exceptions to the Jury Service Program. The County's decision will be final. 1.29 Local Small Business Enterprise Preference Program Although Small Businesses are encouraged to participate for a local award, or to partner with larger suppliers for a national program offering, the Local Small Business Enterprise Preference Program shall not be applied to this solicitation. Pursuant to Los Angeles County Code, Chapter 2.204.070(A) entitled "Exclusions," the local small business enterprise preference shall not be given for national contracts established for the purchase of equipment and supplies for and by the National Association of Counties, U.S. Communities Government Purchasing Alliance, or any similar or related group purchasing organization. Notwithstanding, and wherever possible, larger suppliers are strongly encouraged to partner with, and /or subcontract portions of the work to responsible and qualified Community Business Enterprise owned businesses and /or Small Business entities. For those Suppliers interested in the Local Small Business Enterprise Preference Program for applicable future County solicitations: 1.29.1 In order to become certified, Suppliers must meet the definition of a Local Small Business Enterprise (Local SBE), consistent with Chapter 2.204.0300.1 of the Los Angeles County Code. 1.29.2 A Local SBE is defined as: 1) A business certified by the State of California as a small business and 2) must have its principal office located in Los 16 Packet Page -3451- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA Angeles County for at least one year. The business must be certified by the Office of Affirmative Action Compliance as meeting the requirements set forth in 1 and 2 above prior to requesting the Local SBE Preference in a solicitation. 1.29.3 To apply for certification as a Local SBE, businesses may register at the Office of Affirmative Action Compliance's web -site at: http: / /oaac.co.1a.ca.us /Master Agreement/sbemain.html 1.30 Notification to County of Pending Acquisitions /Mergers by Proposing Company The Proposer shall notify the County of any pending acquisitions /mergers of their company. This information shall be provided by the Proposer on Exhibit 1 (Proposer's Organization Questionnaire /Affidavit) of Appendix A (Required Forms). Failure of the Proposer to provide this information may eliminate its proposal from any further consideration. 1.31 Transitional Job Opportunities Preference Program In evaluating proposals, the County will give preference to businesses that are certified by the County as Transitional Job Opportunity vendors, consistent with Chapter 2.205 of the Los Angeles County Code. 1.31.1 A Certified Transitional Job Opportunity vendor is, and has been such for three (3) years, an entity: 1) that is a non - profit organization recognized as tax exempt pursuant to section 501 (c) (3) of the Internal Revenue Service Code; set forth, under penalty of perjury, such information as requested by the County on either electronic or hard copy forms, along with their application form and three most recent annual tax returns to the County with their proposal response to the County solicitation for which they are competing; 2) has been in operation for at least one year providing transitional job and the related supportive services to program participants; and 3) provide a profile of their program with a description of their program components designed to assist program participants, number of past program participants, and any other information requested by the County. 1.31.2 Transitional Job Opportunities vendors must request the preference in their solicitation response and may not receive the preference until their certification has been affirmed by the County, which must verify the Transitional Job Opportunity vendor certification prior to applying the preference. Sanctions and financial penalties may apply to a Proposer that knowingly and with intent to defraud seeks to obtain or maintain certification as a Transitional Job Opportunities vendor. 1.31.3 To request the Transitional Job Opportunities Preference, a Proposer must complete Exhibit 12 (Transitional Job Opportunities Preference Application) 17 Packet Page -3452- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA of Appendix A (Required Forms) and submit it along with all supporting documentation with its proposal. 1.32 Defaulted Property Tax Reduction Program The prospective Master Agreement will be subject to the requirements of the County's Defaulted Property Tax Reduction Program (Los Angeles County Code, Chapter 2.206). Prospective Suppliers should carefully read Appendix F (Defaulted Tax Program Ordinance) and the pertinent provisions which are incorporated by reference into and made a part of this solicitation. The Defaulted Tax Program applies to both Suppliers and their subcontractors. Proposers shall be required to certify that they are in full compliance with the provisions of the Defaulted Tax Program and shall maintain compliance during the term of any Master Agreement that may be awarded pursuant to this solicitation. Failure to maintain compliance, or to timely cure defects, may be cause for termination of a Master Agreement or initiation of debarment proceedings against the non - compliance Supplier. This information shall be provided by the Proposer on Exhibit 13 (Certification of Compliance with the County's Default Property Tax Reduction Program) of Appendix A (Required Forms). 1.33 Master Agreement Terms and Conditions Any resultant Master Agreement award(s) made from this solicitation process will be subject to the following additional terms and conditions: 1.33.0 GOVERNING LAW, JURISDICTION AND VENUE The Master Agreement shall be governed by, and construed in accordance with, the laws of the State of California. Supplier agrees and consents to the exclusive jurisdiction of the courts of the State of California for all purposes regarding the Master Agreement and further agrees and consents that venue of any action brought hereunder shall be exclusively in the County of Los Angeles, California. 1.33.1 MOST FAVORED PUBLIC ENTITY If the Supplier's prices decline, or should the Supplier at any time during the term of this Master Agreement provide the same goods or services under similar quantity and delivery conditions to the State of California or any county, municipality, or district of the State at prices below those set forth in this Contract, then such lower prices shall be immediately extended to the County. 1.33.2 NONDISCRIMINATION AND AFFIRMATIVE ACTION The Supplier certifies and agrees that all persons employed by it, its affiliates, subsidiaries, or holding companies are and shall be treated equally without regard to or because of race, color, religion, ancestry, national origin, sex, 18 Packet Page -3453- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA age, physical or mental disability, marital status, or political affiliation, in compliance with all applicable Federal and State anti - discrimination laws and regulations. A. The Supplier shall certify to, and comply with, the provisions of Exhibit 8 (Contractor's EEO Certification) of Appendix A (Required Forms). B. The Supplier shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to race, color, religion, ancestry, national origin, sex, age, physical or mental disability, marital status, or political affiliation, in compliance with all applicable Federal and State anti- discrimination laws and regulations. Such action shall include, but is not limited to: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. C. The Supplier certifies and agrees that it, its affiliates, subsidiaries, or holding companies shall comply with all applicable Federal and State laws and regulations to the end that no person shall, on the grounds of race, color, religion, ancestry, national origin, sex, age, physical or mental disability, marital status, or political affiliation, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under the Master Agreement or under any project, program, or activity supported by the Master Agreement. D. The Supplier certifies and agrees that it will deal with its subcontractors, bidders, or vendors without regard to or because of race, color, religion, ancestry, national origin, sex, age, physical or mental disability, marital status, or political affiliation. E. The Supplier shall allow County representatives access to the Supplier's employment records during regular business hours to verify compliance with the provisions of this paragraph when so requested by the County. F. If the County finds that any provisions of this section 1.33.2 have been violated, such violation shall constitute a material breach of the Master Agreement upon which the County may terminate or suspend this Contract. While the County reserves the right to determine independently that the anti - discrimination provisions of the Master Agreement have been violated, in addition, a determination by the California Fair Employment Practices Commission or the Federal Equal Employment Opportunity Commission that the Supplier has violated Federal or State anti- discrimination laws or regulations shall constitute a finding by the County that the Supplier has violated the anti - discrimination provisions of the Master Agreement. 19 Packet Page -3454- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA G. The parties agree that in the event the Supplier violates any of the anti - discrimination provisions of the Master Agreement, the County shall, at its sole option, be entitled to the sum of Five Hundred Dollars ($500) for each such violation pursuant to California Civil Code Section 1671 as liquidated damages in lieu of terminating or suspending the Master Agreement. 1.33.3 NON EXCLUSIVITY Nothing herein is intended nor shall be construed as creating any exclusive arrangement with the Supplier. This Master Agreement shall not restrict the County from acquiring similar, equal or like goods and /or services from other entities or sources. 1.33.4 NOTICE OF DELAYS Except as otherwise provided under the Master Agreement, when either party has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of the Master Agreement, that party shall, within two (2) business days, give notice thereof, including all relevant information with respect thereto, to the other party. 1.33.5 NOTICE OF DISPUTES The Supplier shall bring to the attention of the County any dispute between the County and the Supplier regarding the performance of services as stated in the Master Agreement, The County Purchasing Agent and /or his designee shall make the sole determination regarding the disposition and resolution of the dispute. 1.33.6 NOTICES All notices or demands required or permitted to be given or made under this Master Agreement shall be in writing and shall be hand delivered with signed receipt or mailed by first -class registered or certified mail, postage prepaid, addressed to the parties as identified in the Master Agreement. Addresses may be changed by either party giving ten (10) days' prior written notice thereof to the other party. The County Purchasing Agent or his designee shall have the authority to issue all notices or demands required or permitted by the County under the Master Agreement. 1.33.7 PROHIBITION AGAINST INDUCEMENT OR PERSUASION Notwithstanding the above, the Supplier and the County agree that, during the term of the Master Agreement and for a period of one year thereafter, neither party shall in any way intentionally induce or persuade any employee 20 Packet Page -3455- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA of one party to become an employee or agent of the other party. No bar exists against any hiring action initiated through a public announcement. 1.33.8 PUBLICITY The Supplier shall not disclose any details in connection with the Master Agreement to any person or entity except as may be otherwise provided hereunder or required by law. A. However, in recognizing the Supplier's need to identify its products and services and related clients to sustain itself, the County shall not prohibit the Supplier from publishing its role under the Master Agreement under the following conditions: The Supplier shall develop all publicity material in a professional manner; and During the term of the Master Agreement, the Supplier shall not, and shall not authorize another to, publish or disseminate any commercial advertisements, press releases, feature articles, or other materials using the name, logo or seal of the County without the prior written consent of the County's Purchasing Agent. B. The Supplier may, with or without the prior written consent of County, indicate in its proposals and sales materials that it has been awarded the Master Agreement with the County of Los Angeles, provided that the requirements, as stated above, are met. C. The County does not publicly endorse any particular supplier or supplier product or services offering. 1.33.9 RECORD RETENTION AND INSPECTION /AUDIT SETTLEMENT The Supplier shall maintain accurate and complete financial records of its activities and operations relating to the Master Agreement in accordance with generally accepted accounting principles. The Supplier agrees that the County, or its authorized representatives, shall have access to and the right to examine, audit, excerpt, copy, or transcribe any pertinent transaction, activity, or record relating to the Master Agreement. All such material, including, but not limited to, all financial records, and proprietary data and information, shall be kept and maintained by the Supplier and shall be made available to the County during the term of the Master Agreement and for a period of five (5) years thereafter unless the County's written permission is given to dispose of any such material prior to such time. All such material shall be maintained by the Supplier at a location in Los Angeles County, provided that if any such material is located outside Los Angeles County, then, at the County's option, the Supplier shall pay the County for travel, per diem, and other costs incurred by the County to 21 Packet Page -3456- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA examine, audit, excerpt, copy, or transcribe such material at such other location. A. In the event that an audit of the Supplier is conducted specifically regarding the Master Agreement by any Federal or State auditor, or by any auditor or accountant employed by the Supplier or otherwise, then the Supplier shall file a copy of such audit report with the County's Purchasing Agent within thirty (30) days of the Supplier's receipt thereof, unless otherwise provided by applicable Federal or State law or under the Master Agreement. Subject to applicable law, the County shall make a reasonable effort to maintain the confidentiality of such audit report(s). B. If, at any time during the term of the Master Agreement or within five (5) years after the expiration or termination of the Master Agreement, representatives of the County conduct an audit of the Supplier regarding the work performed under the Master Agreement, and if such audit finds that the County's dollar liability for any such work is less than payments made by the County to the Supplier, then the difference shall be either: a) repaid by the Supplier to the County by cash payment upon demand or b) at the sole option of the County's Purchasing Agent, deducted from any amounts due to the Supplier from the County, whether under the Master Agreement or otherwise. C. Failure on the part of the Supplier to comply with any of these provisions of the Master Agreement shall constitute a material breach of the Master Agreement upon which the County may terminate or suspend the Master Agreement. D. Each provision as stated herein shall also apply to participating public agencies. 1.33.10 CONSUMPTION REPORTS /ITEM NUMBERS /PURCHASES Each County department or participating agency is to be assigned a customer number to be used in identifying each sale and proper billing address. Supplier shall be required to furnish to the County's Purchasing Agent/designee or requesting participating agency, monthly computer based usage reports of purchases separated by individual County departments or entity, and /or delivery locations, and employee purchases, listing quantities of separate items purchased and total dollars expended. Usage reports listing items in alphabetical order and descending dollar volume order must also be provided upon request. Supplier must provide any other usage reports that the County Purchasing Agent/designee or participating agencies may require for their internal 22 Packet Page -3457- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA controls including but not limited to Green Product consumption, HUB /DBE use, etc. 1.33.11 SUBCONTRACTING The requirements of the Master Agreement may not be subcontracted by the Supplier without the advance written approval of the County. Any attempt by the Supplier to subcontract without the prior written consent of the County may be deemed a material breach of the Master Agreement. A. If the Supplier desires to subcontract, the Supplier shall provide the following information promptly to the County: ■ A description of the work to be performed by the Subcontractor; ■ A draft copy of the proposed subcontract; and ■ Other pertinent information and /or certifications requested by the County. B. The Supplier shall indemnify and hold the County harmless with respect to the activities of each and every Subcontractor in the same manner and to the same degree as if such Subcontractor(s) were the Supplier employees. C. The Supplier shall remain fully responsible for all performances required of it under the Master Agreement, including those that the Supplier has determined to subcontract, notwithstanding the County's approval of the Supplier's proposed subcontract. D. The County's consent to subcontract shall not waive the County's right to prior and continuing approval of any and all personnel, including Subcontractor employees, providing services under the Master Agreement. The Supplier is responsible to notify its Subcontractors of this County right. E. The County's Purchasing Agent or designee is authorized to act for and on behalf of the County with respect to approval of any subcontract and Subcontractor employees. After approval of the subcontract by the County, Supplier shall forward a fully executed subcontract to the County for their files. F. The Supplier shall be solely liable and responsible for all payments or other compensation to all Subcontractors and their officers, employees, agents, and successors in interest arising through services performed hereunder, notwithstanding the County's consent to subcontract. 23 Packet Page -3458- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA G. The Supplier shall obtain certificates of insurance, which establish that the Subcontractor maintains all the programs of insurance required by the County from each approved Subcontractor. H. The Supplier shall ensure delivery of all such documents before any Subcontractor employee may perform any work hereunder. 1.33.12 TERMINATION FOR BREACH OF WARRANTY TO MAINTAIN COMPLIANCE WITH COUNTY'S CHILD SUPPORT COMPLIANCE PROGRAM Failure of the Supplier to maintain compliance with the requirements set forth in the Contractor's Warranty of Adherence to County's Child Support Compliance Program shall constitute default under the Master Agreement. Without limiting the rights and remedies available to the County under any other provision of the Master Agreement, failure of the Supplier to cure such default within ninety (90) calendar days of written notice shall be grounds upon which the County may terminate the Master Agreement pursuant to Termination for Default herein, and pursue debarment of the Supplier, pursuant to County Code Chapter 2.202. 1.33.13 TERMINATION FOR CONVENIENCE The Master Agreement may be terminated, in whole or in part, from time to time, when such action is deemed by the County, in its sole discretion, to be in its best interest. Such termination shall be effected by notice of termination to the Supplier specifying the extent to which performance of work is terminated and the date upon which such termination becomes effective. The date upon which such termination becomes effective shall be no less than ten (10) days after the notice is sent. A. After receipt of a notice of termination and except as otherwise directed by the County, the Supplier shall: ■ Stop performance under the Master Agreement on the date and to the extent specified in such notice, and ■ Complete performance of such part of the Master Agreement as shall not have been terminated by such notice. B. All material including books, records, documents, or other evidence bearing on the costs and expenses of the Supplier under the Master Agreement shall be maintained by the Supplier in accordance with paragraph 1.33.9 (Record Retention and Inspection /Audit Settlement) of this RFP. 1.33.14 TERMINATION FOR DEFAULT The County may, by written notice to the Supplier, terminate the whole or any part of the Master Agreement, if, in the judgment of County's Purchasing Agent or designee: 24 Packet Page -3459- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA ■ Supplier has materially breached the Master Agreement; or ■ Supplier fails to timely provide and /or satisfactorily perform any task, deliverable, service, or other work required either under the Master Agreement; or Supplier fails to demonstrate a high probability of timely fulfillment of performance requirements under the Master Agreement, or of any obligations of the Master Agreement and in either case, fails to demonstrate convincing progress toward a cure within five (5) working days (or such longer period as the County may authorize in writing) after receipt of written notice from the County specifying such failure. A. In the event that the County terminates the Master Agreement in whole or in part as provided herein, the County may procure, upon such terms and in such manner as the County may deem appropriate, goods and services similar to those so terminated. B. The Supplier shall be liable to the County for any and all excess costs incurred by the County, as determined by the County, for such similar goods and services. The Supplier shall continue the performance of the Master Agreement to the extent not terminated under the provisions of this sub - paragraph. C. Except with respect to defaults of any Subcontractor, the Supplier shall not be liable for any such excess costs of the type identified herein if its failure to perform the Master Agreement arises out of causes beyond the control and without the fault or negligence of the Supplier. Such causes may include, but are not limited to: acts of God or of the public enemy, acts of the County in either its sovereign or contractual capacity, acts of Federal or State governments in their sovereign capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but in every case, the failure to perform must be beyond the control and without the fault or negligence of the Supplier. If the failure to perform is caused by the default of a Subcontractor, and if such default arises out of causes beyond the control of both the Supplier and Subcontractor, and without the fault or negligence of either of them, the Supplier shall not be liable for any such excess costs for failure to perform, unless the goods or services to be furnished by the Subcontractor were obtainable from other sources in sufficient time to permit the Supplier to meet the required performance schedule. As used in this paragraph, the term " Subcontractor(s)" means Subcontractor(s) at any tier. C. If, after the County has given notice of termination under the provisions of this paragraph, it is determined by the County that the Supplier was not in default under the provisions herein, or that the default was excusable under the provisions, the rights and obligations of the parties shall be the same as if the notice of 25 Packet Page -3460- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA termination had been issued pursuant to Termination for Convenience, as described herein. D. The rights and remedies of the County provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. 1.33.15 TERMINATION FOR IMPROPER CONSIDERATION The County may, by written notice to the Supplier, immediately terminate the right of the Supplier to proceed under the Master Agreement if it is found that consideration, in any form, was offered or given by the Supplier, either directly or through an intermediary, to any County officer, employee, or agent with the intent of securing the Master Agreement or securing favorable treatment with respect to the award, amendment, or extension of the Master Agreement or the making of any determinations with respect to the Supplier's performance pursuant to the Master Agreement. In the event of such termination, the County shall be entitled to pursue the same remedies against the Supplier as it could pursue in the event of default by the Supplier. A. The Supplier shall immediately report any attempt by a County officer or employee to solicit such improper consideration. The report shall be made either to the County manager charged with the supervision of the employee or to the County Auditor - Controller's Employee Fraud Hotline at (800) 544 -6861. B. Among other items, such improper consideration may take the form of cash, discounts, services, the provision of travel or entertainment, or tangible gifts. 1.33.16 TERMINATION FOR INSOLVENCY The County may terminate the Master Agreement in the event of the occurrence of any of the following: A. Insolvency of the Supplier. The Supplier shall be deemed to be insolvent if it has ceased to pay its debts for at least sixty (60) days in the ordinary course of business or cannot pay its debts as they become due, whether or not a petition has been filed under the Federal Bankruptcy Code and whether or not the Supplier is insolvent within the meaning of the Federal Bankruptcy Code; B. The filing of a voluntary or involuntary petition regarding the Supplier under the Federal Bankruptcy Code; the appointment of a Receiver or Trustee for the Supplier; or the execution by the Supplier of a general assignment for the benefit of creditors. The rights and remedies of the County provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. 26 Packet Page -3461- 5/14/2013 16.E.7. RFP- IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA 1.33.17 TERMINATION FOR NON - APPROPRIATION OF FUNDS Notwithstanding any other provision of the Master Agreement, the County shall not be obligated for the Supplier's performance hereunder or by any provision of the Master Agreement during any of the County's future fiscal years unless and until the County's Board of Supervisors appropriates funds for use under the Master Agreement in the County's Budget for each such future fiscal year. In the event that funds are not appropriated, then the Master Agreement shall terminate as of June 30 of the last fiscal year for which funds were appropriated. The County shall notify the Supplier in writing of any such non - allocation of funds at the earliest possible date. 1.33.18 VALIDITY If any provision of the Master Agreement or the application thereof to any person or circumstance is held invalid, the remainder of the Master Agreement and the application of such provision to other persons or circumstances shall not be affected thereby. 1.33.19 WAIVER No waiver by the County of any breach of any provision of the Master Agreement shall constitute a waiver of any other breach or of such provision. Failure of the County to enforce at any time, or from time to time, any provision of the Master Agreement shall not be construed as a waiver thereof. The rights and remedies set forth herein shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. 1.33.20 WARRANTY AGAINST CONTINGENT FEES The Supplier warrants that no person or selling agency has been employed or retained to solicit or secure the Master Agreement upon any contract or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Supplier for the purpose of securing business. For breach of this warranty, the County shall have the right to terminate the Master Agreement and, at its sole discretion, deduct from the Master Agreement price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 1.33.21 PARTICIPATING MUNICIPALITIES Excluding any local awards, the County has designated U.S. Communities Government Purchasing Alliance (herein "U.S. Communities ") as the agency to provide administrative services related to purchases by other governmental entities (Participating Public Agencies) under the Master Agreement. At the County's sole discretion and option, and upon Supplier entering into the requisite U.S. Communities Administration Agreement, Participating Agencies may acquire products under the Master Agreement. 27 Packet Page -3462- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA Such acquisitions shall be at the prices stated in the Master Agreement, or lower. The awarded Supplier(s) must deal directly with any Participating Public Agency concerning the placement of orders, issuance of the purchase order, contractual disputes, invoicing, and payment. The County is acting as "Contracting Agent" for the Participating Public Agencies and shall not be held liable for any costs, damages, etc. incurred by any other Participating Public Agency. In no event shall the County be considered a dealer, remarketer, agent or representative of the Supplier. 1.33.22 PRE - PRINTED TERMS AND CONDITIONS Pre - printed terms and conditions /bidders contract documents. Bidders pre- printed terms and conditions or restrictions commonly appearing on the reverse side of letters submitted with the bid and /or bidders specifications material and contract documents will be disregarded in the absence of a positive written statement from Bidder and approved in writing by the County Purchasing Agent that all or a particular portion of such writings are in addition to or supersede the County terms and conditions. 1.33.23 RESERVATION The County of Los Angeles reserves the right to bid individual large requirements when deemed in the best interests of the County. 1.33.24 RETURN OF GOODS RECEIVED In bidding, Proposer agrees to accept for full credit any merchandise returned in good condition within five days after receipt of goods without any handling charges; however, no return shall be made of any material which has been put into operation other than for test. When products delivered fail to meet specification, cost of inspection shall be for account of vendor. 1.33.25 CANCELLATION Any agreement formulated from this inquiry may be cancelled by either party upon (ninety) 90 days written notice. The County may continue to place orders against said agreement until the effective date of such cancellation. 1.33.26 PRICING Pricing on the Non -Core item list (Appendix G -C and G -E) must remain firm for at least twelve (12) months from the effective date of any agreement that results from this request for proposal. Price revisions requested anytime thereafter shall be subject to acceptance and approval by the County of Los Angeles. Upward revisions must be accompanied by supporting 28 Packet Page -3463- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA documentation to justify the increase. These revisions must be notified to the County of Los Angeles with at least 90 days notice."" 1.33.27 LOCAL FIXED ASSETS For all local awards, any single piece of equipment priced at over $5,000 /unit will be excluded from any resulting agreements. 1.33.28 LOCAL SERVICES For local awards, services will excluded from any resulting agreements. Only products will be included for local agreements. 2.0 Proposal Submission Requirements This Section contains key project dates and activities as well as instructions to Proposers in how to prepare and submit their proposal. NOTE: The local and national programs will be evaluated and awarded independently. Pricing proposals must be submitted separately, if the vendor is seeking both a local and national contract. 2.1 County Responsibility The County is not responsible for representations made by any of its officers or employees prior to the execution of the Master Agreement unless such understanding or representation is included in the Master Agreement. 2.2 Truth and Accuracy of Representations False, misleading, incomplete, or deceptively unresponsive statements in connection with a proposal shall be sufficient cause for rejection of the proposal. The evaluation and determination in this area shall be at the Purchasing Agent's /designee's sole judgment and his /her judgment shall be final. 2.3 RFP Timetable The timetable for this RFP is as follows: • Release of RFP ...................................................... ............................... 12/06/12 ■ Questions of RFP to LA County ............................. ............................... 12/13/12 ■ Proposers Mandatory Conference .......................... ............................... 12/18/12 ■ Proposals due by (12:00 pm PST) (Pacific Time) .............................. 01/17/13 29 Packet Page -3464- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA 2.4 Proposers' Questions Proposers may submit written questions regarding this RFP by mail, fax or e-mail to the individual identified below. All questions must be received by: 4:00 pm PDT (Pacific Daylight Time) on 12/13/12. All questions, without identifying the submitting company, will be compiled with the appropriate answers and will be released at the proposers mandatory conference. Questions not submitted can also be asked at the proposers' mandatory conference. Questions & answers will be incorporated into the RFP after the bidders' conference as an amendment. When submitting questions please specify the RFP section number, paragraph number, and page number and quote the language that prompted the question. This will ensure that the question can be quickly found in the RFP. The County reserves the right to group similar questions when providing answers. Questions should be addressed to: Mr. Ted Lo 1100 N Eastern Ave, Rm G115 Los Angeles, CA 90063 Fax #: (323) 415 -8663 E -mail address: tlo2(a-_)isd.lacountv.aov 2.5 Proposers Conference A Mandatory Proposers Conference will be held to discuss the RFP Requirements. County staff will respond to questions from potential Proposers. All potential Proposers must attend this conference or their proposals will be rejected (disqualified) without review and eliminated from further consideration. The conference is scheduled as follows: Date: December 18, 2012 Time: 8:00 am PDT (Pacific Daylight Time) Internal Services Department Administrative Offices 1100 N. Eastern Avenue Los Angeles, California 90063 Conference Room G -101 2.6 Preparation of the Proposal Two (2) separate proposals must be submitted - a Business Proposal and a Cost Proposal. All Proposals must be bound and submitted in the prescribed format. Any Proposal that deviates from this format may be rejected without review at the County's sole discretion. NOTE: The local and national programs will be evaluated and awarded independently. Pricing proposals must be submitted separately, if the vendor is seeking both a local and national contract. 30 Packet Page -3465- 5/14/2013 16.E.7. RFP- IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA 2.7 Business Proposal Format For National program consideration the content and sequence of the proposal must be as follows: ■ Proposer's Organization Questionnaire /Affidavit and Required Documents for Corporations and Limited Liability Companies ■ Table of Contents • Executive Summary (Section A) • Proposer's Qualifications and Experience (Section B) • Proposer's Quality Control Plan (Section C) • Business Proposal Required Forms (Section D) • Cost Proposal (Appendix G) — Section 2.9 For Local program consideration, the content and sequence must be as follows: ■ Statement from Bidder on company letterhead, acknowledging that their submission is for local award consideration only. ■ Business Proposal Required Forms (Section D) ■ Cost Proposal (Section 2.9) - Appendix G -D, G -E, and G -A 2.7.1 Proposer's Organization Questionnaire /Affidavit and Required Support Documentation — (Submission Requirements) The Proposer shall complete, sign and date Exhibit 1 ( Proposer's Organization Questionnaire /Affidavit) of Appendix A (Required Forms). The person signing the form must be authorized to sign on behalf of the Proposer and to bind the applicant in a Master Agreement. Taking into account the structure of the Proposer's organization, Proposer shall determine which of the below referenced supporting documents the County requires. If the Proposer's organization does not fit into one of these categories, upon receipt of the Proposal or at some later time, the County may, in its discretion, request additional documentation regarding the Proposer's business organization and authority of individuals to sign Master Agreements. 31 Packet Page -3466- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA If the below referenced documents are not available at the time of Proposal submission, Proposers must request the appropriate documents from the California Secretary of State and provide a statement on the status of the request. Required Support Documents: Corporations or Limited Liability Company (LLC): The Proposer must submit the following documentation with the Proposal: A. A copy of a "Certificate of Good Standing" with the state of incorporation /organization. B. A conformed copy of the most recent "Statement of Information" as filed with the California Secretary of State or the state of incorporation /organization listing corporate officers or members and managers. Limited Partnership: The Proposer must submit a conformed copy of the Certificate of Limited Partnership or Application for Registration of Foreign Limited Partnership as filed with the California Secretary of State, and any amendments. 2.7.2 Table of Contents List all material included in the Proposal. Include a clear definition of the material, identified by sequential page numbers and by section reference numbers. 2.7.3 Executive Summary (Section A) Condense and highlight the contents of the Proposer's Business Proposal to provide the County with a broad understanding of the Proposer's approach, qualifications, experience, and staffing. Identify whether Proposer is seeking to participate in the national program award only, the local Los Angeles County award only, or both programs. 2.7.4 Proposer's Qualifications and Experience (Section B) A. Proposer's Experience and Financial Capabilities (Section B.1) Demonstrate that the Proposer's organization has the experience and financial capability to perform the required services and meets the minimum requirement(s) stated in Paragraph 1.4 of this RFP and has the capability to perform the required services as a 32 Packet Page -3467- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA corporation or other entity. If a proposal is being submitted for consideration for an award for the national program agreement, please refer to Appendix H (Supplier Worksheets for National Program Consideration) and attach and submit the completed form and questionnaire with your business proposal outlined herein. B. Proposer's References (Section B.2) It is the Proposer's sole responsibility to ensure that the firm's name, and point of contact's name, title and phone number for each reference is accurate. The same references may be listed on both Exhibit 2 (Prospective Supplier References) and Exhibit 3 (Prospective Supplier List of Contracts) of Appendix A (Required Forms). The County may disqualify a Proposer if: ■ references fail to substantiate Proposer's description of the services provided; or ■ references fail to support that Proposer has a continuing pattern of providing capable, productive and skilled personnel, or ■ the County is unable to reach the point of contact with reasonable effort. It is the Proposer's responsibility to inform the point of contact of normal working hours. The Proposer must complete and include the following Required Forms: 1. Exhibit 2 (Prospective Supplier References) of Appendix A (Required Forms). Proposer must provide at least five (5) references where the same or similar scope of services was provided. 2. Exhibit 3 (Prospective Supplier List of Master Agreements) of Appendix A (Required Forms). The listing must include all Public Entities Master Agreements for the last three (3) years. Use additional sheets if necessary. 3. Exhibit 4 (Prospective Supplier List of Terminated Master Agreements) of Appendix A (Required Forms). Listing must include Master Agreements terminated within the past three (3) years with a reason for termination. C. Proposer's Pending Litigation and Judgments (Section B.3) Identify by name, case and court jurisdiction any pending litigation 33 Packet Page -3468- RFP -IS- 13255001 2.7.5 2.7.6 5/14/2013 16.E.7. SELECTION PROCESS AND EVALUATION CRITERIA in which Proposer is involved, or judgments against Proposer in the past five (5) years. Provide a statement describing the size and scope of any pending or threatening litigation against the Proposer or principals of the Proposer. Proposer's Quality Control Plan (Section C) Present a comprehensive Quality Control Plan to be utilized by the Proposer as a self- monitoring tool to ensure the required services are provided as specified. The following factors may be included in the plan: • Activities to be monitored to ensure compliance with all Master Agreement requirements; • Monitoring methods to be used; • Frequency of monitoring; • Samples of forms to be used in monitoring; • Title /level and qualifications of personnel performing monitoring functions; and ■ Documentation methods of all monitoring results, including any corrective action taken. Business Proposal Required Forms (Section D) Proposal shall include all completed, signed, and dated forms indentified in Appendix A (Required Forms): Exhibit 1 Proposer's Organization Questionnaire /Affidavit Exhibit 2 Prospective Supplier References Exhibit 3 Prospective Supplier List of Contracts Exhibit 4 Prospective Supplier List of Terminated Contracts Exhibit 5 Certification of No Conflict of Interest Exhibit 6 Familiarity with the County Lobbyist Ordinance Certification Exhibit 7 Request for Local SBE Preference Program Consideration and CBE Firm /Organization Information Exhibit 8 Proposer's EEO Certification Packet Page -3469- 34 RFP- IS- 13255001 5/14/2013 16.E.7. SELECTION PROCESS AND EVALUATION CRITERIA Exhibit 9 Attestation of Willingness to Consider GAIN /GROW Participants Exhibit 10 Supplier Employee Jury Service Program — Certification Form and Application for Exception Exhibit 11 Certification of independent Price Determination and Acknowledgement of RFP Restrictions Exhibit 12 Transitional Job Opportunities Preference Application Exhibit 13 Certification of the County's Defaulted Property Tax Reduction Program Exhibit 14 Prohibition of Child Labor Exhibit 15 Off -Peak Delivery Program Exhibit 16 Exclusion From Participation in a Federally Funded Program Financial Capability Provide copies of the company's most current and prior two (2) fiscal years (for example, 2010 and 2011) financial statements. Statements should include the company's assets, liabilities and net worth and at a minimum should include the Balance Sheet, Statement of Income, and the Statement of Cash Flows. It should be noted that depending on the nature of the entity, i.e., for - profit, non - profit, governmental, the title of these statements may differ. For example, for a non - profit entity the Balance Sheet is referred to as the Statement of Financial Position. If audited statements are available, these should be submitted to meet this requirement. Do not submit Income Tax Returns to meet this requirement. Financial statements will be kept confidential if so stamped on each page. 2.8 Cost Proposal Format Supplier cost proposals will be submitted in electronic and hardcopy format inclusive of the items identified in the separate product categories listed in Appendix G (Price Proposal Exhibits) of this RFP, which include: • General Electrical Products o Estimated Consumption • County of Los Angeles = $2,000,000 • U.S. Communities = $70,000,000 Note: All consumption information is based on historic annual usage and does not represent a guaranteed amount. Any and all proposed product offering by Suppliers must meet the minimum 35 Packet Page -3470- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA specifications as set -forth in each product category description. Except as specifically noted herein, category product price proposals shall be firm, fixed prices for one year after the award for core list items and discount off manufacturer price list for all other items. Any resultant award will have the specific terms and conditions reflected in the contract. In all cases, the County will reserve the right to reject any price increases during the terms of the Master Agreement. The County reserves the right to negotiate pricing and to add and delete items. Any resultant award will have the specific terms and conditions reflected in the contract. In all cases, the County will reserve the right to reject any price increases during the term of the Master Agreement. In addition, a separate cost category is provided for Suppliers to offer additional discounts, including, but not limited to: Net/30 Cash Discounts Volume or Tiered Volume Discounts /Rebates based on Agency usage /Average Order Size o To be distributed in arrears on an annual basis e- Commerce Discounts o To be distributed in arrears on an annual basis The County will include these additional cost saving offers in evaluating proposals, using its volume and usage as a measure. All price adjustment requests must be submitted no less than 60 days prior to implementation. All upward price adjustments must be supported by manufacturers' letter(s) substantiating the requested increase, the percent increase and must be approved by County Purchasing Agent. Price decreases will be accepted any time during the contract period with 60 day notice. 2.9 Cost Proposal Instructions 2.9.1 Supplier must propose pricing for Appendix G (multiple files) on the products listed herein. The fixed price provided must be for the exact manufacturer's name and product code, UPC code, and unit of measure. Quoting products via unit of measure conversion is not permitted. When substituting with a generic /private brand product, the proposed substitute must be the same or better quality of specification and the same exact unit of measure. Any item that is determined not to be of same or better quality or exact unit of measure, may be returned for full credit at the expense of the Supplier. 2.9.2 Any proposed equipment or supplies must be new, unused, and current model. 2.9.3 The County reserves the right to reject any and all offers that stipulate minimum order requirements. Packet Page -3471- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA 2.9.4 Supplier to quote F.O.B. destination, Freight Prepaid and Allowed. All charges including, but not limited to, transportation, packing and installation, to any location, including desktop delivery within agency facilities, anywhere within Los Angeles County or any location in all 50 States, must be inclusive in the Supplier's price proposal. 2.9.5 Unless otherwise specified herein, prices proposed shall not include sales or use taxes. Proposer shall provide either the Certificate of Registration number or its seller's permit number to engage in business as a seller (if a CA company). Without one of these numbers, County will not pay sales /use tax direct to any vendor. If vendor is outside CA, the County will pay sales tax directly to the State. Seller's Permit # Certificate of Registration # If you are uncertain as to whether you have such a number or have questions, contact the California State Board of Equalization. 2.9.6 Products purchased as a result of any award made from this RFP are to be supplied as offered, and accepted without substitution of material or style, at the contract price. Any deviation must be approved in advance by the requisitioning agency official. 2.9.7 Time of delivery is a part of the consideration and must be stated in definite terms and adhered to. If time varies on different items, proposer shall so state in the column provided opposite the item. Unless otherwise noted, "days for delivery" or "days from receipt of order" mean calendar days. 2.9.8 Non -Core Items Listing (Appendix G -B or G -D) Bidders must bid on at least 75% of the items listed. Failure to bid on at least 75% of the items may be cause for rejection of your offer. Core Items Listing (Appendix G -C or G -E) Bidders must bid on at least 90% of the items listed. Failure to bid on at least 90% of the items may be cause for rejection of your offer. National program - Any items that are "NO BID" will result in a pro- rated point deduction in the cost evaluation. Pricing on the Non -core item list (Appendix G- B /G -D) must correspond with the discount structure offered on the bid price sheet (Appendix G -A). Failure to have pricing correspond may be cause for rejection of your offer. 2.10 Proposal Submission and Requirements It is the sole responsibility of the submitting Proposer to ensure that its Proposal is received before the submission deadline. Submitting Proposers shall bear all risks 37 Packet Page -3472- RFP -IS- 13255001 5/14/2013 16.E.7. SELECTION PROCESS AND EVALUATION CRITERIA associated with delays in delivery by any person or entity, including the U.S. Mail. Any Proposals received after the scheduled closing date and time for receipt of Proposals, as listed in Paragraph 2.3 (RFP Timetable), will not be accepted and returned to the sender unopened. Timely hand - delivered Proposals are acceptable. No facsimile (fax) or electronic mail (e -mail) copies will be accepted. 2.10.1 In responding to this RFP, Proposers understand that this is a solicitation only, and is not intended or to be construed as an offer to enter into any contract or other agreement with the County. 2.10.2 Proposers are reminded to thoroughly review all solicitation documents. 2.10.3 Proposer shall be solely responsible for understanding the specifications and requirements. 2.10.4 All proposals shall be typewritten or in ink. No erasures permitted. Mistakes shall be crossed out and corrections typed /inked adjacent dated and initialed. 2.10.5 County shall not return proposals for change /correction after receipt. 2.10.6 County assumes no financial obligations for preparation and submittal of proposal. 2.10.7 Inspections and examinations or failure to so do is at proposer's sole risk. The specifications set forth herein are controlling and supersede any other information, oral or written, regarding this acquisition. 2.10.8 Proposal submission shall consist of two (2) original hardcopy and nine (9) electronic (CD or USB flash drives) copies of Supplier's response, and related documents. Proposers shall also submit three (3) unprotected electronic copies of their Cost Proposals in Excel format. 2.10.9 Proposals shall be submitted in a sealed envelope, labeled # RFP -IS- 13255001, with the closing date annotated, to: County of Los Angeles Internal Services Department Purchasing Division - Bid Desk 1100 N. Eastern Avenue, Room 103 Los Angeles, CA 90063 2.10.10 There will be no public opening or reading of the proposals in response to this RFP. 2.10.11 All proposals shall be firm offers and may not be withdrawn for a period of 90 days following the last day to submit proposals. 2.10.12 Proposals are subject to acceptance at any time within 90 calendar days of the closing date stated hereon, unless otherwise specifically stipulated. 38 Packet Page -3473- RFP -IS- 13255001 5/14/2013 16.E.7. SELECTION PROCESS AND EVALUATION CRITERIA 2.10.13 County reserves the right to waive, at its sole discretion, any formality in the proposing or evaluation in order to expedite the process, accommodate minor error, or respond to unforeseen circumstances, and to reject any or all proposals and to reject any items thereon. County may, at its sole discretion, cancel this solicitation at any time prior to award. 2.10.14 Any changes and /or modifications to specifications or conditions to this RFP shall only be made by issuance of a written amendment by County's Purchasing Agent or designee. No other change or modification, regardless of source, shall be binding. Proposers are advised to propose only as set forth in this Request. 2.10.15 Section 2873 of the California Government code prohibits County from purchasing goods, wares or merchandise manufactured or produced or mined, in whole or in part, by state prisoners in states other than California, except prisoners on probation or parole. Your signature to your proposal will be considered certification of full compliance with the Section. 2.10.16 All factors being equal and to the extent authorized by law, County shall prefer products grown, manufactured or produced in the County of Los Angeles, and then in the State of California. 2.10.17 County reserves the right to negotiate price, terms and conditions with the selected vendor. 2.10.18 Prior to proposal award, County reserves the right to request clarification of any proposal. 3.0 SELECTION PROCESS AND EVALUATION CRITERIA 3.1 Selection Process The County reserves the sole right to judge the contents of the proposals submitted pursuant to this RFP and to review, evaluate and select the successful proposal(s). The selection process will begin with receipt of the proposal on 01/17/13. Evaluation of the proposals will be made by an Evaluation Committee selected by the County. The Committee will evaluate the proposals and will use the evaluation approach described herein to select a prospective Supplier. All proposals will be evaluated based on the criteria listed below. All proposals will be scored and ranked in numerical sequence from high to low. The County may also, at its option, invite Proposers being evaluated to make a verbal presentation or conduct site visits, if appropriate. The Evaluation Committee may utilize the services of appropriate experts to assist in this evaluation. After a prospective Supplier has been selected, the County and the prospective Supplier(s) will negotiate a Master Agreement. If a satisfactory Master Agreement cannot be negotiated, the County may, at its sole discretion, begin negotiations with the next qualified Proposer who submitted a proposal, as determined by the County. 39 Packet Page -3474- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA The County retains the right to select a Proposal other than the Proposal receiving the highest number of points if County determines, in its sole discretion, another Proposal is the most overall qualified, cost - effective, responsive, responsible and in the best interests of the County. 3.2 Adherence to Minimum Requirements (Pass /Fail) County shall review Exhibit 1 (Proposer's Organization Questionnaire /Affidavit) of Appendix A (Required Forms) and determine if the Proposer meets the minimum requirements as outlined in this RFP. Proposer must attend the mandatory Pre -bid conference. A sign in sheet will be circulated on the pre -bid conference and cross- checked to determine who attended. Proposer must submit completed Administration Agreement — Appendix I Proposer must submit a copy of a "Certificate of Good Standing" with the state of incorporation /organizations. Proposer must submit a conformed copy of the most recent "Statement of Information" as filed with the California Secretary of State or the state of incorporation /organization listing corporate officers or members and managers Proposer must submit a minimum of 5 references who will be contacted by the County Contract Analyst to answer a few probing questions. Failure of the Proposer to comply with the minimum requirements may eliminate its proposal from any further consideration. The County may elect to waive any informality in a proposal if the sum and substance of the proposal is present. 3.3 Disqualification Review A proposal may be disqualified from consideration because it did not meet the requirements stated herein and was determined non - responsive at any time during the review /evaluation process. If the County Purchasing Agent or designee determines that a proposal is disqualified due to non - responsiveness, the Purchasing Agent/designee shall notify the Proposer in writing. Upon receipt of the written determination of non - responsiveness, the Proposer may submit a written request for a Disqualification Review within the timeframe specified in the written determination. A request for a Disqualification Review may, in the County's sole discretion, be denied if the request does not satisfy all of the following criteria: 1. The person or entity requesting a Disqualification Review is a Proposer; 2. The request for a Disqualification Review is submitted timely (i.e., by the date and time specified in the written determination); and M Packet Page -3475- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA 3. The request for a Disqualification Review asserts that the County's determination of disqualification due to non - responsiveness was erroneous (e.g. factual errors, etc.) and provides factual support on each ground asserted as well as copies of all documents and other material that support the assertions. The Disqualification Review shall be completed and the determination shall be provided to the requesting Proposer, in writing, prior to the conclusion of the evaluation process. 3.4 Business Proposal Evaluation and Criteria (40 %) Any reviews conducted during the evaluation of the proposal may result in a point reduction. 3.4.1 Proposer's Qualifications (35 %) 1. Proposer will be evaluated on their experience and capacity as a corporation or other entity to perform the required services based on information provided in Section B.1 of the proposal. 2. Proposer will be evaluated on the verification of references provided in Section B.2 of the proposal. In addition to the references provided, a review will include the Suppliers current agency contracts, past performance history on County agreements, and a review of terminated Master Agreements. 3. A review will be conducted to determine the magnitude of any pending litigation or judgments against the Proposer as provided in Section B.3 of the proposal. 4. A review of distribution methodology including support facilities, shipping standards, and retail networks. (Appendix H - page 3) 5. A review of marketing plans, sales force, staffing plans and how this can integrate with government based customers. (Appendix H — page 3) 6. A review of administration such as electronic system, reporting, internal management systems, and e- commerce platforms. (Appendix H — page 4) 7. A review of the products, services, solutions to keep current. (Appendix H — page 4) 8. A review of quality of service and how problems are resolved. (Appendix H — page 4) 3.4.2 Quality Control Plan (5 %) 41 Packet Page -3476- 5/14/2013 16.E.7. RFP -IS- 13255001 SELECTION PROCESS AND EVALUATION CRITERIA The Proposer will be evaluated on its ability to establish and maintain a complete Quality Control Plan to ensure the requirements of this Master Agreement are provided as specified. Evaluation of the Quality Control Plan shall be based on the information provided in Section C of the proposal. 3.5 Cost Proposal Evaluation Criteria (60 %) The maximum number of possible points will be awarded to the lowest cost proposal. All other proposals will be compared to the proposal which is lowest in cost and points will be awarded accordingly. Cost Proposals will be evaluated on the offered pricing of all core lists and non - core list items in Appendix(s) G and all proposed additional discounts /rebates. The proposed additional discounts /rebates will be evaluated against County of Los Angeles's usage. LOCAL PROGRAM NOTE: Awards will be based 100% on cost proposal(s) Appendix G — multiple documents. END OF DOCUMENT 42 Packet Page -3477- 5/14/2013 16.E.7. APPENDIX A REQUIRED FORMS REQUEST FOR PROPOSALS (RFP) #RFP -IS- 13255001 Packet Page -3478- 5/14/2013 16.E.7. APPENDIX A REQUIRED FORMS TABLE OF CONTENTS EXHIBITS BUSINESS FORMS 1 PROPOSER'S ORGANIZATION QUESTIONNAIRE /AFFIDAVIT 2 PROSPECTIVE CONTRACTOR REFERENCES 3 PROSPECTIVE CONTRACTOR LIST OF CONTRACTS 4 PROSPECTIVE CONTRACTOR LIST OF TERMINATED CONTRACTS 5 CERTIFICATION OF NO CONFLICT OF INTEREST 6 FAMILIARITY WITH THE COUNTY LOBBYIST ORDINANCE CERT 7 CBE FIRM /ORGANIZATION INFORMATION FORM 8 PROPOSER'S EEO CERTIFICATION 9 ATTESTATION OF WILLINGNESS TO CONSIDER GAIN /GROW PARTICIPANTS 10 CONTRACTOR EMPLOYEE JURY SERVICE PROGRAM CERTIFICATION FORM AND APPLICATION FOR EXCEPTION 11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION AND ACKNOWLEDGEMENT OF RFP RESTRICTIONS TRANSITIONAL JOB OPPORTUNITIES PREFERENCE PROGRAM 12 TRANSITIONAL JOB OPPORTUNITIES PREFERENCE APPLICATION DEFAULTED PROPERTY TAX REDUCTION PROGRAM 13 CERTIFICATION OF COMPLIANCE WITH THE COUNTY'S DEFAULTED PROPERTY TAX REDUCTION 14 PROHIBITION OF CHILD LABOR 15 OFF -PEAK DELIVERY 16 EXCLUSION FROM PARTICIPATION IN A FEDERALLY FUNDED PROGRAM RFP -IS- 13255001 RFP — APPENDIX A Packet Page -3479- 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 1 PROPOSER'S ORGANIZATION QUESTIONNAIRE /AFFIDAVIT Page 1 of 2 Please complete, date and sign this form and place it as the first page of your proposal. The person signing the form must be authorized to sign on behalf of the Proposer and to bind the applicant in a Contract. 1. If your firm is a corporation or limited liability company (LLC), state its legal name (as found in your Articles of Incorporation) and State of incorporation: Name State Year Inc. 2. If your firm is a limited partnership or a sole proprietorship, state the name of the proprietor or managing partner: 3. If your firm is doing business under one or more DBA's, Please list all DBA's and the County(s) of registration: Name County of Registration Year became DBA 4. Is your firm wholly or majority owned by, or a subsidiary of, another firm? If yes, 5 Name of parent firm: State of incorporation or registration of parent firm: Please list any other names your firm has done business as within the last five (5) years. Name Year of Name Change 6. Indicate if your firm is involved in any pending acquisition /merger, including the associated company name. If not applicable, so indicate below. RFP -IS- 13255001 Packet Page -3480- RFP 5/14/2013 16.E.7. Page 2 of 2 Proposer acknowledges and certifies that it meets and will comply with all of the Minimum Mandatory Requirements listed in Paragraph 1.4 - Minimum Mandatory Requirements, of this Request for Proposal, as listed below. Proposer must have three (3) years experience, within the last five (5) years, providing office supplies and products equivalent or similar to the services provided to the County. Check the appropriate boxes: ❑ Yes ❑ No years experience, within the last _ years Proposer further acknowledges that if any false, misleading, incomplete, or deceptively unresponsive statements in connection with this proposal are made, the proposal may be rejected. The evaluation and determination in this area shall be at the Director's sole judgment and his /her judgment shall be final. Proposer's Name: Address: E -mail address: Fax number: Telephone number: On behalf of ( Proposer's name), I (Name of Proposer's authorized representative), certify that the information contained in this Organization Questionnaire /Affidavit is true and correct to the best of my information and belief. Signature Title Internal Revenue Service Employer Identification Number California Business License Number Date County WebVen Number Proposer's RFP -IS- 13255001 RFP Packet Page -3481- N H _m W N O W W W w W Z W w LL W /O V I— O W U W CL CO cc IL E m Z cn L 0 V L A CA C a) m N N c a) N a) 7 a) N a) E O Q) .a O C a) 0 Q m 3 a) U En O a) CL O U U) c� O a) f0 cn a) L a) a) U C N N a) 1, o f4 LL U M J tcn M N 0) m CL Q X 0 Z W CL CL Q d LL r V C Lo Ji r N LL LL -.L o) m N N N N — •� •� �. — E C E a L- a a W W W W W m d d O � 0 = O t O t a, U o , U � U d U U O � .2 O O d . , (D F- . � a) i- ., �, a) H N CO CO co v CO O O O O 0 O a Q a) N O O vpN L W a L L L a a a w 0 V V U U U cu U U U U U U U U 0 0 0 0 0 c ` c i w E E w F � L L N N N cu N N L- O N N O N N O N N t6 0 0 0 0 � Z Z Z Z Z Lc ca �. cu U. LL M 6- C U C U G U G p U •~ E L O E O d E O O E O 0 o Z E Z E Z E Z E Z E cu r f0 Z N f0 Z M m Z .4 N Z ui cu Z M N 0) m CL Q X 0 Z W CL CL Q d LL r V C Lo Ji r N LL LL -.L o) m M H m X W U) 0 LL CY W W F- U Z O U LL. O J O H Q O w W w IL m 0 L IL) m L ,4W r_ O AE u (D U) Cl) U a) c (D t C O m a) D m co CD N t N m L U N a) O CL cn m s `O U f�6 C O U a) U .0 L O N m c a) U_ O a m 0 D) J fN/) NJ fq N N cc m m E c_`a E cu W o W o W o W o W o c c O c O O c o .� s �^ m^ 0 m'� v 0 d^ v a�i^ N H., F-`. H., (D ) H.. aa)i co U) w cn U) 0 0 0 0 0 � Q Q Q Q F- F- O O O O O N i U i d a a ° a a a * C ° c v c v c c U v v U M U cu U U U C C C C C U U U U U 0 0 0 0 0 E E E E E E E E E E O n N O � Cl) O � O O N O N to a) f!) m a) N m m y m a) y m a) 0 0 �0 a a z z z z z E U U E E U E U E m m m cc U. CO CO C C C O U O U O Lj 0 O "� � � L U m `� E O E O E O E O E O Z E Z E Z E Z E E Z m m m m m z N z c"i z d z cci z N m f0 a x 0 z w ar CL LL M U1 Loo IV L O N r W v) a O LL � m y N m 2 X ''W^^ V/ O LL 0 W w D W U) V 0 D W H Q Z LU H LL 0 H U) J w 0 I- V H 0 W U LU ' CL '^ V/ 00N w IL d E N 0 V c 0 A N m i Q X Z W IL d Q CL LL m CTI O O LO N M w c jn y N d N d L M m m .m .m W LL LV d O o O O O � s = CL CL C 0 0 0 O L L L L a IL a a w w 0 0 0 V U U V O 0 0 O c co c ca c c E E E E E E lL H M N LL N LL O O O L O L O N N N O N vO O O 0 0 O (A L N L Q LL Q Q O/ Q Of nN(n/ 0 0 6 0 z z z z E 0 E 0 E 0 E 0 % L m L m m _L M M LL E '�- o O U o O v W. o 0 v 4- O U ci L � L ai L Q% L E O E O E O E O m N m N m N R N z E z E z E z E z N z M z et z N m i Q X Z W IL d Q CL LL m CTI O O LO N M w c jn y 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 5 CERTIFICATION OF NO CONFLICT OF INTEREST The Los Angeles County Code, Section 2.180.010, provides as follows: CONTRACTS PROHIBITED Notwithstanding any other section of this Code, the County shall not contract with, and shall reject any proposals submitted by, the persons or entities specified below, unless the Board of Supervisors finds that special circumstances exist which justify the approval of such contract: 1. Employees of the County or of public agencies for which the Board of Supervisors is the governing body; 2. Profit- making firms or businesses in which employees described in number 1 serve as officers, principals, partners, or major shareholders; 3. Persons who, within the immediately preceding 12 months, came within the provisions of number 1, and who: a. Were employed in positions of substantial responsibility in the area of service to be performed by the contract; or b. Participated in any way in developing the contract or its service specifications; and 4. Profit - making firms or businesses in which the former employees, described in number 3, serve as officers, principals, partners, or major shareholders. Contracts submitted to the Board of Supervisors for approval or ratification shall be accompanied by an assurance by the submitting department, district or agency that the provisions of this section have not been violated. Proposer Name Proposer Official Title Official's Signature Cert. of No Conflict of Interest OAAC: Local SBE Form - Revised 9/20/07 Packet Page -3485- RFP - APPENDIX A - Page 8 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 6 FAMILIARITY WITH THE COUNTY LOBBYIST ORDINANCE CERTIFICATION The Proposer certifies that: 1) it is familiar with the terms of the County of Los Angeles Lobbyist Ordinance, Los Angeles Code Chapter 2.160; 2) that all persons acting on behalf of the Proposer organization have and will comply with it during the proposal process; and 3) it is not on the County's Executive Office's List of Terminated Registered Lobbyists. Signature: Date: OAAC: Local SBE Form - Revised 9/20/07 Packet Page -3486- RFP - APPENDIX A - Page 8 REQUIRED FORMS - EXHIBIT 7 5/14/2013 16.E.7. Use this form for County Solicitations which are subject to the Federal Restriction Request for Local SEE Preference Program Consideration: and CBE Firm /Or anizationInformation form INSTRUCTIONS: All proposers /bidders responding to this solicitation must complete and return this form for proper consideration of the proposal /bid. I. LOCAL SMALL BUSINESS ENTERPRISE PREFERENCE PROGRAM: FIRM NAME: CAGE CODE: NAICS CODE: .------------------------------------------------------------------------------------------------------------------ ❑ As a business registered as `Small' on the federal Central Contractor Registration (CCR) data base, I request this proposal /bid be considered for the Local SBE Preference. ❑ The NAICS Code shown corresponds to the services in this solicitation. ❑ Attached is my CCR certification page. ----------------- - - - - -- FIRM /ORGANIZATION INFORMATION: The information requested below is for statistical purposes only. On final analysis and consideration of award, contractor /vendor will be selected without regard to race /ethnicity, color, religion, sex, national origin, age, sexual orientation or disability. Business Structure: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Non -Profit ❑ Franchise ❑ Other (Please Specify) Total Number of Employees (including owners): Race /Ethnic Composition of Firm. Please distribute the above total number of individuals into the following categories: Race /Ethnic Composition p Owners /Partners/ Associate Partners Managers Staff Men Male Female Male Female Male Female Black/African American % % % % % % Hispanic/Latino Asian or Pacific Islander American Indian Filipino White III. PERCENTAGE OF OWNERSHIP IN FIRM: Please indicate by percentage ( %) how ownership of the firm is distributed. IV. CERTIFICATION AS MINORITY WOMEN DISADVANTAGED AND DISABLED VETERAN BUSINESS ENTERPRISES: If your firm is currently certified as a minority, women, disadvantaged or disabled veteran owned business enterprise by a public agency, complete the following and attach a copy of your proof of certification. (Use back of form, if necessary.) Agency Name Black/African American Hispanic/ Latino Asian or Pacific Islander American Indian Filipino White Men % % % % % % Women % % % % % % IV. CERTIFICATION AS MINORITY WOMEN DISADVANTAGED AND DISABLED VETERAN BUSINESS ENTERPRISES: If your firm is currently certified as a minority, women, disadvantaged or disabled veteran owned business enterprise by a public agency, complete the following and attach a copy of your proof of certification. (Use back of form, if necessary.) Agency Name Minorit y Women Dls- advanta ed Disabled , Veteran Expiration Date IV. DECLARATION: I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE ABOVE INFORMATION IS TRUE AND ACCURATE. OAAC: Local SEE Form - Revised 9/20/07 Packet Page -3487- RFP - APPENDIX A - Page 8 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 8 PROPOSER'S EEO CERTIFICATION Company Name Address Internal Revenue Service Employer Identification Number GENERAL In accordance with provisions of the County Code of the County of Los Angeles, the Proposer certifies and agrees that all persons employed by such firm, its affiliates, subsidiaries, or holding companies are and will be treated equally by the firm without regard to or because of race, religion, ancestry, national origin, or sex and in compliance with all anti - discrimination laws of the United States of America and the State of California. CERTIFICATION 1. Proposer has written policy statement prohibiting discrimination in all phases of employment. 2. Proposer periodically conducts a self - analysis or utilization analysis of its work force. 3. Proposer has a system for determining if its employment practices are discriminatory against protected groups. 4. When problem areas are identified in employment practices, Proposer has a system for taking reasonable corrective action to include establishment of goal and /or timetables. Signature Name and Title of Signer (please print) YES NO Date Packet Page -3488- RFP - APPENDIX A - Page 9 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 9 ATTESTATION OF WILLINGNESS TO CONSIDER GAIN /GROW PARTICIPANTS As a threshold requirement for consideration for contract award, Proposer shall demonstrate a proven record for hiring GAIN /GROW participants or shall attest to a willingness to consider GAIN /GROW participants for any future employment opening if they meet the minimum qualifications for that opening. Additionally, Proposer shall attest to a willingness to provide employed GAIN /GROW participants access to the Proposer's employee mentoring program, if available, to assist these individuals in obtaining permanent employment and /or promotional opportunities. Proposers unable to meet this requirement shall not be considered for contract award. Proposer shall complete all of the following information, sign where indicated below, and return this form with their proposal. A. Proposer has a proven record of hiring GAIN /GROW participants. YES (subject to verification by County) NO B. Proposer is willing to consider GAIN /GROW participants for any future employment openings if the GAIN /GROW participant meets the minimum qualifications for the opening. "Consider" means that Proposer is willing to interview qualified GAIN /GROW participants. YES NO C. Proposer is willing to provide employed GAIN /GROW participants access to its employee - mentoring program, if available. YES NO Proposer Organization: Signature: Print Name: Title: Tel. #: GAIN /GROW ATTESTATION - 10 -14 -03 N/A (Program not available) Date: Fax #: Packet Page -3489- RFP - APPENDIX A - Page 10 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 10 COUNTY OF LOS ANGELES CONTRACTOR EMPLOYEE JURY SERVICE PROGRAM CERTIFICATION FORM AND APPLICATION FOR EXCEPTION The County's solicitation for this Request for Proposals is subject to the County of Los Angeles Contractor Employee Jury Service Program (Program), Los Angeles County Code, Chapter 2.203. All proposers, whether a contractor or subcontractor, must complete this form to either certify compliance or request an exception from the Program requirements. Upon review of the submitted form, the County department will determine, in its sole discretion, whether the proposer is excepted from the Program. Company Name: Company Address: City: State: Zip Code: Telephone Number: Solicitation For Services: If you believe the Jury Service Program does not apply to your business, check the appropriate box in Part I (attach documentation to support your claim); or, complete Part II to certify compliance with the Program. Whether you complete Part I or Part ll, please sign and date this form below. Part I: Jury Service Program is Not Applicable to My Business ❑ My business does not meet the definition of "contractor," as defined in the Program, as it has not received an aggregate sum of $50,000 or more in any 12 -month period under one or more County contracts or subcontracts (this exception is not available if the contract itself will exceed $50,000). 1 understand that the exception will be lost and I must comply with the Program if my revenues from the County exceed an aggregate sum of $50,000 in any 12 -month period. ❑ My business is a small business as defined in the Program. It 1) has ten or fewer employees; and, 2) has annual gross revenues in the preceding twelve months which, if added to the annual amount of this contract, are $500,000 or less; and, 3) is not an affiliate or subsidiary of a business dominant in its field of operation, as defined below. I understand that the exception will be lost and I must comply with the Program if the number of employees in my business and my gross annual revenues exceed the above limits. "Dominant in its field of operation" means having more than ten employees and annual gross revenues in the preceding twelve months, which, if added to the annual amount of the contract awarded, exceed $500,000. "Affiliate or subsidiary of a business dominant in its field of operation" means a business which is at least 20 percent owned by a business dominant in its field of operation, or by partners, officers, directors, majority stockholders, or their equivalent, of a business dominant in that field of operation. ❑ My business is subject to a Collective Bargaining Agreement (attach agreement) that expressly provides that it supersedes all provisions of the Program. OR Part 11: Certification of Compliance ❑ My business has and adheres to a written policy that provides, on an annual basis, no less than five days of regular pay for actual jury service for full -time employees of the business who are also California residents, or my company will have and adhere to such a policy prior to award of the contract. I declare under penalty of perjury under the laws of the State of California that the information stated above is true and rnnart ~Print Name: Title: Signature: Date: Packet Page -3490- RFP - APPENDIX A - Page 11 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 11 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION AND ACKNOWLEDGEMENT OF RFP RESTRICTIONS A. By submission of this Proposal, Proposer certifies that the prices quoted herein have been arrived at independently without consultation, communication, or agreement with any other Proposer or competitor for the purpose of restricting competition. B. List all names and telephone number of person legally authorized to commit the Proposer. NAME PHONE NUMBER NOTE: Persons signing on behalf of the Contractor will be required to warrant that they are authorized to bind the Contractor. C. List names of all joint ventures, partners, subcontractors, or others having any right or interest in this contract or the proceeds thereof. If not applicable, state "NONE ". D. Proposer acknowledges that it has not participated as a consultant in the development, preparation, or selection process associated with this RFP. Proposer understands that if it is determined by the County that the Proposer did participate as a consultant in this RFP process, the County shall reject this proposal. Name of Firm Print Name of Signer Title Signature Date RFP - APPENDIX A - Page 12 Packet Page -3491- 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 12 TRANSITIONAL JOB OPPORTUNITIES PREFERENCE APPLICATION COMPANY NAME: COMPANY ADDRESS: CITY: STATE: ZIP CODE: I hereby certify that I meet all the requirements for this program: ❑ My business is a non - profit corporation qualified under Internal Revenue Services Code - Section 501(c)(3) and has been such for 3 years (attach IRS Determination Letter); ❑ 1 have submitted my three most recent annual tax returns with my application; ❑ 1 have been in operation for at least one year providing transitional job and related supportive services to program participants; and ❑ 1 have submitted a profile of our program; including a description of its components designed to help the program participants, number of past program participants and any other information requested by the contracting department. I declare under penalty of perjury under the laws of the State of California that the information herein is true and correct. PRINT NAME: TITLE: SIGNATURE: DATE: RFP - APPENDIX A - Page 13 Packet Page -3492- 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 13 CERTIFICATION OF COMPLIANCE WITH THE COUNTY'S DEFAULTED PROPERTY TAX REDUCTION PROGRAM Company Name: Company Address: City: State: Zip Code: Telephone Number: Email address: The Proposer /Bidder /Contractor certifies that: ❑ It is familiar with the terms of the County of Los Angeles Defaulted Property Tax Reduction Program, Los Angeles County Code Chapter 2.206; AND To the best of its knowledge, after a reasonable inquiry, the Proposer /Bidder /Contractor is not in default, as that term is defined in Los Angeles County Code Section 2.206.020.E, on any Los Angeles County property tax obligation; AND The Proposer /Bidder /Contractor agrees to comply with the County's Defaulted Property Tax Reduction Program during the term of any awarded contract. -OR- ❑ I am exempt from the County of Los Angeles Defaulted Property Tax Reduction Program, pursuant to Los Angeles County Code Section 2.206.060, for the following reason: I declare under penalty of perjury under the laws of the State of California that the information stated above is true and correct. Print Name: Title: Signature: Date: RFP - APPENDIX A - Page 14 Packet Page -3493- 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 14 PROHIBITION OF CHILD LABOR I hereby certify that, if awarded a Purchase Order or Agreement, bidder shall: 1. Not knowingly sell or supply to COUNTY any products, goods, supplies or other personal property produced or manufactured in violation of child labor standards set by the International Labor Organizations through its 1973 Convention Concerning Minimum Age for Employment. 2. Upon request by COUNTY, identify the country/countries of origin of any products, goods, supplies or other personal property bidder sells or supplies to COUNTY, and 3. Upon request by COUNTY, provide to COUNTY the manufacturer's certification of compliance with all international child labor conventions. I understand and agree that, if awarded a Purchase Order or Agreement and COUNTY discovers that any products, goods, supplies or other personal property sold or supplied by bidder to COUNTY are produced in violation of any international child labor conventions; bidder shall immediately provide an alternative, compliant source of supply. I further understand and agree that failure to comply with the foregoing provisions will be grounds for immediate cancellation of the Purchase Order or termination of the Agreement and award to an alternative bidder. VENDOR SIGNATURE DATE RFP - APPENDIX A - Page 15 Packet Page -3494- 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 15 OFF PEAK DELIVERY It is the policy of the Los Angeles County Board of Supervisors that County departments promote off -peak deliveries and pickup of all commodities by County Vendors between the hours of 9:00 a.m. and 3:30 p.m., Monday through Friday, during regularly scheduled County business days. The purpose of this policy is to reduce vehicle trips and vehicle emissions during the morning and afternoon commute periods. For purposes of the Board Policy, the trip shall be deemed to be compliant if the actual time of delivery provides for arrival at the County facility or location on or after 9:00 a.m. and the delivery or pickup is initiated at the County facility or location on or before 3:30 p.m.. Noncompliance with this policy may result in cancellation of a Purchase Order or termination of contract and /or agreement between the County and the awarded Vendor. Unless otherwise instructed by authorized County department personnel, vendors shall be required to confer with County departments to schedule, as appropriate, regularly planned trips to County facilities for deliveries and /or pickup of commodities within the designated off -peak periods. County departments co- located at facilities that are serviced by the same Vendor shall make every effort to coordinate off -peak deliveries and pickups between the Vendor and other County departments at the facility. Emergency, special orders, and other non - conforming deliveries and pickups specifically requested by County departments shall not constitute a violation of the Board Policy. In addition, circumstances documented by the Vendor to the satisfaction of the affected County department that are outside of the control of the Vendor that preclude adherence to the Board Policy shall not constitute a violation of the Board Policy. If circumstances related to department operations preclude regularly scheduled deliveries between the hours of 9:00 a.m. and 3:30 p.m., Monday through Friday, the department shall notify the Vendor of any exception(s) allowable under the Board Policy. If such circumstances are permanent in nature, the department shall notify the Chief Administrative Office and ISD of their intent to exclude the affected contract(s) and /or commodities from the provisions of the Board Policy. County departments doing business with non - commodity or service- related vendors that schedule regular trips to County facilities shall, to the extent feasible and appropriate, encourage such vendors to schedule such trips to their facilities between the hours of 9:00 a.m. and 3:30 p.m., Monday through Friday, during regularly schedule business days. By signature below, vendor acknowledges receipt and understanding of this Board Policy, and agrees to adhere to above requirements regarding Off -Peak Delivery of Commodities. Vendor's Company Name Address City State & Zip Code Printed Name Signature Date RFP - APPENDIX A - Page 16 Packet Page -3495- 5/14/2013 16.E.7. REQUIRED FORMS - EXHIBIT 16 EXCLUSION FROM PARTICIPATION IN A FEDERALLY FUNDED PROGRAM Contractor hereby warrants that neither it nor any of its staff members is restricted or excluded from providing services under any health care program funded by the Federal Government, directly or indirectly, in whole or in part, and the Contractor will notify the Buyer within thirty (30) calendar days in writing of: 1) any event that would require Contractor or a staff member's mandatory exclusion from participation in a Federally funded health care program; and 2) any exclusionary action taken by any agency of the Federal Government against Contractor or one or more staff members barring it or the staff members from participation in a Federally funded health care program, whether such bar is direct or indirect, or whether such bar is in whole or in part. Contractor shall indemnify and hold County harmless against any and all loss or damage Contractor may suffer arising from any Federal exclusion of Contractor or its staff members from such participation in a Federally funded health care program. Failure by Contractor to meet the requirements of this paragraph shall constitute a material breach of contract upon which County may immediately terminate or suspend this Agreement. Is Contractor /Proposer or any of its staff members currently barred from participation in any Federally funded health care program? NO, Contractor or any of its staff members is not currently barred from participation in Federally funded health care program. 1:1 YES, Contractor or any of its staff members is currently barred from participation in any Federally funded health care program. Describe the particulars in detail below. RFP - APPENDIX A - Page 17 Packet Page -3496- 5/14/2013 16.E.7. APPENDIX B COUNTY OF LOS ANGELES POLICY ON DOING BUSINESS WITH SMALL BUSINESS Forty -two percent of businesses in Los Angeles County have five or fewer employees. Only about four percent of businesses in the area exceed 100 employees. According to the Los Angeles Times and local economists, it is not large corporations, but these small companies that are generating new jobs and helping move Los Angeles County out of its worst recession in decades. WE RECOGNIZE.... The importance of small business to the County... • in fueling local economic growth • providing new jobs • creating new local tax revenues • offering new entrepreneurial opportunity to those historically under - represented in business The County can play a positive role in helping small business grow... • as a multi - billion dollar purchaser of goods and services • as a broker of intergovernmental cooperation among numerous local jurisdictions • by greater outreach in providing information and training • by simplifying the bid /proposal process. • by maintaining selection criteria which are fair to all • by streamlining the payment process WE THEREFORE SHALL: 1. Constantly seek to streamline and simplify our processes for selecting our vendors and for conducting business with them. 2. Maintain a strong outreach program, fully- coordinated among our departments and districts, as well as other participating governments to: a) inform and assist the local business community in competing to provide goods and services; b) provide for ongoing dialogue with and involvement by the business community in implementing this policy. 3. Continually review and revise how we package and advertise solicitations, evaluate and select prospective vendors, address subcontracting and conduct business with our vendors, in order to: a) expand opportunity for small business to compete for our business; and b) to further opportunities for all businesses to compete regardless of size. 4. Insure that staff who manage and carry out the business of purchasing goods and services are well trained, capable and highly motivated to carry out the letter and spirit of this policy. Packet Page -3497- 5/14/2013 16.E.7. Title 2 ADMINISTRATION APPENDIX C Chapter 2.203.010 through 2.203.090 CONTRACTOR EMPLOYEE JURY SERVICE Page 1 of 3 2.203.010 Findings. The board of supervisors makes the following findings. The county of Los Angeles allows its permanent, full -time employees unlimited jury service at their regular pay. Unfortunately, many businesses do not offer or are reducing or even eliminating compensation to employees who serve on juries. This creates a potential financial hardship for employees who do not receive their pay when called to jury service, and those employees often seek to be excused from having to serve. Although changes in the court rules make it more difficult to excuse a potential juror on grounds of financial hardship, potential jurors continue to be excused on this basis, especially from longer trials. This reduces the number of potential jurors and increases the burden on those employers, such as the county of Los Angeles, who pay their permanent, full -time employees while on juror duty. For these reasons, the county of Los Angeles has determined that it is appropriate to require that the businesses with which the county contracts possess reasonable jury service policies. (Ord. 2002 -0015 § 1 (part), 2002) 2.203.020 Definitions. The following definitions shall be applicable to this chapter: A. "Contractor" means a person, partnership, corporation or other entity which has a contract with the county or a subcontract with a county contractor and has received or will receive an aggregate sum of $50,000 or more in any 12 -month period under one or more such contracts or subcontracts. B. "Employee" means any California resident who is a full -time employee of a contractor under the laws of California. C. "Contract' means any agreement to provide goods to, or perform services for or on behalf of, the county but does not include: 1. A contract where the board finds that special circumstances exist that justify a waiver of the requirements of this chapter; or 2. A contract where federal or state law or a condition of a federal or state program mandates the use of a particular contractor; or 3. A purchase made through a state or federal contract; or 4. A monopoly purchase that is exclusive and proprietary to a specific manufacturer, distributor, or reseller, and must match and inter - member with existing supplies, equipment or systems maintained by the county pursuant to the Los Angeles County Purchasing Policy and Procedures Manual, Section P -3700 or a successor provision; or 5. A revolving fund (petty cash) purchase pursuant to the Los Angeles County Fiscal Manual, Section 4.4.0 or a successor provision; or 6. A purchase card purchase pursuant to the Los Angeles County Purchasing Policy and Procedures Manual, Section P -2810 or a successor provision; or 7. A non - agreement purchase with a value of less than $5,000 pursuant to the Los Angeles County Purchasing Policy and Procedures Manual, Section A -0300 or a successor provision; or 8. A bona fide emergency purchase pursuant to the Los Angeles County Purchasing Policy and Procedures Manual, Section PP -1100 or a successor provision. Packet Page -3498- 5/14/2013 16.E.7. APPENDIX C Title 2 ADMINISTRATION Chapter 2.203.010 through 2.203.090 CONTRACTOR EMPLOYEE JURY SERVICE Page 2 of 3 D. "Full time" means 40 hours or more worked per week, or a lesser number of hours if: The lesser number is a recognized industry standard as determined by the chief administrative officer, or The contractor has a long- standing practice that defines the lesser number of hours as full time. E. "County" means the county of Los Angeles or any public entities for which the board of supervisors is the governing body. (Ord. 2002 -0040 § 1, 2002: Ord. 2002 -0015 § 1 (part), 2002) 2.203.030 Applicability. This chapter shall apply to contractors who enter into contracts that commence after July 11, 2002. This chapter shall also apply to contractors with existing contracts which are extended into option years that commence after July 11, 2002. Contracts that commence after May 28, 2002, but before July 11, 2002, shall be subject to the provisions of this chapter only if the solicitations for such contracts stated that the chapter would be applicable. (Ord. 2002 -0040 § 2, 2002: Ord. 2002 -0015 § 1 (part), 2002) 2.203.040 Contractor Jury Service Policy. A contractor shall have and adhere to a written policy that provides that its employees shall receive from the contractor, on an annual basis, no less than five days of regular pay for actual jury service. The policy may provide that employees deposit any fees received for such jury service with the contractor or that the contractor deduct from the employees' regular pay the fees received for jury service. (Ord. 2002 -0015 § 1 (part), 2002) 2.203.050 Other Provisions. A. Administration. The chief administrative officer shall be responsible for the administration of this chapter. The chief administrative officer may, with the advice of county counsel, issue interpretations of the provisions of this chapter and shall issue written instructions on the implementation and ongoing administration of this chapter. Such instructions may provide for the delegation of functions to other county departments. B. Compliance Certification. At the time of seeking a contract, a contractor shall certify to the county that it has and adheres to a policy consistent with this chapter or will have and adhere to such a policy prior to award of the contract. (Ord. 2002 -0015 § 1 (part), 2002) 2.203.060 Enforcement and Remedies. For a contractor's violation of any provision of this chapter, the county department head responsible for administering the contract may do one or more of the following: 1. Recommend to the board of supervisors the termination of the contract; and /or, 2. Pursuant to chapter 2.202, seek the debarment of the contractor. (Ord. 2002 -0015 § 1 (part), 2002) Packet Page -3499- Title 2 ADMINISTRATION Chapter 2.203.010 through 2.203.090 CONTRACTOR EMPLOYEE JURY SERVICE 2.203.070. Exceptions. 5/14/2013 16.E.7. APPENDIX C Page 3 of 3 A. Other Laws. This chapter shall not be interpreted or applied to any contractor or to any employee in a manner inconsistent with the laws of the United States or California. B. Collective Bargaining Agreements. This chapter shall be superseded by a collective bargaining agreement that expressly so provides. C. Small Business. This chapter shall not be applied to any contractor that meets all of the following: 1. Has ten or fewer employees during the contract period; and, 2. Has annual gross revenues in the preceding twelve months which, if added to the annual amount of the contract awarded, are less than $500,000; and, 3. Is not an affiliate or subsidiary of a business dominant in its field of operation. "Dominant in its field of operation" means having more than ten employees and annual gross revenues in the preceding twelve months which, if added to the annual amount of the contract awarded, exceed $500,000. "Affiliate or subsidiary of a business dominant in its field of operation" means a business which is at least 20 percent owned . by a business dominant in its field of operation, or by partners, officers, directors, majority stockholders, or their equivalent, of a business dominant in that field of operation. (Ord. 2002 -0015 § 1 (part), 2002) 2.203.090. Severability. If any provision of this chapter is found invalid by a court of competent jurisdiction, the remaining provisions shall remain in full force and effect. (Ord. 2002 -0015 § 1 (part), 2002) Packet Page -3500- 5/14/2013 16.E.7 APPENDIX D How does it work? A distressed parent who is usable or unnilding to care for a baby can Iegaltt: camidendaUy. and safely surrender a baby within three days M2 hours) of hirth. Tht baby must be handed town employee at ,a hospital or fire station in Los Arigtlrs County. As long as the babe dhows no tiger of abuse or neglect, tin name or other information it required. In ease the parent changes his or her mind at a later date and -.&ants the baby back, staff will use bracelets to help connect them to each other. One bracelet will be placed on the baby. and a matching bracelet will be given to the patent or oiler surrendering adult. What if a parent wants the baby back? Parents who change their minds can begirt the process of rodaimir'g their baby within 14 days, These parents should call the Lai Angeles County Department of Children and Family Services at I- 800.540.4000. Cart only a parent bring in the baby?? No. Twe in most cases a parent will bring in the bib r. the Law allows other People to bring in flu baby X they lravc lawful Castocly. Does the parent or surrendering adult have to call before bringing in the baby? No. A parent or surrendering adult can bring in a baby anytime, 24 here- a day. 7 days a week-. as long as the parent or surrendering adult surrenders the baby to sumemle who works at the hospital or f ire nation. 5/14/2013 16.E.7. APPENDIX D Does the parent or surrendering adult have to tell anything to the people taking the baby? No. However; hospital or fire srarion personnel will ask the surrendering lx,rtr to fill out a questionnaire designed m gather important medical history information. which is very useful in caring for the baby: Thequesuionnatire includes a stamped return envelope and Can be, rent in aI a later time. What happens to the baby? The baby will be examined and given medical treatment. Liptm release from the hospital, social workers immediately place the baby do a sofa and loving hsame and begin the adoption process. Will happens to the parent or surrendering adult? Croce the parent or surrendering adult surrenders the baby to hospital or fire station p ersormel. they may leavcat arty time, Why is California dtaing this? The purpose of the Safely Surrendered Baby Law is to protect babies :ft om being abandoned, hurt or killed by their parents. You may have heard tragic stories of babies left in deunpmers or public bathrooms, Their parents may have been under severe emotional distress. The mothers may have hidden their pregnancies, fearful ofwhat would happen if their fawiliet found out, Because they were afraid and had -no one or nowhere to turn for help, they abandoned their babies, Abandoning a baby is illegal and places the baby in extreme danger. Too often, it results in the baby's - death. The Safely Surrendered Babyl.aw prevents this tragedy from ever happtssurg Again in California. babes rOJI > k Earn' in the morning on .4,ril 9.20-05, a healthy baby boy was safely surrendered to nurses at Harbor- � .. 13CL.A Medical Center. The woman who 'brought the baby to the hospital identiftedherself as thebalw's aunt and stated tiro baby's norther hada4zcd her to bring ncc habt- it, the hospital on her behalf. 'Me aunt has given a btawletvd(h a nurnket ruauhingthe anklet placed on the baby: this would, provide some- idendh'eation in the e%,enrthe another clharigcd her mind about surrendering- thebab>} and wished to reclaim the baby in the 14-day period allowed by tltr Law, The aunt was also provided with a medical questionnaire and said she would have the mother cornplete and mail hack in the stamped return envelop` provided.. The baby was examined by medical staff and pronounced healthy and full -term. He was placed v,irh a loving family that had been approved to adopt hitn pn• the Dcnarunesnt of Chi dren and Fanv y Services. Packet Page -3502- • 5/14/2013 16.E.7. APPENDIX D coil fi'denv'-o "IF rin par p cl (11E1 SU"'- pwjro alras personas con custodial r-�s & (I(- I perSona a , cualq los pad;es ve hayari dado oumiso jc�jerrj,pye, qu-, AP-1 beb& Wrl-za ties C i? 72 OC VIG"3 0 MOn0s, no ha a sufddo abuso ni eri--n naddo Sir lernor tie s"e" Historia do un bebe 1clinlo tuncions? 0 padwinuda; um dificuladcsquc no purda o no quicta cuidar dc so recktr nacido pucdc entregadr, cn forma legal, confidencial y wgura &mm dc lo; u= that (72 boras) del oacirnicnw. 0 bcbe dchc set cnrrcpdo a on cruipleado dc caAlquicr hospital o cuartd de bomberm del CAmdario dc Los kWeIrs. iiemptc clue cl bcb6 no presente signs de abwo o neglipencia, no scrA nccc=tio surninistrat nombres of inlorroui6n a1gurna. Si cl padrejuradrc cambia & opini6n FK*wriortnente y d=a rccuperar a su 6cW, Ins trabaiadurcs utarwrin brazalcres para poder vincularlos. FJ bcW llcvarl an brazaJew y cl padwimadrc o cl adaho que to emr%mc mcibiri un brazalete igual. jQu6 pasa si el padreJmadre desea recuperar a su beb6? Los padres quc cambien Jc opinion pueden ciornenzar cl proccso dc reclamar a ,u rcci6n nacido dentru de Ins 14 dias. Eztus padres deLvtin liamar at Deparumento dc Serykios pan Nines y i-amilias (Department of Children and 1-arnav Services) del Comdado de Los .-i.g4es.l I-8W540-4000. LS610 Ins padres podrin fievar al recWn nacido? No. Si Wen en la maynria de lus casos son los padres los Clue llevan at bcW- la Icy pennite que otras personas to hagan Si newn rwwd'a legal. jLos padres o el adulto que entrega al beb6 deben Ramar antes de Illevar at bebV No. FJ padmimadre o adulto pucdc tlevar at bcbe cn cualquicr memento, In 24 6om del dia, Ins 7 Bias dc la semarn, siempre y cuandu rnoreguen a so beW a on cmp6do del hospital o cuartel dc bombrros. 5/14/2013 16.E.7. APPENDIX D jEs necesario que el padre/ madre o adulto diga algo a las personas que reciben al bebV No. Sn cmbArp, el personal del hospital C, cuartcl de bom6crox lc podit;4 a It persona clue crincguc at bck)6 que Ilene on cucstionArio con ]a finalidad dc rccabar anucedcores, midicos importantes, clue multan dc pun util" para cuidar bien del bebe. F1 cuestionano incluve on sobre con el cello postal paptdo pata enviatio rn Onto momcnto. jQu6 pasat-i cart el bebd? FJ bebe scia examinado v Ic brindarin =cnci6n mMica. Coati& le den el Alta del hospital, los tra6ajadorcs sociales ituncdiatarnente u6icadn at bek,6 en un hogar wgurn dondc c=6 bien awndido, y se comewAri cl proccso Ar adopciin- 10u& pasati con el padrelmadre o adulto que inllregue al bebV Una wit quc Im padres o adulto haYan ontrcgado at hew at personal del hospital o cuartel & bambcros, puedcn irsc cn cualiquier momento. jPor clue se esft haciendo edo en California? ? La finali" dc 6 Ley de Enurp de Bebis win Nligro es protegrer a low beb6 para quc no scan "ndonados, lastimados o mucrws por sus padres. Ustnt probabicurcrite Nava escuchado Itistorias tdgicas sobre b&6 ahandonadosrn basweros o rn 6aiios p6licos. Los padres dc csos bcb6s probablemente havan estado pasanclo por dificultades emocionales gnavas. Ias madres pucricri 6%ber oculudo so crobarazo, por trutor a to que pasaria si sus familial sc cnteraran. Abaridonaron a sus bch6 porque trman miedo y no tenian nadir a quien pedir avuJi. U abandono de un reci6n nacido es ilepi y pone at bcW cn una situacibn de peligm curcuro. Mu,y a mcnudo A abandono provoca 6 mucrw d8 beW. is Ley de Entrep de R"s sin Peligro impielc Clue vuclva a succAcr cAv traoia en California. A la manana temprasit) del dia 9 dc abril de 2005. sec nirweei on recien nacido saludable a 145 cnfennc- dcld I Harbor-UCLk Medical Center. La tnuicr que 166 cl rockri micido at hospital sc Clio a corr"Cef rOrw CIA c 4ct)e, y dijn quc la mad re Ir habia pcdi&t quc llcvara at bcW at hospital cn su nQmbrc. Lccntn;garonalatiaun brazaletcoLinunnCimcni que coincidiacx)nL pulses dcibcbe;csmscrviriacorw)idcntificacWjncnca.sode que lamadre cambiara dc opinitin con rest cut) a la cnucp del 6ch6 y dccidicm wwperarlo dcntm del periodo dc, 14 dias Clue ix-mike esw lev. TarnbiCin to dicron a la da un or-itionark, m6diw. y c1la dijo que la madrc to licnaTia y to enviaria dc vuclta dcnrrij del sabre con franqueo papdo quc Ic habian dado, r] penainal rnedicn c=niin6 at bcbe y scclaffrnin6 que cmba saludabic y a t6rMino. FA bcb6 hic ubicado con unj bucru furniia quc ya habia sid,, aprobada para adoptarto por cl Dcpanamento dc Scrvici(A para Nifurs y Familial. Packet Page -3504- 5/14/2013 16.E.7. APPENDIX E Title 2 ADMINISTRATION DETERMINATIONS OF CONTRACTOR NON - RESPONSIBILITY AND CONTRACTOR DEBARMENT Page 1 of 5 2.202.010 Findings and declarations. 2.202.020 Definitions. 2.202.030 Determination of contractor non - responsibility. 2.202.040 Debarment of contractors. 2.202.050 Pre- emption. 2.202.060 Severability. 2.202.010 Findings and declarations. A. The board of supervisors finds that, in order to promote integrity in the county's contracting processes and to protect the public interest, the county's policy shall be to conduct business only with responsible contractors. The board of supervisors further finds that debarment is to be imposed only in the public interest for the county's protection and not for the purpose of punishment. B. Determinations of contractor non - responsibility and contractor debarment shall be made in accordance with the procedures set forth in the ordinance codified in this chapter and implementation instructions issued by the auditor - controller. (Ord. 2005 -0066 § 1, 2005: Ord. 2000 -0011 § 1 (part), 2000.) 2.202.020 Definitions. For purposes of this chapter, the following definitions apply: A. "Contractor' means a person, partnership, corporation, or other entity who has contracted with, or is seeking to contract with, the county or a nonprofit corporation created by.the county to provide goods to, or perform services for or on behalf of, the county or a nonprofit corporation created by the county. A contractor includes a contractor, subcontractor, vendor, or any person or entity who or which owns an interest of 10 percent or more in a contractor, subcontractor, or vendor. B. "Contract" means any agreement to provide goods to, or perform services for or on behalf of, the county or a nonprofit corporation created by the county. C. "Debarment" means an action taken by the county which results in a contractor being prohibited from bidding or proposing on, being awarded and /or performing work on a contract with the county. A contractor who has been determined by the county to be subject to such a prohibition is "debarred." D. "Department head" means either the head of a department responsible for administering a particular contract for the county or the designee of same. E. "County" means the county of Los Angeles, any public entities for which the board of supervisors is the governing body, and any joint powers authorities of which the county is a member that have adopted county contracting procedures. F. "Contractor hearing board" means the persons designated to preside over contractor debarment hearings and make recommendations on debarment to the board of supervisors. Packet Page -3505- Title 2 ADMINISTRATION DETERMINATIONS OF CONTRACTOR NON - RESPONSIBILITY AND CONTRACTOR DEBARMENT 5/14/2013 16.E.7. APPENDIX E Page 2of5 G. Determination of "non- responsibility" means an action taken by the county which results in a contractor who submitted a bid or proposal on a particular contract being prohibited from being awarded and /or performing work on that contract. A contractor who has been determined by the county to be subject to such a prohibition is "non- responsible" for purposes of that particular contract. H. "Bid or proposal" means a bid, proposal, or any other response to a solicitation submitted by or on behalf of a contractor seeking an award of a contract. (Ord. 2005 -0066 § 2, 2005: Ord. 2004 -0009 § 1, 2004: Ord. 2000 -0011 § 1 (part), 2000.) 2.202.030 Determination of contractor non - responsibility. A. Prior to a contract being awarded by the county, the county may determine that a contractor submitting a bid or proposal is non - responsible for purposes of that contract. In the event that the county determines that a contractor is non - responsible for a particular contract, said contractor shall be prohibited from being awarded and /or performing work on that contract. B. The county may declare a contractor to be non - responsible for purposes of a particular contract if the county, in its discretion, finds that the contractor has done any of the following: (1) violated a term of a contract with the county or a nonprofit corporation created by the county; (2) committed an act or omission which negatively reflects on the contractor's quality, fitness, or capacity to perform a contract with the county, any other public entity, or a nonprofit corporation created by the county, or engaged in a pattern or practice which negatively reflects on same; (3) committed an act or omission which indicates a lack of business integrity or business honesty; or (4) made or submitted a false claim against the county or any other public entity. C. The decision by the county to find a contractor non - responsible for a particular contract is within the discretion of the county. The seriousness and extent of the contractor's acts, omissions, patterns, or practices as well as any relevant mitigating or aggravating factors, including those described in Subsection 2.202.040 (E) below, may be considered by the county in determining whether a contractor should be deemed non - responsible. D. Before making a determination of non - responsibility pursuant to this chapter, the department head shall give written notice to the contractor of the basis for the proposed non - responsibility determination, and shall advise the contractor that a non - responsibility hearing will be scheduled on a date certain. Thereafter, the department head shall conduct a hearing where evidence on the proposed non - responsibility determination is presented. The contractor and /or attorney or other authorized representative of the contractor shall be afforded an opportunity to appear at the non - responsibility hearing and to submit documentary evidence, present witnesses, and offer rebuttal evidence. After such hearing, the department head shall prepare a proposed decision, which shall contain a recommendation regarding whether the contractor should be found non - responsible with respect to the contract(s) at issue. A record of the hearing, the proposed decision, and any recommendation shall be presented to the board of supervisors. The board of supervisors may, in its discretion, limit any further hearing to the presentation of evidence not previously presented. The board of supervisors shall have the right to modify, deny, or adopt the proposed decision and recommendation of the department head. A non - responsibility finding shall become final upon approval by the board of supervisors. (Ord. 2005- 0066 § 3, 2005: Ord. 2004 -0009 § 2, 2004: Ord. 2000 -0011 § 1 (part), 2000.) Packet Page -3506- 5/14/2013 16.E.7. APPENDIX E Title 2 ADMINISTRATION DETERMINATIONS OF CONTRACTOR NON - RESPONSIBILITY AND CONTRACTOR DEBARMENT Page 3 of 5 2.202.040 Debarment of contractors. A. The county may debar a contractor who has had a contract with the county in the preceding three years and /or a contractor who has submitted a bid or proposal for a new contract with the county. B. The county may debar a contractor if the county finds, in its discretion, that the contractor has done any of the following: (1) violated a term of a contract with the county or a nonprofit corporation created by the county; (2) committed an act or omission which negatively reflects on the contractor's quality, fitness, or capacity to perform a contract with the county, any other public entity, or a nonprofit corporation created by the county, or engaged in a pattern or practice which negatively reflects on same; (3) committed an act or omission which indicates a lack of business integrity or business honesty; or (4) made or submitted a false claim against the county or any other public entity. C. The decision by the county to debar a contractor is within the discretion of the county. The seriousness and extent of the contractor's acts, omissions, patterns, or practices as well as any relevant mitigating or aggravating factors, including those described in Subsection (E) below, may be considered by the county in determining whether to debar a contractor and the period of debarment. Generally, the period of debarment should not exceed five years. However, if circumstances warrant, the county may impose a longer period of debarment up to and including permanent debarment. D. To impose a debarment period of longer than five years, and up to and including permanent debarment, in addition to the grounds described in Subsection (B) above, the county shall further find that the contractor's acts or omissions are of such an extremely serious nature that removal of the contractor from future county contracting opportunities for the specified period is necessary to protect the county's interests. E. Mitigating and aggravating factors that the county may consider in determining whether to debar a contractor and the period of debarment include but are not limited to: (1) The actual or potential harm or impact that results or may result from the wrongdoing. (2) The frequency and /or number of incidents and /or duration of the wrongdoing. (3) Whether there is a pattern or prior history of wrongdoing. (4) A contractor's overall performance record. For example, the county may evaluate the contractor's activity cited as the basis for the debarment in the broader context of the contractor's overall performance history. (5) Whether a contractor is or has been debarred, found non - responsible, or disqualified by another public entity on a basis of conduct similar to one or more of the grounds for debarment specified in this Section. (6) Whether a contractor's wrongdoing was intentional or inadvertent. For example, the county may consider whether and to what extent a contractor planned, initiated, or carried out the wrongdoing. (7) Whether a contractor has accepted responsibility for the wrongdoing and recognizes the seriousness of the misconduct that led to the grounds for debarment and /or has taken corrective action to cure the wrongdoing, such as establishing ethics training and implementing programs to prevent recurrence. Packet Page -3507- Title 2 ADMINISTRATION DETERMINATIONS OF CONTRACTOR NON - RESPONSIBILITY AND CONTRACTOR DEBARMENT 5/14/2013 16.E.7. APPENDIX E Page 4 of 5 (8) Whether and to what extent a contractor has paid or agreed to pay criminal, civil, and administrative liabilities for the improper activity, and to what extent, if any, has the contractor made or agreed to make restitution. (9) Whether a contractor has cooperated fully with the county during the investigation, and any court or administrative action. In determining the extent of cooperation, the county may consider when the cooperation began and whether the contractor disclosed all pertinent information known to the contractor. (10) Whether the wrongdoing was pervasive within a contractor's organization. (11) The positions held by the individuals involved in the wrongdoing. (12) Whether a contractor's principals participated in, knew of, or tolerated the offense. (13) Whether a contractor brought the activity cited as a basis for the debarment to the attention of the county in a timely manner. (14) Whether a contractor has fully investigated the circumstances surrounding the cause for debarment and, if so, made the result of the investigation available to the county. (15) Whether a contractor had effective standards of conduct and internal control systems in place at the time the questioned conduct occurred. (16) Whether a contractor has taken appropriate disciplinary action against the individuals responsible for the activity which constitutes the cause for debarment. (17) Other factors that are appropriate to the circumstances of a particular case. F. Before making a debarment determination pursuant to this chapter, the department head shall give written notice to the contractor of the basis for the proposed debarment, and shall advise the contractor that a debarment hearing will be scheduled on a date certain. The contractor hearing board shall conduct a hearing where evidence on the proposed debarment is presented. The contractor and /or attorney or other authorized representative must be given an opportunity to appear at the debarment hearing and to submit documentary evidence, present witnesses, and offer rebuttal evidence at that hearing. After such hearing, the contractor hearing board shall prepare a proposed decision, which shall contain a recommendation regarding whether the contractor should be debarred and, if so, the appropriate length of time for the debarment. A record of the hearing, the proposed decision, and any recommendation shall be presented to the board of supervisors. The board of supervisors may, in its discretion, limit any further hearing to the presentation of evidence not previously presented. The board of supervisors shall have the right to modify, deny, or adopt the proposed decision and recommendation of the contractor hearing board. A debarment finding shall become final upon the approval of the board of supervisors. G. In making a debarment determination, the board of supervisors may also, in its discretion and consistent with the terms of any existing contracts that the contractor may have with the county, terminate any or all such existing contracts. In the event that any existing contract is terminated by the board of supervisors, the county shall maintain the right to pursue all other rights and remedies provided by the contract and /or applicable law. H. With respect to a contractor who has been debarred for a period longer than five years, the contractor may, after the debarment has been in effect for at least five years, request that the county review the debarment determination to reduce the period of debarment or terminate the debarment. The county may consider a contractor's request to review a debarment determination based upon the following circumstances: (1) elimination of the grounds for which the debarment was imposed; (2) a bona fide change in ownership or management; (3) material evidence discovered after debarment was imposed; or (4) any other reason that is in the best Packet Page -3508- Title 2 ADMINISTRATION DETERMINATIONS OF CONTRACTOR NON - RESPONSIBILITY AND CONTRACTOR DEBARMENT 5/14/2013 16.E.7. APPENDIX E Page 5 of 5 interests of the county. A request for review shall be in writing, supported by documentary evidence, and submitted to the chair of the contractor hearing board. The chair of the contractor hearing board may either: 1) determine that the written request is insufficient on its face and deny the contractor's request for review; or (2) schedule the matter for consideration by the contractor hearing board which shall hold a hearing to consider the contractor's request for review, and, after the hearing, prepare a proposed decision and a recommendation to be presented to the board of supervisors. The board of supervisors may, in its discretion, limit any further hearing to the presentation of evidence not previously presented. The board of supervisors shall have the right to modify, deny, or adopt the proposed decision and recommendation of the contractor hearing board. A reduction of the period of the debarment or termination of the debarment shall become final upon the approval of the board of supervisors. (Ord. 2005 -0066 § 4, 2005: Ord. 2004 -0009 § 3, 2004: Ord. 2000 -0011 § 1 (part), 2000.) 2.202.050 Pre - emption. In the event any contract is subject to federal and /or state laws that are inconsistent with the terms of the ordinance codified in this chapter, such laws shall control. (Ord. 2000 -0011 § 1 (part), 2000.) 2.202.060 Severability. If any section, subsection, subpart or provision of this chapter, or the application thereof to any person or circumstances, is held invalid, the remainder of the provisions of this chapter and the application of such to other persons or circumstances shall not be affected thereby. (Ord. 2000- 0011 § 1 (part), 2000.) Packet Page -3509- 5/14/2013 16.E.7. APPENDIX F Title 2 ADMINISTRATION Chapter 2.206 DEFAULTED PROPERTY TAX REDUCTION PROGRAM Page 1 of 3 2.206.010 Findings and declarations. 2.206.020 Definitions. 2.206.030 Applicability. 2.206.040 Required solicitation and contract language. 2.206.050 Administration and compliance certification. 2.206.060 Exclusions /Exemptions. 2.206.070 Enforcement and remedies. 2.206.080 Severability. 2.206.010 Findings and declarations. The Board of Supervisors finds that significant revenues are lost each year as a result of taxpayers who fail to pay their tax obligations on time. The delinquencies impose an economic burden upon the County and its taxpayers. Therefore, the Board of Supervisors establishes the goal of ensuring that individuals and businesses that benefit financially from contracts with the County fulfill their property tax obligation. (Ord. No. 2009 -0026 § 1 (part), 2009.) 2.206.020 Definitions. The following definitions shall be applicable to this chapter: A. "Contractor" shall mean any person, firm, corporation, partnership, or combination thereof, which submits a bid or proposal or enters into a contract or agreement with the County. B. "County" shall mean the county of Los Angeles or any public entities for which the Board of Supervisors is the governing body. C. "County Property Taxes" shall mean any property tax obligation on the County's secured or unsecured roll; except for tax obligations on the secured roll with respect to property held by a Contractor in a trust or fiduciary capacity or otherwise not beneficially owned by the Contractor. D. "Department" shall mean the County department, entity, or organization responsible for the solicitation and/or administration of the contract. E. "Default" shall mean any property tax obligation on the secured roll that has been deemed defaulted by operation of law pursuant to California Revenue and Taxation Code section 3436; or any property tax obligation on the unsecured roll that remains unpaid on the applicable delinquency date pursuant to California Revenue and Taxation Code section 2922; except for any property tax obligation dispute pending before the Assessment Appeals Board. F. "Solicitation" shall mean the County's process to obtain bids or proposals for goods and services. G. "Treasurer -Tax Collector" shall mean the Treasurer and Tax Collector of the County of Los Angeles. (Ord. No. 2009 -0026 § 1 (part), 2009.) 2.206.030 Applicability. This chapter shall apply to all solicitations issued 60 days after the effective date of the ordinance codified in this chapter. This chapter shall also apply to all new, renewed, extended, and/or amended contracts entered into 60 days after the effective date of the ordinance codified in this chapter. (Ord. No. 2009 -0026 § 1 (part), 2009.) RFP - 11/03/09 Packet Page -3510- 5/14/2013 16.E.7. APPENDIX F Title 2 ADMINISTRATION Chapter 2.206 DEFAULTED PROPERTY TAX REDUCTION PROGRAM Page 2of3 2.206.040 Required solicitation and contract language. All solicitations and all new, renewed, extended, and /or amended contracts shall contain language which: A. Requires any Contractor to keep County Property Taxes out of Default status at all times during the term of an awarded contract; B. Provides that the failure of the Contractor to comply with the provisions in this chapter may prevent the Contractor from being awarded a new contract; and C. Provides that the failure of the Contractor to comply with the provisions in this chapter may constitute a material breach of an existing contract, and failure to cure the breach within 10 days of notice by the County by paying the outstanding County Property Tax or making payments in a manner agreed to and approved by the Treasurer -Tax Collector, may subject the contract to suspension and/or termination. (Ord. No. 2009 -0026 § 1 (part), 2009.) 2.206.050 Administration and compliance certification. A. The Treasurer -Tax Collector shall be responsible for the administration of this chapter. The Treasurer - Tax Collector shall, with the assistance of the Chief Executive Officer, Director of Internal Services, and County Counsel, issue written instructions on the implementation and ongoing administration of this chapter. Such instructions may provide for the delegation of functions to other departments. B. Contractor shall be required to certify, at the time of submitting any bid or proposal to the County, or entering into any new contract, or renewal, extension or amendment of an existing contract with the County, that it is in compliance with this chapter is not in Default on any County Property Taxes or is current in payments due under any approved payment arrangement. (Ord. No. 2009 -0026 § 1 (part), 2009.) 2.206.060 Exclusions /Exemptions. A. This chapter shall not apply to the following contracts: 1. Chief Executive Office delegated authority agreements under $50,000; 2. A contract where federal or state law or a condition of a federal or state program mandates the use of a particular contractor; 3. A purchase made through a state or federal contract; 4. A contract where state or federal monies are used to fund service related programs, including but not limited to voucher programs, foster care, or other social programs that provide immediate direct assistance; 5. Purchase orders under a master agreement, where the Contractor was certified at the time the master agreement was entered into and at any subsequent renewal, extension and/or amendment to the master agreement. 6. Purchase orders issued by Internal Services Department under $100,000 that is not the result of a competitive bidding process. 7. Program agreements that utilize Board of Supervisors' discretionary funds; 8. National contracts established for the purchase of equipment and supplies for and by the National Association of Counties, U.S. Communities Government Purchasing Alliance, or any similar related group purchasing organization; 9. A monopoly purchase that is exclusive and proprietary to a specific manufacturer, distributor, reseller, and must match and inter - member with existing supplies, equipment or systems maintained by the county pursuant to the Los Angeles Purchasing Policy and Procedures Manual, section P -3700 or a successor provision; 10. A revolving fund (petty cash) purchase pursuant to the Los Angeles County Fiscal Manual, section 4.6.0 or a successor provision; RFP - 11/03/09 Packet Page -3511- Title 2 ADMINISTRATION Chapter 2.206 DEFAULTED PROPERTY TAX REDUCTION PROGRAM 5/14/2013 16.E.7. APPENDIX F Page 3 of 3 11. A purchase card purchase pursuant to the Los Angeles County Purchasing Policy and Procedures Manual, section P -2810 or a successor provision; 12. A non - agreement purchase worth a value of less than $5,000 pursuant to the Los Angeles County Purchasing Policy and Procedures Manual, section A -0300 or a successor provision; or 13. A bona fide emergency purchase pursuant to the Los Angeles County Purchasing Policy and Procedures Manual section P -0900 or a successor provision; 14. Other contracts for mission critical goods and /or services where the Board of Supervisors determines that an exemption is justified. B. Other laws. This chapter shall not be interpreted or applied to any Contractor in a manner inconsistent with the laws of the United States or California. (Ord. No. 2009 -0026 § 1 (part), 2009.) 2.206.070 Enforcement and remedies. A. The information furnished by each Contractor certifying that it is in compliance with this chapter shall be under penalty of perjury. B. No Contractor shall willfully and knowingly make a false statement certifying compliance with this chapter for the purpose of obtaining or retaining a County contract. C. For Contractor's violation of any provision of this chapter, the County department head responsible for administering the contract may do one or more of the following: 1. Recommend to the Board of Supervisors the termination of the contract; and/or, 2. Pursuant to chapter 2.202, seek the debarment of the contractor; and /or, 3. Recommend to the Board of Supervisors that an exemption is justified pursuant to Section 2.206.060.A.14 of this chapter or payment deferral as provided pursuant to the California Revenue and Taxation Code. (Ord. No. 2009 -0026 § 1 (part), 2009.) 2.206.080 Severability. If any provision of this chapter is found invalid by a court of competent jurisdiction, the remaining provisions shall remain in full force and effect. (Ord. No. 2009 -0026 § 1 (part), 2009.) RFP - 11/03/09 Packet Page -3512- P.: W � c1r) � LO 2 0 £ E ƒ 2 ƒ x § CL o / \ / ) \ / T. ® m / - g = 2 « s / k J G E a 7 f Q 90 % 2 a cn & / _ 0 n d a \ � \ \ _ k $ % \ c ® / 2 § ® ` { 7 , \ \ / / $ � . ; � � § � � E \ . �. E� z�§ � E ok /� E v ■ 2 2� o . , m C� ; k /k2 §� \\%ƒ� 3QCD0 C') 0 { s °oB C =3 kf ± Po o=. n ;� SZ\$ 9 % 6 a » ; [ \ \ =\ CD \ \2 »E_: nom§[ &00 EEG n-CD � ®- Ea�� 9 \[E Q77% f PL =k= 9 CD CD G - % a = § , -E _ / \\$ a,nm $mƒE cn c 3 3 e E , m E(n _ CD omo= E - _� = o E � Z' 2 § E 7 \\ }/2 /k\ \ / / @Ef § =E [d/ } \\ CD \0 c20 (n CD of E 3 CD �CD� n Fr E2CD \/( CD s\ } }# CD 0 /0 �f2 7[& CD ,0 � Q � � 0 m @ _ m m ¥ 2 / kk x > C) -.d 2 # X 'a a CA k n � m 0 0 7 g ■ m R / � k R U) < § ri) o k Z ) 2 rl- W M O N � � \ G k ® 8 9 ) e I 0 I r 2 - /8 \ c D CD \ \ \ 2 E ® 2 Q / 90 cn / } »ec= ®® }\ # 2 3& m ccM 90 90 = c E = / B - cn \ m (n / k 0 90 k CD 3 go E k , =r E \ § § n 3 k co co \ EGEe CD n g 0 CD ® § \ f o Q7 =f t@0# W to » N w ro- o N) ,q CD w e w w \ /\} w w CD CL wwo= 3 @ 3 s6m7 /} ƒQ 8 SL m o = 2 to 15 0 n t�CD m ... %E5.§ @ ■ .. /\ƒ m ƒa\ m #ƒ3 \�R k Ems& 23Q \ {E {&- CD \0 c2) )// (D e2§ CO) \ /f[ % z / \ \0 \ k2CD \2§ g2= Cn CD 0 CD � ƒm 2 202 ®f2 CD \ 7 E � \ . . E v g7 � \ § g kk § � , E . o 0 2c 0 m ■ . ; a CD E a go 0 R BCD -0 o > /o%mq 2 - m - Q M. c E- Q n§§gq ) X> 2 E ® \aR Z I »ec= ®® # ic 3& m ccM m en E CL \\t� k k CD 3 go k 7 =r C cr EGEe n g 0 CD ® , = g /\kE Q7 =f t@0# \ /ER ,q CD «_ \ /\} CD CL wwo= 3 @ 3 s6m7 /} ƒQ 8 SL m o = 2 to 15 0 n t�CD m ... %E5.§ @ .. /\ƒ m ƒa\ m #ƒ3 \�R ®s£ Ems& 23Q \ {E {&- CD \0 c2) )// (D e2§ CO) \ /f[ % z CD \ \0 \ k2CD \2§ g2= Cn CD 0 CD � ƒm 202 ®f2 CD \ ti W M d' r w 0CD a co O m c o =4 m = -. = 5 C n s c 1.0 v a g m m O y 0 c - 2 D OR y s. o c - -n �. - N p CD I n 7 CD iU - f0 CD f0 N N -(0 o C a O C G ^; Er N CD Go d N C N '0 = N Q 0 C CD CD N N CD (0 CD n. o c c a m � a m y. o a 0. N CD c o M - v o =' m m N v n N + N 'O (o N N O c 3 v :<" Q m m m 0 c, 0 L Cow 0 s� 0 O = 0 _ o (�• 3 C o c G o o v 3 Q C) CL m m o a �. v O w o m a m N CD c o n c � m 3 0 N N CD N M C 0 O '0 CD O v cn CD N CD O �D v C CD C. o c C' -+ c m CDom' =r O CD O C • N N � 0 N 0. 0 co 'n C CD 0 c W v X 0 m CA 2 m m -i o CD 'a r 0 x D O � a° z ,n W N t71 N O O i 0 m O O z D ic m m C1 R O Q M N C fD 7 CA 0 0. N Z C � t�D ID o o CL 0 CD i go :: n n m m t A o T y _ c N A to N `r o � n O N '0 C W N W N W N N W N 3 m O c c n m r v C zCD O c 3 C N w ID 0 0 SS c 0 c m v n co 0 O O CA C 0 N io A O a� r N rn 0CD a co O m c o =4 m = -. = 5 C n s c 1.0 v a g m m O y 0 c - 2 D OR y s. o c - -n �. - N p CD I n 7 CD iU - f0 CD f0 N N -(0 o C a O C G ^; Er N CD Go d N C N '0 = N Q 0 C CD CD N N CD (0 CD n. o c c a m � a m y. o a 0. N CD c o M - v o =' m m N v n N + N 'O (o N N O c 3 v :<" Q m m m 0 c, 0 L Cow 0 s� 0 O = 0 _ o (�• 3 C o c G o o v 3 Q C) CL m m o a �. v O w o m a m N CD c o n c � m 3 0 N N CD N M C 0 O '0 CD O v cn CD N CD O �D v C CD C. o c C' -+ c m CDom' =r O CD O C • N N � 0 N 0. 0 co 'n C CD 0 c W v X 0 m CA 2 m m -i o CD 'a r 0 x D O � a° z ,n W N t71 N O O i 0 m O O z D ic m m C1 R O Q M N C fD 7 CA 0 0. N Z C � t�D ID ti W W r M r o N r LO >W w Se m J P g W -ge ua W m v aG ww"i .". o�om � m gnaw r.�.. a3 cc cc c cA zs v^ n n n n p n o00 0 n n 00O 00000000g$ o00 0 o Oo 00000000��oc�33i��33�i333���33333 0Om m z aaw s 3 n nnnn m0000000o000g0000$ A °'° 9 m ° P A °° A A ° ° a A 99 a a °° P A A a �°•� .°•� z Z �a?000 0000000000000000 n z r '0 amm Z Z zzzzvoovvvv Z'`^'`^�`^``"'`^'`^'`^° zy m S 2 zzzzzzz,c„ 2 2 2 2 2 N cN L",,,,,,,,,, HNN NNN� N��aa �"� `� �zz a -- 2' ------ -�� ���� ➢ co 3 0 0 r^ r^ 0 r^ N 0 0 fi �i 00 z z 2 Z a 3 3 n a „,,,,,,,,,,,,,,,,,,zzzzzzzoo�- s a a a a a 2 z n a Z z �^ N K y y N y N H F m F F m m z y N z n_n N D�> _ ?n ^?^ ^?^ D D ?? � �> an ^^= n=n Ann s ^ s^ ann n zn n an z z n sn A s n a s n n s °s ° ra, � z 000 g A Z z Z 2 z z 2 a _ z z n Z Z _ _ z z n n Z Z _ _ z z n n _ _ z z _ _ z z -NI -- 3 3 3 3 -�^I i 3 fri 3 lr1 n G z z a s N ^p ^0>M ° v s a s ...... n a D a A 9 A D sm ➢ 0 0 0 0 0 0 0 iii u H N ti N N F ti z z z z O O z z 0 0 o Z 2< 2 Z z 2<< Z 2 < << 2 Z Z Z< m H y O O w y 2: 2 w� p y r w w N rO r0 H H N N N u H N N N N y �zzz�mm >° C N n N N Z Z O v n 0 o N G `^ v� w Z 3 ti F<< 0 m 2 Z< ���r,- z z< K rzzz-va v s s_ zm a s s a p33aQ=��tia 3 c m o > n 0 ONx v n 0 zzzzzz��02x� 0 0 0 0 z 3 0 i 3 'o z ^c^ N 0 F z 0 ci z z r x F i 2 p 9 m w z W .� g m �0 9; D m n r o 0 0 0 0 0 0 000 0 e n '” - z z����Aa A Z ssc ° N °c °cc °c r ➢r °c C 'aAA C C m o w A m W.�AA�o qo a 0 0 yo3•- 00 m �r' i pc F m'azazvszzzm A 0 0 000 z mcc °39 A p z A ;m_S��ya °� v �2� v z z 0o3333i3T A? z omwon m z F p F z '^ m 3 a 0 c°�`n 9 ,.� ° v D z °ci v v Z2zz ciy 4 4 ciy a a vs� o z ➢cc�3�"' v z n o a X Z 1 L➢< �s.o " Z S o 0 p 2 .n z y A A z=5 - ➢N T 00r g ° o F c➢i d 3 °o`t rFm o > y ` . ° °�n0 x z _°S Am NmN m A O n o °c n '5 g S' F c x .. r p0 es z zz �z C a F y o < o O NN z z a G N� Ti 1 I �o 88� a8 4N4N.J .1 GK�N°O 000 e° "oo >S`88888 V'oo'�� 88W °wZi°n�a ?m� >�W e8> °��m�o�E a�EP9P°1 °w C��°°� ` ng'8o&$ o >o C v s z tiz n m y V$" ww .9 w e 2 8$88go8 ° � z oG o '° ,n$x ow - zF�taxcaZ g b w n :v1 3 � . . a o z 3 n m 0 gw w D N b O O S m OO N N g w OO 0 0 tPi� o g N °W g 0 Q �$ p OO 0 vVi b ro v 0 D D 2 2 D D➢ 2 2 A➢ 2 2 D S 2 D D 2 2 D D 2 2 D S" 2 2 D D S S D➢ S x S" D S S D 2 2 D> 2 2 D D➢ S S D D D 2 2 D D 2 2 D D 2 2 D D 3 D D D ;i 5: 3: S 2 D D S S D n^^ S S S 2 D D 2 2 D D S S D S 2 T D 2 2 D D S 2 n D S 2 D D 2 S D 2 S 3 c 3 3 c a z 4' x z s o x o O O a = soy D V S 9 ° 2 m m° L1 -➢i g n irx�9 �_ �fi c �a o 1 0 o° 0 3 2 1 3 a 3 m X S 3 d F o z * z 3 D m 3 2 a n N 3 2 m p s c S 3 oc s a23 o c ' j ^ 3 g _ 3 n O n � m °yam _ g m w? d 3 c z F 3 o^ - ; _ o m 3 F � a o F S D z - 3 F i F - 0 E S 0 3 a a a` 0 � z A 3 a z a 0 0 7 1- W r M r ae s o � - � et = - 6 O c °a "sT=0,3F o o F � o 'n S s' ?i o = Z � D z - o a' 3 3 - F F F = x Z 2 3 v °o o 7 sw D o O _ z A 3 a z s C ....... x x C C x x C C x x C C x x C C .......... C ... C cc C C C C C C C O o O O O O O O O O O O O m m m m m Z C C C C Eig m w m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m^ ^m+ m3 3 3 3 3 3 3 3 3 3 3 i i z z z m m D Z D D 2 2 D D Z Z D D Z Z D D 2 Z D D Z Z D m Z m mmmmmmAAAAA r 3 Z Z Z z 2 z z 2 2 2 2 2 z Z z z 2 ...... z z z z z z z z z z ...... s i ...... .... n n A y 8 m 0 0 0 0 0 �i o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ci o 0 0 0 0 0 0 0 0� lz� + ' 2 z i o z z n z Z o o< m 9 m^ C C vRp0r C C n O mmrm 'AO A '" x x °o°°° y y y y °o v� O Hanna O O = -� ti N° 0 0 wNn,N, '�^ D D -. Fzzzzzz _ O K 3 3 i 3 i n n z z ++ .- w 3? 33z�o c T j00000'0 m Rz n R",222 xx ooza ° N N 3y � °22������ AA nn n nZ z =(�mim ° ° s00 °pN�^� <ti <« �, NG�' Oo �F�u a non nOOr ��AA F� <oc3 23 = �yvi =N'- °c ~2 O� N >~ p i C^r+0 8 �+ v GC' x DY n O Drm z° 200 G1 Gl L2)o 0 0 Lxl O 0 2 W S �Zi+A P NNN�OOO� H n n p r 3 i O..NHN 0 p n Ann haw ^ x �' m m 0" m ie i w O D = O .0 H Z y ti ti D N tit r Z y D n x O o rt 0 8 8 r 9 o w o m 0 3 '3�33m3� ; >> nOa-8 8w pn �� -, < °oo., �� N� y S SGG^+ooNOF"'og N..GGGo nn <« ^'w N <?°oc °zz Y Y�� mn z x88 w Nm c W Amp o :N..�tiN�mi 'A^��o o g N s °< F A m c S m o< z m F< G m° �F o � n S a m W m I m m I m w .. m m m m W NNP�mo�oN' e�eeNm���° eta l+ o" W o�, POPi°��°,�.°iO tip 88m� °o�'SVSo'"wCNN8S� G8o eQoo8 '8m a��w ��°+om �g 0000g0008000.`"i `$w��$p ag3s 2 G'89 asm� O1om tiwG ;m� ��n r 9 o.�wom WN�m�G °ti �rcoov'"�Amc "s v a � rr G &,x..�g$ =aka x�,w8aowu,mc�m "88� �.FA xiz.a -F Fnn ^yni�c+o?�� ^sett F`>iiFS fN zZ= zDz +" n o z 3 n 2, t D D D D D D^ D D D D D D^ D D D D D D D D D D D D D D D D D D D^ D D D D D D D D D D D D D D D D D D D D D D D D D D D D 3 c 2 2 2 2 5 2 2 2 2 S S 2 2 2 2 S S x S 2 x x 2 2 S S 2 nm S x S S x� 0 3 3 c 'n s w 0 z 0 n s 0 n � O O . S s xi ae s o � - � et = - 6 O c °a "sT=0,3F o o F � o 'n S s' ?i o = Z � D z - o a' 3 3 - F F F = x Z 2 3 v °o o 7 sw D o O _ z A 3 a z s ti W W t co r O Q V r' LO v r^ F m _ � S i Pok S n o o S 9 n "a _ - 3 ^ 2, :01 e = e 3� 3 n N = Q n 3 d 3 ~ 3 � z o ti EW 6 D m . asq�;Om P od�nzo 5°"'£ - �I '° 3 � o f o � - x a• R M o = £ D i - 0 z 3 3 - £ c ? 8 s a- A F 0 Z i 'R 0 � v 3 a z � c � 5' 8 0 7 w -kkkk 0 q z z z z z z o 0 o v o 0 0 0 0 0 o s x c c x x x x x x x 2 2 x x x 2 x x zzzzzzzzzzzzzzzz O O % m 3 m c m m c m m m m m c m c m c c c m z 0 ti y v �v o v v v ��v v z0 z z z zz z r r r r r r r r r F x m n '0 '0 z N . 2 0 0 0 0 0 0 0 0 0 0 O O O 0 O n =�c = ^ z O i O i z O O O O 4 i O O z z O O z z O° i O 7 �c � 7c 3 �c 7m zO �c �c 7c mx mx mc mr mc mc mc mc m m as ° °° OK 3335mv ov m zzNn, O T�� o _ z a-p zzzNS pFFAoFz ox z oRoo �'b� o i tir� n < � w:..„ o rY 9 « z zi y °�a � R 9N r ' xz smz ' m �� �' ,o,,H o txot" o oisn3£NN•- ii � ° rs�opTom NO°AO° O ^m � � o"zsii a m N $ x n z° F 0 °oa=a• z z z ••~N6s 9 z y i < E F F cF i g a n ° < po 3��.� $ o z F a n a f F A — p z A z N o z po A z z z G a y xzo < 9 ° w °c N 3 9 z °g8 �^ 2 x m A r r 9-m r xx5xxc �'°� x'« AA Qy 3q$ =x88 oamz rod 2 z <� GN « <<<ccc vccc F >> Va G� <s o z �� °o z n n Z y 3 z z z << °a n o pe notices tU°.tmg o`mRNge "oN tiwN a� eS���ti8MM." m 0 W v O b ti P Owo mtnv��O� fo Qww a9 or�N�N moae�8om�$8 °wn N N� am °wt„tiw�Nn,cnf,�n�i^„orpt > >>> Ny oGo w`g °G�88�8� s n �'NZ am 8 8,� FF$Om °* WzB�ooPi$ �n�c . -c'iD" $'a�$'aa fC� N�33a r Y$ U n o z 9 a D D D D D D D D D D S" S^ D D D D D S" D D➢ D D D S1 S" D➢ D D n D D D D S" ^ D D D D D D n D D D D D D D D D D D D D S" D D D D D S" D 3 2 3 c x E i 0 n a s C " o O S o « " z � O C $ n v r^ F m _ � S i Pok S n o o S 9 n "a _ - 3 ^ 2, :01 e = e 3� 3 n N = Q n 3 d 3 ~ 3 � z o ti EW 6 D m . asq�;Om P od�nzo 5°"'£ - �I '° 3 � o f o � - x a• R M o = £ D i - 0 z 3 3 - £ c ? 8 s a- A F 0 Z i 'R 0 � v 3 a z � c � 5' 8 0 7 ti W CO T M T om a aWti�Nem.N°�a� °aW.°.�.°. °oe W. wia�pWNr oem�a�> wtir oem�aGaW ,�Go;do°o °�8 °ow�°,�8um�a8 „ 3 s c z i i i i i i i s i s 'St 2 'x i 0 0 i 2° 0 0 i i 0 0 'x i 0 0 i ° 0 0 i °D o z v °n '➢ z z v v 'D n° z z v v °n °n z z v v °n °n z z o 0 °➢ °D z z o v °➢ '➢ z z v o 'n 'n z z v v 'n 'n z z v v 'a °n z z v v °n °n z z v o 'n °n z z v v o 0 0 r Mid m m m T n O O n n n O n o n 0 0 0 c c 0 0 c c n 0 c c n n c c 0 0 c c 0 0 c c 0 0 c c n 0 c c 0 0 c c n n c c n n x x% 3 ➢ 3 i i 3 Z=> 3 i z m n m m m m m m m m m m m m m O O O O O O A O O y y y y O O y Z O Z y 0 y Z 0 y A 0 0 0 0 0 0 0 0 0 0 ao 0 iii i v a a A a s A a a a a a a n n 0 0 0 0 0 0 g D D a a D D a a n D a a D D a a D D a a a 9 v ➢ 8 0 0 0 0 0 0 0 _ C u > D➢ N N D D CNN D D C D D N C D D C N D D C C D D���= 0 0 0 0 0 0 Z� 0 o O i ^000zzz. ' y a na�n.a zz -n.�m� N\..rz "' v n� x n < <xxx���� 0 a cc o o c x' P\ N c ° z °3 n v o -� m r >FA° n y �+� 8 °ORRRRRSSSSSN A >< n i n i y' i vi.,rr c x"588R"'8Fm a n S .• s n 1 v A n a S a o a p 0 o L c z " i a z o a$ a^ n o z o z O 2 z v s° 3 3 x N 9� N^ c"^ x p 3 ^a c m n F w z z c c z z o L _� z z p p 2 o v c c s v o c c v 5 c n m z p F i p �, s p i° z a H y x° z TT- cci- z �ci'zzZi„xN ti i a V �zA�?ZSZ\ oR`$RON= D '-i R O-I nvnmcZoSN�zz O °n i m mom,-- c c c m ,�'- .�`a`a'a`a` -a oiom z G1 -ni^ �o = °o °i n0 a a O n i m m p p S 5 < S c Da `, N Z A° °C A m m a'c m z v C 9 y c -rml y .m. 5 w g Z z p lrc arc --�i y i F y y F i r a p C mo x ?? i v a F p o z v'"..o2N� _ a ° o s3 ; n ° O A '-1 vcc _cm v o io�9 2� 5 G� 9 '� �x9x9 y '� ti z z 2 xo z => n a z x 9 % a boo ~ o =z ~ ~ a - 0 O CF G In ggogogog�og8$�N °� wWaSp oSpVz °swoop NoBN &Sw�G SSJ w$- ti8m �� °•5- ~ g g X n g^ y; °n o n a n s A N N w m O n f, c a c t b `m° �PJ252525P �$¢$Q ;3 �75o$° ^ 3o r °stiom msm rc�foAoDO n33in F y�Dn AAGx c+��o FO+ N D o Z 3 n $w �°o `GaBoo b"e m25X0 OO °a °o C °G252525�$°a O w°m p O- D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D D ➢➢ D D D D D 3 S x x x x x x x x 12 x x x x x x x x x x 2 x x x x x x x x x x x x x x x s x x x x x x x x x o 3 3 C Qt P Z x x s 0 o 0 0 s xi o�= soy n o u o k o m' � 5. i n o n P. 0 `o 'n S - 3 S T X o 3 3 Q 3 r = --aoa w; m 3 c o c��° 3 o - 5 . mr- n 3 I o f k g - ° p F x - z - 3' 3 - E F E - x 0 S m 6 a 3 0 8' °o 0 aN N O $ O z O ti W r M O N r� LO os czm Ro 3 w x o z 3 - o� 3 Z 3 3 o E 3 n c Q - - n O n a d 3 g z o ��nad g�o2a „ sX� w o F'n Ss ^;o " c F g � n =2 -. n n 3 R a z - m - z � E E P S E X E E A os z R R Z a 0 3 0 S' g 0 7 9 m � W s A n 9 a z a ° > z c D 3 N H H O b w��.,wN��N��wiinnw�n�wnnnNmHwin x x x x s s S x x x x x x x x x x x x s S x x x s Nn nx nv��wwNnn n�n� Annn�"„'"nnnn'�nnnv��n V,3 m m m m m m z m z m m m m z z m m m z m m m m m z z m m z x m m 2 x m m x x x x x x x s m z x z m s x x x z x z z S x z z S s x 55 ...... o 0 o v o 0 0 0 0 0 o m m v o m m o v m o 0 0 z m m m m m m z 0 0 0 o v o 0 0 0 0 n n c c n c c n n c c n c c n n c c n n c c n n c c n n c c n n c c n n c c n n c c n n c c n n c c n n c c - - c c - n c c n n c c n- c c n n c c n n c c n n c c --- c c - c c -- c c n n c c n n c c n - c c -' c c - c c -nnn c c c c n c c n c D D D D D D D D D➢ D D D D D D D D D D D D D D D D D D D D D➢ D D D D D D D D D a D D D D D DDD D D DDD D D D D D D D D D D 2 n Z Z n n 2 2 n n 2 Z n n Z Z n n 2 2 n n Z 2 n n 2 2 n n 2 2 n n Z 2 n n 2 2 n n 2 Z n n 2 Z n n Z Z n n Z Z n n 2 2 n n n 2 n 2 2 n n n n n n n n n n n n n n n n n n nnnnn 2 2 n n z p a n az % u�� az az ; an aD mmm a 0 D m 3 3 o000 3 3 3 9 z 3 3 9 3 3 3 3 3 3 i i 3 i 3 3 i 3 n.• p o n a c r 3 ���� r r r r o< _ m o z 3 a n OOm z s 2 A v o o `mb' r @mo m m o 0 5 a a a a a a a a 5 a 5 a 5 5 n a a a n a a 5 z c i °° y y z O as i 3 z W n y n a m" 2 z z z n n n n n C n C n C n m C n p o 0 0 0 cn`� g2 vG p D o g o 3v8 �A � o z y mm 2 s _ n A cccccccccccccccccc a 1 y mti an z y go n xvxsn c cyc m m a x 3a Q .0 0. �2 a qpy� o o r a p p p A x D D D D D> D DDD D D D➢ D D S" S� ➢ D N 9§ 4y v a p > .-9 n ° X o S A z �o n c q3'�' -; 3 a �zT V a v ,,, i„0000 .nii r.� °oo r., r.�n�.,� ° ° °o °o °o r., �., .. �'o\NNO�oNNN .. .- .. .. .. .'- �c3miYi0 n ww s �c•, n pa y >x £zW na �`cipaap3.°� mo cc ^o� �°ngg �Y< R °o °o <<���"'000 �,�`„�� < « <<<gggwr�.,tia 0000 o °v °o 'o No °o n °o �C "'�'dn' i�0939r > >n°zm K i 8 N ° O 3 s D ° F m �"„- w g n g < G G G D D D D ➢ D D D D < o° < < < < < < < < < < < n 2 a N Z �^ - .<j n O ^ z j 3 Z m 2 x 2 D D D D g ' D ➢ S > > > > > > > D ca 8 0 j m a 3 6 7 7 0 0 A Q GD D D 9 n D O O o aS°8o m��°eg &mom �g��G8�mdSBR�N N8U �� m m8� °` D r oz'b�w322 mc�z p p a ^ z � 129 ^�Y$��o3�Annon"g$8�8�6080$0 am$ °3°.- 52�'n"mw ogog �oo6bg000m8gr8O:3°mlo`0000GD °gR 3 0o am8ti c °8 n o z 3 D nom w �N woow mf °o..- D D D D D D D D D D D D D D D D D S" D D D D D D D D D D➢ D D D➢ D D D D D D D D D D D D D D 3 D S D D D D D D D D TIT D D D; 2 2 2 2 2 2 2 S S S 2 2 2 2 2 2 2 2 2 S S x S S 2 S 2 S 2 2 x 2 2 2 2 2 S x S 2 2 5 2 2 2 2 S A O 3 g C S a w P z 0 r n i D °y O C � x o O s x ox= os czm Ro 3 w x o z 3 - o� 3 Z 3 3 o E 3 n c Q - - n O n a d 3 g z o ��nad g�o2a „ sX� w o F'n Ss ^;o " c F g � n =2 -. n n 3 R a z - m - z � E E P S E X E E A os z R R Z a 0 3 0 S' g 0 7 9 m � W s A n 9 a z a ° > z c D 3 'W^ W r M r 3 3 3 $ _ r 3 e= Z a o 3 3 4 ow - z a =- ana °aan�3y� o d 3 g z x � ova c R " - � o ' F R� F z - 3 u F o F E - F A a ^R 3 s w �N °z 8 z 0 SE n z c � N Nx w psi 0 0 s 0 0 si 0 0 i ��oi 0 0 0 0 0 isiiinn'"'°^'w"v�v.n 0 0 0 0 o x x 2 x S x x 2 N NN x x i.,N 2 x � 2 x �HtiN x x x � NN x s x Nm H x x v, Nx H2 �x Nx Nx � ux ux N N nx n 3 3 3 H 3 N u 3 3 3 3 3 3 3 z z z z z z z m m m m m m m m m m mx = m m m m m m m m m = x m m 0 0 m m 0 0 x x m 0 - s m m 0 0 0 0 0 0 0 0 0 o v o ° o w. w w w w w w w w w w w w w w y s 3 n - -- 9 c c s n c c a a c c s a c c s s c c a n c c a a c c s n c c a_ c .... s_ a a n c n a c c a n c c a a c c a a c c a a c c a n c c s a c c n n c c n s c c s s c c s a c c a a c c n a c c n s c n .......................... _s z z z z z z n n z° O3 n,°„ D C Zs ° °F z� , x�+ ao + ^r F �z i„n�n,°„ '^ Fo in in in fn in fn in ix in Fn in in ix fn f i2 Fn in i F ix Fn ix f F Fx £nx D D �-oo A m °y ' z v A� � z 3 z y n F g < '_,^ N s 9 O c 2 u _ � U S x x 2 x n x x x x x x x x n x x x x x x x x x + p o C O 3nC C � g }( N � A A n 0 0 0 0 °F o 0 0 o O N oyq$�$ mSmmo s ti rm o o x y y >ma > i _m x m .. x n °n "m3 n ' «< n ' ^= " O n 9j1 m mm n 5O 5O m r " L � a A~ o i 2 m O G_m 6 vx ox o^ ° ¢ omx omx MIM Mx omx omx ax ox om v u N D vmvv£<< D D D D D m D <C ~O° F 33 Gm 1 m D CG° � O° � S OOOOOO g $ °c n G vw << m m m Cy m O m = z° r� < N >>>>>> G< gyp' G< m n n c v a w s w s w s w sw 3o ; z n D D 3 D D D D 3 D D 3 D y u o No wwwwwvzwz = =� ; D ;y3,=.,,=.,zzz n r y D -C+ ➢ D N vxic33iimti- D n D> °iS���3�5 0 0 0 3 6 0 0 0 0 a D D D D D D N Z n" p n z r p ✓ D Z Z Z Z Z z z N Z < < N o m m° e o 0 >o ww�oS Iw °w p w°8w N �a6b��� oo> tiLP >�aaNw a mom° G`c n.�$�N w °c ccccccw2xm mxm2xw2�x.,N °w 000Pmog'N 77Z� mNa 5r�aw a =P z z woven m�zzzz^z<8�o°0$�^` A AoaN3x�°p Nam_ So$ r., miai�o2 wg g2 N ° °25 &33ze` n o z 3 n °8o3G r6ow aKN Goo - a n s a n n a n n a n n n n a a n a n n n n a a n a n n n n n n a a n n D 57 D D2 ^ n D D D D D D D 3 c D C 222,22222.1.1 2 S S S S S 2 5 2 2 2 2 2 2 2 2 2 2 x 2 x S 2 2 2 S S 2 S a'. 2 0 3 X' 3 c a• 0 i r xi s e o Fr C o O s x z 9g? 3 3 3 $ _ r 3 e= Z a o 3 3 4 ow - z a =- ana °aan�3y� o d 3 g z x � ova c R " - � o ' F R� F z - 3 u F o F E - F A a ^R 3 s w �N °z 8 z 0 SE n z c � W r M r C) N LO _ c ?. r 3 z S w - a D a O n n i 3 n z w o u 3 n i o rr E i a va 3 7i S F n S _ s z - 3 3 - F c F o E a E _ i 0 o R z a a 0 o s z m 3 D z n c � 5 a 0 i roSS$°°SgSS$°$� 3 A x z s A A O i O 3 3 3 i 3 3 3 3 3 3 3 i 3 1 3 3 3 3 3 3 3 3 A D 3 D D D D D D N N S S 0 0 3 3 S~ 0 0 1 3 x S 0 0 3 x~ 0 0 i x x 0 0 3 1 2 2 0 00000, 3 3 S S 3 2 2 3 3 i 0 0 j o 0 0 0 000000 0 0 0 0 0 0 vvoo 0 0 0 0 0o 0 0 v 000 0 0 0 0 0 ovo 0 0 0 0 00 0 0 0 0 0 0 0000000v 0 0 0 0 0 0 0 '� 0 ��� 0 0 '� 0 0 ti ti 0 0 N�� u N N�� N�� N N��� a 3 0 0 0 0 n 0 0 0 0 n 0 0 n n 0 0 n 0 0 nnn 0 O n O O O O n O O n n O O O O n O O n n O O O O O o n ,,, O s i 'mJ ^mJ m � m m ........ o' z o o< $1 0° ° 1. ti ^ o m o °� OF x m c i F F mny x n c zo x z� c� ux n a 0 z� n o °° A �N c$ � �Ox � x O i xo��o � NP O "m y' A ° 6 z n < O z O z< nzo mcza ti m -^ 3 C y go x mo zz y �� y oz mz„ c D Sc <� m o x� 0 a c c c z o A a .� o a ur a s z °00 x D S O z yX.,mO x c i 2 < D n ` O C C O z w D a N m Y C s z s 0 o Sv e g$ 8 m$$ W o c Goon �owek> uoNOONO�$e �w�8m Ndw wS° NtiYio o H� w£ K, < G< 8$ a o �' �°n p£ p a N$ r o A$ °�$ g i F m c x w F z 3 D n a T x x x x x x x x x x x x x x x x x x s x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x S 2 o 3 2 0 2 C °n z ao P i r x 0 _o o x� o O . x s xi x° _ c ?. r 3 z S w - a D a O n n i 3 n z w o u 3 n i o rr E i a va 3 7i S F n S _ s z - 3 3 - F c F o E a E _ i 0 o R z a a 0 o s z m 3 D z n c � 5 a 0 i W T- l'J LO S � i o v c c sax2 - S:�- x D n - i _ m 3 o E o' n S F FL D z - 0 m - 3 3 - f F B £ f = E R� 0 s i p 2 z a 3 2 0 7 s D S O " 2 2 O 3 � Gl Ll G1 Ll Gl O O Ll Ll � O L1 O Lt L1 O Gl O Gl G� O O O O Ll O CI L1 O O Ll O Ll Ll O O O L1 O Gf Gl Ll L1 L1 Ll Ll O Gl O Ll Gt G1 O � � O O G1 O L1 O G1 41 3 -g��������n�� S i i i c i i i i i i ci i m o" cC i i i i i i 5 i a5 m nxm m m m 59 i i mZn c5 m c c c�S i a5 i i i i i i i m m Z 5 c� c Z y ti SS y S ti H _ z 2 H 2 S ti i x x 2 2 H S x 2SS i z z z z y 2 y S y y y y S y y y y 2c 2 y -_I H- -_I 4 -- - --- y ti z�� z 2 5 2 2 2 2 2 1 z z Gt G1 z G1 � � L1 z z L1 L� z Ll 41 z z Lf G1 z z z. Ll Ll .... z z � Ll z z 4) 41 z Ll � z z z L1 L1 z z z L1 41 z z Ll Ll z z Lt L1 z z L1 � z z � G1 z z Gl L1 z 4) L1 Ll 4) z z L) Gf z z 47 Gl z z Ll L1 Ll Lf - z G1 Ll z z Ll Gt z z � Ll z z � Ll 'z � � Lt Lt z Lf Gl z z G1 L1 z Ll Ll W °SNw�m o °�° v vob�"e�mm8wwnc�"�o Z F F F F F 0�88$i�m Z ti N �� D D D m �� n ��rrrr���O S n C C --°w -- weNN m m W eom mG w -.$m°A T v�,xoFF= -� m m rnFF w o° A f FE33PC3333�� �0.o0 c °sa�mF9 a^��� ^oAAOOOOm� m m m � n c ° c� � 225 3 2 2 mA x i z z am o 3 x o a F 9 n O 9 0 0 0 2e A 9° p w� 5r i' � M a 3 m z��SS53 °moo z z_° i t ^ s z p z z zzz n y i S 5 z z ° 3 5i= s 5 o v n o 0 3 0 m 0? c n 9 o M? c 5 3 5 � a a R a° '��' 3 9 F f n a a n y A N n~ y35 ! To, $ ° $ v N° o o° o-, J A ,m P 9 9 0 3 z Fn P" 06 S :55553 =5 S� czi "OO°n E pm �� A� x °S �3 x z �n a a 0 x 0 mmmcow� m W n,tiNw000 �Nm� m.-cio � � 3 time w woo -mi8 " .. eo Z 2 D o z 3 n °w°6�N o8N �48ffiow oSa m$v °° N°�eaOO° SL - 3 3 c s 0 z x s _o C G 3 %l o � Y so^ S � i o v c c sax2 - S:�- x D n - i _ m 3 o E o' n S F FL D z - 0 m - 3 3 - f F B £ f = E R� 0 s i p 2 z a 3 2 0 7 s D S O " 2 2 O 3 ti W r M T- O N d' r 1\ V x 'SvaFa �, Yoft' w • n D T o = y 2 ,3 3 n N 0 3xi�'� A o s s n oc 3 1 3 z o gCo�a _ x X v 5$30° Y w ^ c n F k 3 ao f z - 0 s 3 E E °o E E - E o0 s i A 2 o' z ° s z z 3 D z D S c 3 S °c o 7 mmmm�mmmm�' m�mmmm�mm���, mm��mmmmm�' mm�� 'mmmmmmmmmmmmT�mmmmmmmmmmmmmmm� �aaaa aaaaapaaaaaaaaaaaaaaaaaaaAaapAaaaaaaa�aaaaaaaaaaaaaaaaaa�aaT H -i ti_ H ti _I ti ff -i H z xxx z ti�� xxxxxxx ti ti ti H ti ti H H x ti xxxx H --1 _1 ti xxxxxxx H ti ti ti H H -d xxxx 1 ti xxxxxSS -I xxxxx z z G1 L1 Z 2 GI Ll 2 Z L1 Gl z 2 L1 Ll z Z Ll z 2 G1 Z' z 2 Ll Lf z 2 Ll z 2 2 m m z Z z o G 2 2 z Ll 41 Z 2 Gf G1 z 2 Ll L1 z 2 Ll G1 2 2 Gl Gl z 2 L1 47 z z z z Ll Cl 2 z Lf Ll z Z Ll G1 Z Z . 4 z Z . M z z Ll Gl 2 z Ll Ll H 2 2 Ll Z ti Z z Z � 2 2 Ll z ti ti 2 z z z H ti 2 2 o n y Z z . 0 --I ti 2 Z 0 Ll ti H Z z G) ti 2 L1 55555599999xxxmT v,00 �r�TT�.��vvv�vrr,,.,,,,,,,,,, ccccccccccccccccc '�m ,,,,,goo "' oA v_ on nTonnnnnn mmmm za a3 mm �o mm oN ° o 0 9 9S xx A! e � 0 o O 5555" 3 ; rm yi-m °c � p z . <10 0 czi S A v 3 3° c c� gc �C o° - i �G o ox 3F 3 y �'" % ^A "'"m°' N 3 c c zz EccEoci aac ci 3�y o cziz Gx m n o s 9 a a°b ci 0p . rzz F T v > o ° z z z z m Om � C +Pi m yip s m G o a w N w� m °�°c °mom °�°v �worom om mg mmq m m V c tiN c c N?om ,cow ^^ oo u.� nyW ° „`6' m 3 <3ov �'�., O is x$ �.]] n a~ c P'„ a°, v x M P xr" xr" ^; 3t°m, °c �"^•.> °< 3 m m x V�- 3 N Fi n a 9 ° °rv���n$pti n m^oo Nco ra =onn $ N o'p6'Fg w o �" V•"'i o w nm��LN°,��'�^i9•� ^o88 N =^ a S c.o�ss ^o,mo$88,mS 0o9. -�Rz O , gw -SM a &8LA� ti�ti a�SSRa ewA >�o a o z 3 n n a a n n n n n i a n a> D D D D➢ D D D D D D D^ D D D S� D D n D D D D D D D D D D➢ D D D D D D D D D D D D D D D D D 3 c 3 a 2 d n c °n C a 0 z i C C s °s o n s xi � � 2 sQ� � ° n x 'SvaFa �, Yoft' w • n D T o = y 2 ,3 3 n N 0 3xi�'� A o s s n oc 3 1 3 z o gCo�a _ x X v 5$30° Y w ^ c n F k 3 ao f z - 0 s 3 E E °o E E - E o0 s i A 2 o' z ° s z z 3 D z D S c 3 S °c o 7 W M r - m p m D 3 0 $ 3 � =o =F, En:n���c e 3 r - i O n 3aq °x3 �f o d 3 g z it o o. o - t D A z 5 3 E o F F F a F ' Z 6 2 a' 3 a o 7 D x� � S z z z O 3 D z z a = c n 3 ��, �, �, �,��,��,���,�,�,�,�,�, .o. U���oe z z z z z z z z z z zz z z �, �, z z z z z z c�ci z z ci z z c�c�m�mmmmm�3 z z z z z a z z z z c z z z zzzzzzzzzzaazz� �aaaaammmmmmmmmmmmmmmmmmmmmmmmmmmmTmmmmmmmmmmmmmmmm aaaa��aaa?aaaa��aAaa�A�a�a�a�0aaaaaa��aa ^a�a nF QQQ O O O QQG1� O O25 � L1 Gl=LTf F4 y CTf i5 Ll9 y EE i E LtS FS F F E F Zi ZS i1 Lt LI LI G1iiGt Gl = - t]�i - - Ll��L1 - - = y O z z O O O s z O O z zz O O O O O _ a z ..0........... z z z z z z z z z z z z z z O.n z z .... z z z z 0cod...... z z z z z Z Z Z o z z ai Z z 000....... z z z z z z z z RR ^RRRQ��RRGGR ➢ D yyyy00oo D D D D D D rn���rn� - _ a °c D G W< �3� n 3 Q° H Ll ^ ��Nr.,. r °o �5= e 5�PpSS555S5���"�nsm,^�AAAAA"' `\b' 3 9 3 3 3 3 3 3 $ x x x w N r r r T F r n T p 5555555SNtipppagzm o o o 3 c n n A A n° n° z 9 < c E -Px o m m m o cp cp pc o p c $ c c °s $ z Soo °a 555yypmmmmW F F mom _ 3333Dp5 a ' S 8 'S5 <a 339 m zz m m -zi n n - ziz 000 �oo°.'ti .. 93 03 888 P N P 4 4 Y Y :a°Xan�9 $$$ F v °FFF a n n ti ti I Z-22 < < < << 4 4 <<<= 3 S n F F F < < � � o 0 oo.m".�8�$�$� °omo °m i .. o., zz 3 ^ 3n mm3n3 3 v�Tw��mrrT ,.z N� $03omww°i o003°°x °33X zzo ;3Y�Y33vo8 ° =gOA <i.- o<PFyy$G a 33 i..< cc ma�c++8 c °xF££m° n •- ,w„ «.i,;;N 08 n° Ln,g s o z 3 n am�.oti�.,tim WN.omao W - a a n n n a n n a a a a n n n a n n a n n n a n n n a S n n n n n a n n n n n S n n a n a a a n n a a a a a n n 3= 3 i 3 c i O 2 a a 0 m o o � s tt z a so= _o- - m p m D 3 0 $ 3 � =o =F, En:n���c e 3 r - i O n 3aq °x3 �f o d 3 g z it o o. o - t D A z 5 3 E o F F F a F ' Z 6 2 a' 3 a o 7 D x� � S z z z O 3 D z z a = c n 3 r— W r M T- 0 N r 9 ^ — N - ° � � a n Y 3' 2 2 A m n ` s;a � -- �3 °p`^A3c _ -1 F _ - - a o a o d 3 z � X N R n ^ » 9 F R < c f s z - 3 3 - E F 'o E E - F S 0 3 i R' 0 z a s z p 3 > z c 3 C S a ° 0 �o" ���������������������������������m -Si ti ti y___ y H y 1 y y y= y S S ti S ff 2 t S S t S 2 t t— 2 x= ti S H S S -1 ti 2 x ti H 2 H 2 H 2 2 _1 ti 2 ff S H E E Z n z z z ... z z z z z z c+ z z z z z z z z — z z z z z z — z z z z z z z z z z z z z z z z z z z z Z ° z n z ° °°°°°° 000000000000000000000000000a0000000000000000 z Q�RQQQQRQRGRQRLIRRQQQQQRRRQ�LtRRRARQQRQG2QRRQRRRQ Z z 2 z z z z Z z z z 2 z 2 2 2 Z 2 Z Z 2 z Z z Z Z 2 2 2 z z Z Z 2 2 z z 2 Z Z 2 z 2 z z 2 NQNQ z z z - m �° ,,, -- - - - ^ -- s 'O' FFFFii£FiF cFFNNFffNFFfFFF�� i335555��55555� �Fe3333� 33333iFi3FFo�N, NNNtNii FF�f a °A1a__ N __w_ —z F�.r m, m � �o m �ga as r rO1.i � o N m rn � oftiGtiggyym��D°\•,onvc9on o°<v°<�°,9 0 0 0 ti a s < a < P �i � °° oe 2 P 2 P 2 9 4 T z z �w o < Q ma i ti W c� M r LO Z T -�1 'a0 S m f1 A W ,-tt m z N fc'1 m Z D, p c X D nw+ o a c o O G1 r C O 5 Z n D o D D !^ o O Z d <' c m c N o u m m m o O d O c »' Z O O r o ° < (D 0 y O m 70 m lb c m � a c D 3 w 0 0 = ID O ^ O O- � ro m T N G � O � O � S O M - c 3 m C) H a � c 3 0 o � o m 3 W W W C. W V awl W Vl W A W W W N W 1•+ W O N lD N 00 .. V al N V1 N A N W N N N H N O FD tD 07 w N V Dl m w In F+ A w W N N 0 O LD 00 V 01 to A W D D 1 � D - to n to n to n to n to n to n to n to n to n z a v_0 2 2 v D v a v-0 D D m a a v a v a r c r m r m « r m G o 0 o 2 C 2 C 2 C 2 c 2 c 2 C m A n 0 n 0 w K to to d 2 Z 2 Z 2 Z 2= Z Z 2 2 2 2< O 2 O Z Z Z Z Z Z Z Z -i D a a w w w w m w m 0 0 n n n n y W m 0 m m 0 m m 0 m m 0 m m 0000 m m m m m m m m O m G D n X Z X C -1 C -1 C -i C -1 C -i C -i C -1 C -i O Z 0 Z 0 Z 0 Z Z p Z c° Z m m m m m m Z m ^ m >' O7 m z °7 O O O fD 00 Z D s z z 77 7.7 v v 7.7 n n n n n n n n n n n C C C m ** *m,,mmm� C C r r r 0 m mmm r r r m r mmmm r r r r m r 00000000000x^ m Z Z A A S-. S A •o A Q DDatntntnZ Z Z Z --� 55 ? 70 70 X to f1 m m m m m m i7 m C: m Cl -AI m O -I n a v v v v v v A O C T C T C m ?� m ?� m A m n Z 0 Z 0 Z 0 Z 0 Z O -" s K__ z m z s a z n A n n z n -1 Z D D nD v, Z to Z to Z n m m m m m 0 z Z z Z n D r n D r n D r to to to to to to to to Z n C� c 2? c c C A n n n Z < n < n < n < n <- n Z Z D D D > D D D D D D D D D 02 22 n m m m m m fz1 Z Z Z Z Z Z Z Z Z O m m m n n n n n n n n n A A 0 0 0 '� 0 0 0 D D D < G G ? < < '22 z n n n -I 0 -1 tG * 2 2 0 r -1 -i m to Gl n m m � O D g �^ �^ O O C O cZi+ tZi+ - Z to m D A � Z D -i n n Z D Z D Z D D p 7c g A to N r n -i n S -1 n S -I n S n 2 n 2 2 0 D 0 n �+ n O n n m r X m n n m -1 O Z Z v N v r" C C= to m = to to n a m D m 22- C -1 C an C m n o t7 N N O p 0 0 0 p Z O cn m o Z to r Z v M to -n O An m n N O v o v 0 -i -i v r m N v r v rn O O O Z OO T N A m m m Z m O Z -I A n am C C C C C m R. W w O 0 n 0 N r C O in S Z z n 'D C Z D N v n r O 70 O 7J n m to C1 m O y D C r z n f� 70 A A r m m r Z m r W G N C >C n pp 0 O 0 n 0 D m w ai A �i n� N, r Z O Z O Z X =i C w 7c =i Z n a n !n m n n n w N - c mC�1 -i (m� S 2 c r m N D N Z m �L A n r< t!� N m m m W m V� O r- S C -i C � C 1 2 In 7C m V -i t{ 2 -i -I O -i T �c rr D D -I Z Q m K n f+ Z r rn to Ll N y F, N N mm Z Z K=K= K 1 =Sm17O7.)n T�����" �o GV -OtJnD D�- izN„XOp Np O g D D D Z m -n om-n T Z _-I f� r) M a p�p w m Z m O w m m m O a� -� v m "1 D to N O p N p m A D D z z z n T T to A 000 O N to A O z to w D Q D - n G O � O> Z <—� < z no � M -1 -0 K O O o m = `n Z o Z w m a< D a m < M O to n a a ,m„ MO D z O 7rc V m V m V w V W J w V w V w V w V w N N N V A V A V A V A V A V A V A V A N J V 00 J 00 V GO V V 00 V 00 01 V V V V J V In In In lr l.n In O O In tD O In O O VI w O In l0 O In t0 O lP tD O In W O In W O O g J p V+ lD 00 tD 00 lD 00 lD 00 tD 00 tD 00 O 00 O 00 tr (J1 A V A V A V W N V1 W N VI W N VI N O W W Vt 00 W to 00 W to 00 W w 00 W In 00 W✓ W �, V i•+ V F+ O F+ N C F+ N F+ N N N N I+ N A In lu V (.0 T W Ol VJ D1 W In lU In U.l In VJ W V V V ut V F-+ V N o O V Vt to lA to to O N 41 N M V A V A 00 to 'O 00 A In V m 00 V m 00 N O to A w"- - A J A M N to to N F+ O V o A to N W �' W �' w N w M w VI A F+ to w Z t+ O w 00 O W O O V Ln In W N O 0 OO A 0 to W W J W tD N A O O W t0 A A f-� W V A F+ V lr D7 l0 M N N lD O O V 00 00 O Q1 In W In N In N N Ol lr N N W lD N 00 lD N N to 00 ti+ W 00 Ol 00 A Q1 I••' to O J N V 00 A W N V1 N 1-+ lA l0 W W '0 W A V m O w 00, '0 O to r W ONWO r r r r v v O W o o n O W Gl = G T D O S W m D D to C - N w OWi Om O W gDD t0 00 J O m O �--+ p O 2 tin m twi+ N w N K C t� N O O w 0 w p W m O M N G W trn w 01 v O O O L n A �vo lWn N~ W woo�oTr W N N N N 000 lJl OD H 0000 N a) 2 O m' Q CDOOC'C'-'D��`6'��tO I-+ 3 00 � w O Q � O OaoD W r� N N D D D r m a* O n D N n O m n a 0 N c y 0 3 N A 00 A A lO V V N lD N N 0 tD A = N Fr N cpn W W O �-' N w N 00 O W W W M M N W W I-+ V N F+ ON N W N �-` A A W- In j 0 0) O v N tD O 00 Ln D1 N W V V D1 � O� O A 0,0 O to N tD O N to O A O t0 A A N 00 J W N N 3 c m D m D m D m D m D m D m D m a m a m D m D m D m D m D m D m D m a m D m D m D m D m D m D m D m D m D m D m D m D m D m a m D m D m D m D m D m D m D m a N? ^' c N Z -mi T m O S 22 n m Z T -�1 'a0 S m f1 A W ,-tt m z N fc'1 m Z D, p c X D nw+ o a c o O G1 r C O 5 Z n D o D D !^ o O Z d <' c m c N o u m m m o O d O c »' Z O O r o ° < (D 0 y O m 70 m lb c 0 � C) s o s o a c D 3 w 0 0 = ID O ^ O O- � ro m T N G � O � O � S O M - c 3 m C) H a � c 3 0 o � o O n � � N 3 T O o < a = S O' fD D O n v to n m N 0) N O n O fD O -. In � O O O- m O f0 0 3 O �D D D � D Z 2 O O w a fD O °o - D m 70 3^ O Z . Z � •a-I D m m O 0 a c m D_ f ru O N O !D (D a ti W T M T- o N T LO 0 N N 00 N V N Q1 N In N A N W N N N F+ N O N l0 W- 00 F+ V H Ol F+ -t N A N W I-� N N N F+ O l0 I CO V Ol tJi A W N N A V A 0l A VI A A A W A A A r N 0- O N w ro o � o � a n c D 3 w 0 0 z 1 z i z 3 z z m D Mm Z m Z m Z m z m Z m Z m Z mm Z Z m Z z Z m z m Z m m Z Z m Z m Z m Z m Z m Z m Z m Z m Z m Z m Z m Z m z m m m S m A rn A m m S m m 00 m > m A m >> m m A m 00 m m >> m m 00 m A m m A m A> m m A m m A> m m S ^� r >>> o O D D >>>>>>>>>>>>>>>>>>>>>>M r m r m r m r m ----------------- m r m m r m r m r m r m r m r m r m r m r m r m m r r m r m r m r m r r m r r m r r m ----- r m r m r m r m r m r 0 r m m D m m m m m m m m m m m m m m m m m m m m m m m m G7 n n n n n n n n n n n n n n n n n n n n n n n n n n n Z r r r r r r r r r r r r r r r r r r r r r r r r r r r G) G7 � � L1 Gl G1 G1 G7 G1 G7 Gl G'1 Gl L1 Ll G1 G1 Gl L1 G7 Gf Gl G1 G1 G> Gl Gl N O 2 2 2 5 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 S S 2 2 2 2 r Z Z Z Z Z Z Z Z Z Z Z Z Z z Z Z Z Z z Z Z Z Z Z Z Z Z -{ G1 G7 O G1 G1 O Gl G7 G1 G1 G1 Gl Ll G1 G7 Ll Gl G1 G1 G1 O G'f Gl Gl Gl O Z 0 - w - 1 \ 7c --1 Z O n m g N g V V V A r r V V\ r 2 W N\ m\\ n m\\\\ x 2\\\ N m OAi 00 1 N m az�m>_c: m W Z �D� N D 00 co) W C O rn- C oo C C Q =omom��O�O' C D r C Z vii t�ii C D C A 4A mmCmm 0 m V m V m V m 14 �mr50 A w w In to rD cO In w s rz�rzr-D�703�=, V 01 O V Ol O V Q) O w N lD w N t0 t0 N H+ O N W O N 00 O F+ 00 c n V 0 V 0 V 0 V1 0 A Oi 9 r" W c 0 C 0 m R rm- c z, r z m N 0 o v 00 3 v D K to n 0 n v v s K v+ 1 K m p OX ao m m D r n m- O --1 m s m v -0 g g 0 rD D m v m v 0 V 0 X mm n g tmi m 2UIr 0 m Cp W0 O 7t a O < Z m D r z -i-+ z N iZr) < 1 S X A lD � V U1 V 00 W A a A tD A N N N j o w m O g 0 00 Ln O m m m 0 °� p 0 m v 3 c m D m D m D \ C m D O m D m D m D m D D D 1 g Z m Z in � o � T n � m 3 > v 0 a m m � m m z � n m A W A W A W A W A W A W A W A W A W A W A W A W A W A A W W A W A W A W A W A W A W A W A W A W A W A W A W " N Qt 1+ H N !+ N F+ Ql N 01 N 01 F+ N Ol F+ Ol 1-+ pl N H 01 Ol N 01 N m N 01 N pl N Ql 01 m 01 m 01 m D1 m 01 m N 01 N Q1 W 00 V V1 w 00 V A 00 w V N 00 m V N- w 00 V co 00 V V- V 1 V 1 1-+ 00 Ql m W W A O1 00 A A 00 A pp A 00 W N N w N 00 N 00 m 00 00 m w w 00 00 00 T O w ID A m O O N W 01 O .p A V O N (n H V 00 V f+ M Ot m 01 O V1 T W In W O O1 O O1 O A Ol A 01 N V1 N N O A N A W Ol F+ A W N lD .P In W In A 01 N (ft 00 In Ol V V Vf N N N Ol V 01 Ot 1+ N 00 V1 f+ O l0 N lD O V A V W W 00 O W 00 O O N r O m r W i m 0p m A LH r) m Li T In m N m W N m m W m W A m m m m m .0 W N C ~ N Ln Ln 00 LM 00 N N m N N -1 A C F+ m X FW+ 1 "N'1 ---1 , X N N N W nr N W N W C C W -�i n w .'O Or O 111 00 W W 6 A 010 G N v lNn m p~Op m ApA O Z Z m X c� G to N m X C X m O w W vii O O O A rn? p o o o o o °= c o n o 0 0 m g o o n n o rn m n o 0 00 N O A A I-+ 00 .n O~i N to .D N p N nn w N N V M M i+ W O A O W W W W A In O V W N w O W N V w W N A- F+ N A 00 to N w� F+ 0) A 4.1001.b. w m w to w LO O W In w W m O N A N O V V O w Ln 00 'o W w N W V F+ 00 - 0) V V1 lD Ln m m D m D m D m D m D m D m D -M D D MII mm D D D m D m D m D m D m D m D m D m D m D m D m D m D D 0 z v z A m n 1 r n D o 3 d c �. Z m A a M p O- r d O d X o H -� to S O A ID A 00 A V A 0l A VI A A A W A A A r N 0- O N w ro o � o � a n c D 3 w 0 0 z 1 z i z 3 z z m D D O 3D x m x m 2 m C) 0 0 0 0 0 8 o m - V 000> z D O O 0 Ro z O f n n i v m O z m m z m n, 66600;,O C 10 D N ^ m m m n � o O 0) O � 3 0 S D < D O n z z z w o - fD m in z '^ z O F 0 n n n 3 O c m a f Er m 0 N 0 m m D D D n n n r G1 D o j< A QC n v� m m m 0 n m Ln Z D Z Z D trail A < D \ r v 1 N m x Z --1 W \* <Q'mZ* m m O AA n + O z-<>o- ,M D T 2 m _C 1 m r a p A w= m s O D O Z D m Z m Z 0 , � 0 0 - w - 1 \ 7c --1 Z O n m g N g o o n n D D D V V V V V V V V V V V m V m V m V m V m 14 A N- A w w In to Vl ID In w V rn O V 01 O V 01 O V Ol O V Q) O w N lD w N t0 t0 N H+ O N W O N 00 O F+ 00 c n V 0 V 0 V 0 V1 0 A Oi N A N W 01 V W N V cn D7 V In lD N N O 00 N O m N N N A co g g D m 's O N N w r 0 n A D m A W0 7t m r) D m c A lD w 01 V U1 V 00 W A W A tD A N N N j o w m O FW+ 0 00 Ln O m O m m °� p 3 c m D m D m D m D m D m D m D m D m D m D m D y c ^ Z T m v a n m z v z A m n d m m 0< Z n D o 3 d c �. Z m A a M p O- r d O d X o H -� p r m a 0. A w o '0 Z 0. C n O o o o D O 3 M r N 0- O N w ro o � o � a n c D 3 w 0 0 z 0 N T p O rD CL N p T . E 3 ' c p io jo n' _. o '^ on m o m - 3 0 7 O 9 3 O a O � � N n m 3 d OrD d C 0 n 0 C 10 D N O n K n � o O 0) O � 3 0 S D < D O m a m w o - fD m in z '^ z O F D z i D a M 3 O c m a f Er m 0 N 0 m r� a L. ti W T M \ T A m n O CD 9 0 m a c iv O G O !D O D Z O a 3 F N 0 0 C m n. F s 0 N 0 m a N 'a =0 O M m n fC1 z m N p v x D N r o z -Di 8 d O rD m m Z a r N m ID -i a a 0 D C (D 0 ?. O a o D 3 fD m oA c m N 0 n f0 CL m. D f) _ 2 '^ fD fl. � N m o X f 1p n w a � s 3 o a c � d -p O � N ID OE O O � � N C_ G� ID d fD fD O to n m O a Ln O C. lD 3 s 0) D 2 O m z O Z > z z 3 m m m Vi O A ID A 00 A V A m A V1 A A A W A A N I-+ A O 1N 1D W 00 W V W Ol W V1 W A W W W N W F+ W O N ID a S M'o-0 2 2 2 2 2 ��vv 2 2 S 2 � 2 vv0C)0m0C)G)mm3 2 2 m m m m m m m m m m z Z Z Z Z Z Z ,n In In (n 1/1 (n In In (n to to (n In (n �o �o 70 A A A x .'9 x Z r r r r r r r r r r r r r D r D r D r D r D r D r D r D r D r D GI 2 L ) 2 G) 2 G) 2 G) 5 Gf 2 Gl 2 G) 2 G) G) 2 2 G) 2 G) 2 G1 2 m r m m r m m r m m r m m r m m r m m m m m r m m r M m z Z Z z Z Z =j Z D Z :-j = -q z Z D z D z D z g q q q q q q q nm -I G) G) G) G) m 0 m m m m 0 G) G) z z z A 7J 72 22 a? E m m m m m m m m m m m m m n n n n n n n n n r r r r r r r r r r r r r r r r r r r r r m m m m nnm m m m n m n m m n m n m n mn ommmnommm O O O O O O O O O O O O O z Z z z Z z z z z (n/1 N N N N N N V1 N N NL� C- m rn D >> (A D z O>> O m D m D S w D S w D m m D m 2 m m D D 2 m> D 2 D M n Q� m m A -- m� ?� ��� 00 O� D r N (mil n m '~"o'V, as A8 °K���CSW�go ���� S � C" rn� N A ��** 9 D D w -r-I D O Z v N r< O D O D Z H 1.11 D (7 fi V1 N A F'-� 1J1 lD A r r - p C C m Z N GC) 6) -NI 00 D D m D N 0 A Z Z � O O :2:2 p wfJ�pO 0, as o ��cpc^ V D m N N O < �+ D< m v D o o N 0 z -i ? X W N C C V < O 7J W V 00 V 00 V 00 V 00 V 00 V 00 V 00 V 00 V V W 00 V 00 V 00 V 00 V A A W A W A W A W A W A W A W A W 0 0 0 0 0 0 0 w cn cn 00 V 00 V 00 w V 00 V 00 w V 00 w V 00 w V 00 w V m 00 00 V V 00 V 00 V 00 V W � 00 I 00 O c 00 10 00 10 00 00 00 0o 00 00 00 V C 00 A 00 N /!1 N - N - N - N O 1D O 1D O O V V'1 O N O N O O O V M V M 01 V M V V N M V 01 01 00 0) f7 V W V N N A V V V V O w M A F+ cn A W w N lA F+ V 00 N A 00 W N w h+ O 01 W 00 00 VI i--� N O <D 00 V W F+ V A 41 W 01 G) G) G) A N r n C) iV+ w 0 m m m N D D 1-` nmi N D D Z Z D r) D p ippp 1 1 nmi A LA A w tin F'' N A N m O to w A m N In H A O- W N p In x x W N w N- O D V w V N 2 N 01 2 V1 V O W N A 1D O N N z 1D 8 m X pppp A w r- 3 C 88�N�88zz8�8 (wit cwil E+ O �+ ODDv�(rn� m m In to Db > -rl-rl y S 7i D O C O 0 t+ F+ O f+ O O O O r z O Z �n V V1 l�n W m m 0 D 3 m c D N A a d N W lA W LD F+ w V W T M N N V W 0 00 0VD 0 A W 00 W W W N N j p D) (�Il Ow1 lD lC N lAD 001. 00 O A O I~-` 00 W lA 3 � m D m D m D m D m D m D m D m D m m D D m D m D m D m D m D m D m D m D m D m D m D m D d ^. A z T X v V a n m A m n O CD 9 0 m a c iv O G O !D O D Z O a 3 F N 0 0 C m n. F s 0 N 0 m a N 'a =0 O M m n fC1 z m N p v x D N r o z -Di 8 d O rD m m Z a r N m ID -i a a 0 D C (D 0 ?. O a o D 3 fD m oA c m N 0 n f0 CL m. D f) _ 2 '^ fD fl. � N m o X f 1p n w a � s 3 o a c � d -p O � N ID OE O O � � N C_ G� ID d fD fD O to n m O a Ln O C. lD 3 s 0) D 2 O m z O Z > z z 3 m m ti W r M r O N r V -1 ;now�ao - n 3 : n n - _ - � 3 x 3 a 3 s; Oil -- o s 9 n T O ot v o d 3 z o a A m E a 3 F 5 A3 G F a a e u - ..9 E Y m - z ° _ aT a26 8� sa ,o o 3 c ° n z s D S 0 i a W N r o e m G a° w G r o e m ., a, U a w N � 3 e n9 9 9 9 a a a 9 n° s° ➢ 9 9 n °a n° 9 D a a n n n a a = m 0 m m 0 m m r a mo E mom m m m r m r m pm D D➢ D D D a 2 ^� 0 z z 0 z z 0 0 0 0 0z c z z o o z z ° zz z° z z z z z zz z z zz z z z z z n v 3 m C�xxar N a\\ �.. .. z a.. z z ..xa\tiy�aApy_wwwoNtie�N z �aNN N «T w pig.. >oA :.00r..aoz°S ratio p D vtZ2 <t9�vo O O O y O p v ��y D o n iio 0o c G zOp NQ9 3� rN � sv 9 r^O9 zO n u QOn E;z O °Z?y Nm r O\r Zm r nO r err r^OD A r zz D G1 G1�Llm z n v n a n s n A 3 3 p A °"_ y 9 ° p ra m c s ° ° A v C x z 3 3 ~° z 3 2 o o m r< r° 3 a r^ a w A c "' o F i m o m `< > p z ,° o n m a n a S ° o m z 0 z < ° 0 ° x 9 0 "' ^ 3 0 n� 0 z 0 3 x° n o O n ° o x 3 o S Q1 o 9 - n° m z y m O Z z n 0 0 v O v n c z G � z z n z°° 0 z m 2 3 Z z D D z D ^O s S G N W z - 8z x ° v � $w$$8 �8�8K8G8N i a w A w$° rN+ O ONe N A P w m� ONe m 0 Owe N`6 m p _gg° v v °NNNQ�Q9�N°9 "NC�Amc$�p99$v�yaN�SmwaA�� N ��z�f N° N Vii, C N 4$ `8 J ti N m o °� N n w$ a P' V o O_ ?° x Y Y V x° " G U N D vvo `"° >$�y > °x�� 8o8°oN6� o00 soda o0�08° aS� a8o88�S��8S ^gm° D D S S D S" 2 2 ^ D➢ 2 2 D 2 S D D S S D S" S S ^ D S S D D 2 S D D D D S S D D 2 2 n D 2 2 D D S D> 2 2 D^ S S D D 2 2 D➢ D S^ A D S� D D D D D D D D D D D D D D D D D D D D D D D "3 S 2 S S 2 2 2 2 2 2 2 5 2 2 2 2 2 2 2 2 2 S S S S S S 2 O 3 2 8 c i x v z x s $ o c sod -1 ;now�ao - n 3 : n n - _ - � 3 x 3 a 3 s; Oil -- o s 9 n T O ot v o d 3 z o a A m E a 3 F 5 A3 G F a a e u - ..9 E Y m - z ° _ aT a26 8� sa ,o o 3 c ° n z s D S 0 i ti ,W^ W T— (Y) r LO 3 'ago -_ n A F _ 3 c ° O n awoR° X � 3 10 n 3 E 5 Aa F � R 2 o F c � _ S " D R <' a c _ e � - s F c F o F_ 3 m x ° _ F - r T S S a 3 O O 7 oA � R D H y o " z °z O 3 Kam, G mom G G G G G G ."- rGC." -CW GG a$ o 0 mJmNmonn 0 o p o 0 o g nnom, NroS' gat 3 C C C C C C C C C C O O a m z m z m T< c A m mn m -- �GG��^ m T m m p O m s - -^ 00 v c cc m 0 �G c 0 0 rm 0 n mu c A S p O >�' vov o �'�' vvv 0 pp'^Sii^ cc Le c ccmmASSZnmm��ma� SS �j 0000an�D''i p V o0 00� m D z Z 5 m z m p O z O O Z Z 2 O 2 2 ^ Z T F m^ �^ x x 2 ti -y D D z z Si D Q z___ w w Q Q 2 2 Z < 3➢ D z D Z 2 n n D D Z Z n D D z s D L�G1000 2 m m n 8 8 m m y y 0 om m m a F F£ F F F ^� z a i 3 n n z z 2 0 v Z z 2 2 z Z a z y p p p p A o 0 2 2 2 2 2 10 z z O g 0 2 O g 0 Z y0 0 8 0 o 0 0 $ a v 0 0 0 0 o 0 8 8 8 a cc m o W W T C m A o Ez o~ y ^n W 0 N n 0 0 o n a= o o m u p °c 3 0 z N Z O y 9< ^= O S 2 A i c a m Fp£ mO m0 F^ '� m m m O n `c m o v c o r y a ~ A< $ 9& i 3 0 0 ^ ^< 2 n• O in 0 2 g o x O 10 2 ^' m g 0 P O D C °n ^ s ^° ^ 0 o 0 0 mo my 0^ o° 0^ D m > c 3 H Z 2 Z 2 2 2 z z 2 r z Z - K TSc - °o m �n �n 'o r Z 9 o n o °" A a a f �' o o o o A v ^z -- °� Q o z xx w a m�mmm° m m 2 0 o o o�� 6�gg z$ p i F F a O m O y y o < a D O A p c A ➢ ^ 2 C v m k �^ z x x y, z n In o z a z w tN O r w o g A w p °88oe8w wo° ��� O�e w m �. A$ 3 x 8 x x 8 8 o x m q$ N m z N G" 0 3 m P Nwwpm z< z ti m o g o o F f m A o 0 0 0 0 o p ti oz P A a D c\ 25 F o n 3 S 0 0 0 0 G o m m o o .1. o 0 > -N a vv °v moo, $ o °0 0 Q5�5Q� 2i 25 6$$ o °o G o$ G$ o 0 o m o o °v '° n a a n n n n n a n a T a> a n T IT n T � � T n n a n a s n s a n n n n n a n a a n n a a n s n a n s a a n a n a a n xxx x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x s x x x x x x x x x x x x x x x x x x x x x x o 3 ir A 3 c n 3 0 i 9 C D O p C � o s m 2 3 'ago -_ n A F _ 3 c ° O n awoR° X � 3 10 n 3 E 5 Aa F � R 2 o F c � _ S " D R <' a c _ e � - s F c F o F_ 3 m x ° _ F - r T S S a 3 O O 7 oA � R D H y o " z °z O 3 ti W r M O N r� __ _ N 33 7 5 m ymv, wti Z g^ p^ c s d O w ;q - � A 3 D it z - > D 3 r _ - , z m p. O a 3 'n z 3 y o d 3 g z x a�o�a .. � o - e= o f c n _ u y Z _ C n � a E F oo F 3 r =a _ E - A $ Y 1 2 A 2' as s� L o S z a n z ? z 3 9 O N N '. r w.. i w" r -- y z ZZ y o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o cc.. C c c 3 O O z z O O z .... 0 0 0 z 0 0 z z 0 0 z z g o 0 0 0" ; D , 5 ;;m 1 5 3 S z z v v z z o v z z o 0 z z 0 0 z z 0 0 z .... v o z z - z z _ z z �_ �_ z z rD-rD- _ z z mm m m m m m m m m m m m m m m m m m "m' a O 0 G_GG_GG�INNNBHcI E n 0 0 n z 0 z y ~ ~ _ - - - F A - - ~ - v o ~ ..... ~ -' 0 - ------ 0 v o 0 - 2 z 2 n 2^ z z-- n n n z - n z z z z- z n i 2 n n i z n n z n z- z n n A p D D A A D D A D z o n z a S 9^ « m =,M n n zzo mo <aa -Dim 0vc9o� m mss m C -o° O m m gxxmmeovvyy�AQ1m x0 0 0 wr�F 9 m r 2 0 v N p v ,,,^' m,,, °gym m K O <" -r° e axy z^ < w a=c�mm=a9 9 o Z c x o ti nnnn R m m m y09. m 9 A o - � m v o �0mP o az w wi zooro z p "'oo n< n n z ° cxxxxo z z z z z zAiio z i A cim F m zoa f i vz° o 0? 30 Dzc m '" c 5 G-si 0 �n a ciznm 3 o-C, N ac FN c� 9 3� 9 a < ti 3 e z D D D n n D N m 0 g L1 3 g n ti A o -ri m D y 3 0 �_ z= y ti m ^� A v n s p= 8 S a 'a^ m a A m n A P z ^� m O° ^ ff y y O Y' D^ < !n a� z.� E G C C C m< ° =^ n y 0 c a oz0000 z z z 2 2 2 S °o o z cw zD O z Q r•- w F Z z z z z y x m o; z z v ° O a iw w w W ww W ww w wE'.w Nn 00 oww J - a -a V �$$gA m J8w o °w iioww`6o�o0 �o`soo�`wo N ����� wz f w$-�FpF�oPo$a R xux8�8xxx8°8xN ` � c^fF 8 om i�`� n p i z m n n 3 S ob �SBo °oS88�8�8SO8��moo8��� >0 �0 a a x x a n x a n x x n n x x n n x x s x x n s x n a x x n n x x n n x x n n x x n n x x n n x x n n s x n n x s 1.12212,21=12, a a a n a n s n a n n a n n n a n n n n n n n a a n n a a a a Dan 3 3 A 0 'n C 40 Z x 9 m o i m O s ps n z 9s- __ _ N 33 7 5 m ymv, wti Z g^ p^ c s d O w ;q - � A 3 D it z - > D 3 r _ - , z m p. O a 3 'n z 3 y o d 3 g z x a�o�a .. � o - e= o f c n _ u y Z _ C n � a E F oo F 3 r =a _ E - A $ Y 1 2 A 2' as s� L o S z a n z ? z 3 9 O ti W r r e�,mp m a3° =�;a = 3 n a c = Z 3> ! 3 3 n - °�asP33 Q�Ex _3 n Tag i F - a�s�a o F S _ c 2 F o � 3 s F E 3 r °Sn 3 � o u Z g Z. a� 3 S' °o 7 �N Z pN y 8 s s roe �o��000 &oos�e "3 ➢ D z z . 0 D D z z 0 D z 0 D D D z z z 0 0 0 D D➢ z z 0 0 D z z 0 0 D D z z 0 0 D z z 0 D D D z z D D z z D D z z D D z z D z z z z_ z z m z m_< a y a y C C - C C - -- C C C C a��aa- C C C C C C C C C C i- C C C C - �a�a- C C C C rrrrrr n z i ' 0 i z 0 0 z z 0 0 z z 0 O z z O O z z O O z z O O z z O O z z O O z z O O z z O O z z O O z z O O z z O O z z O O z z z ssssss 3 IQs R zQz Q ?m�ai"o �n °z°0P 'ggg3,,,az g m 9 w coyxozooyoymn, A F in a p> a F A N z 9 9 w ti N o o c 30 ci m m yy n o z C° zszxx= S c x x o o o C C n ��xm7z��m,"x2xxti�xxnnncr�,99v", y m o w c y 0 D A o w 0 o C C n 0 n0 p 3 [C[C N N c v G x °o p p A n n v n 3$ m Aa z O DD m z n G1 z m 0 3 aD z 3 m? R N .i onr�'"^33��s a o° 2 o m D% ,�„ -� ° - c Z m mo 02r c C O mm n m n ammo y 2 C y>> ccZ y A y f o o aaN ti zz o Z NF~ O O o O m p O n y n� F F Z Ay n z '"z< 9°,< p z"o o mx 2 n- cc°+pz - Z o 0 2 2 A S m A J D p y D D c c c -' ° 2 a y -°i y y y z D, Fi x F n 3 3 3 0 3^ u W n p� N o o T m b b W b Y V V V V V V V VV� V V V V V V V 2 30 �YN3�Yw cx�oN°3w6W�A 11 NGov33 33EP�q,roo3wp .. .. .. .. Pao.. :33n l O n 0 ^ m .W.. O n CGFi� O n mD D n t°1 oFisi�ov,iioN°m"mop.y..�. D O D D O to $ O �; tVn r o ti N °..`.. `L m 1p 1p 90 �$p,"�.�a J IP 0 0 _ Y y Y O r D S D O m A£ m L1 m A F L1 y£ F g Lx1 LSl a �$ °o $$$$0$$$25oo25$N`8 $P�o > D D D D D D D D D D D D n n D D D D D D D D D D D n D D^ 9 D> D D D^ n D ➢➢ n D D D D D D D D D D D> D D➢ D D D D D D D c _ 3 s A 3 c °n x s Z 0 x D � v r x : o s e�,mp m a3° =�;a = 3 n a c = Z 3> ! 3 3 n - °�asP33 Q�Ex _3 n Tag i F - a�s�a o F S _ c 2 F o � 3 s F E 3 r °Sn 3 � o u Z g Z. a� 3 S' °o 7 �N Z pN y 8 s s ti W \L/ CIO r N r LO t"emCaG "" rc..MI MI-kw8 m -al w -- .im t1Dna rotOOn N mm °.1°m tmna W 0°.°. N -oe Ni.Niv�v.Ni�rcummmmmmm.°t. N to tn� ui x O c O x 0 0 0 0 O O O o ~" m P A A O D A A O A A 2 g g g g g y g g ct�e 3 3 N 3 3 3 3 i � 3 m 3 pan m m c a m c c p m c n m v A c a C m C m m C v s m 0 m O 2 m m T m z z o 0 0 0 0 0 0 g 0 0 g 0 w w y = z R°R°A^ W W 4e W (P Qo iP Q^(P 0.^W W Y+W W R^ W W (A W W IA W 000000° 000m O mmm 55.5. mm mA9 n n mmm m 73 0 0 n nnnnnFeA -i-ig p0 � A c c D c N D D c c D D c c D D u o D z z z z z z z z n n z n x o n xx z o y z c�z_t^3z_..g m tg xa z_ x ixxxH�n �o� m _cm f ' m °- m§ za a<m - z0000z FF�oFFFFA o Nb'"'�6' >a,,, x n yr ti g y z �'OO me z �'.' SOD cyorw��'aom z$ o G p< AO z x Fm,D z z OG1 z w p z m O �'� ns o 0 -z 00p0AAw Svcs ? timm�ao§ A° o ti ti .. az > F CL1 ��-y Ll xy L1 �f s 92 v a uGt o D =x 0 3 c« SyFa D n0 N z y yo \� s= 333= �cz ° yYm�xstn_x ° o mm�� D< i czi °'zi Vin, cioz no z --m��,m5 n0 �3FA si 90 scD< a-tn g"6'tb'�32aQ�zZ,'", <cc�2F' �t'"„zo x s -� z n� 3 y a z ,m°„= 2 p m A aD z 2 N D D y t+ (,m~ O ti ° A z o� ° 3 F 3 yt„"zozp x 3 D m > o o z o Z °< o D t`^o e�&�a�Su "N$t°i°�m eti N� NwN mN$N �Om�S>8�m�gm�8mN8 o'6°o'aOtb'N m8 "av8.i� eo °N� � � P e 02- ° o�tiSti olw $� w oe em o°�m oo °�o°NNB6owcN8gN8mmgm 8� oNN8WmNO nwerowmmo °Ntt8$a bo 8� W`Zc a .WIM �gm ° 'nogYo�mgNY3YNi7w$°+QQy V °N°Nag aNy� 8 N 3 3 3 m 3 $ w 3 a s o 3 w 3 tnn N pgSSt`p$ca°at O� N m �° N wV P N - n> x O 9 \ a w w g w 5" ° D 0 w D °r° LDl s o 4 0 0 6 F x N F A n S8�$Sg�gSBd�°] o825ogg$oSo°8 e$o�g�4m8Sgo°oG °og o a a n n> a s n a> a a a n s a s n n n a n n a a n s a a n a a n a n IT: n a a n a n n a a a a n n a n a n a a n a n a 3 x x x x x z x x x x x x x x x x x s x x x x x x x x x x x x x x x x s x x x x x x x x x x x x x x x x x x x x x x x x x F o 3 T A 3 c z W s z 0 x i a o 'A °o s # as � � N X S - 5 . x y o „ _ n v n br w c n c F i n kA av - g' o D ny - 3 °axx� x` mss- - d F n 3 F 5= A3 _ E o g F k R� 0 FL C � 3 n � - z F e E 3 m - E n ? 3 2 � w 2 3 R o 3 � ° a A n c 3 s Im Im ' 1 ti W T (Y) T LO C m A m n_ ; e S e °<_. Z S. O n F; c $ 3 ° � u 3 °sco. AN x n a 3 c m c _ d 3 N z a1s�a . 'os -- 3 Z n 3 £ t „ y _ e � F ffi R <' n c' C o a a F E �. °o F N d = n T Z i A 3� R n r o M y 3 7 a N y o i i O ."'. w o 3 a 0 a 0 0 000 y N�Pn �D,D SOY -mi 4t� j p° AGo 2NC�o cis 1; s�so Ox G`1 2 x 2 2 2 m 2 2 m m 2 z m m z 2 m m z z m m z 2 2 m m m z z D z z D D z z D D z z D 9 z D D D D D S D D D D D D D D D D D D D ➢ D D S ��� D D D D m 3 m m m m m o - tiiiO1�n3',° a 3 5 z z m n m m m m A x x m m x x E o 3 a a 0 c Q n .—On0000n x x .�~ n x 2 z z 2 2 z z n S - - z n x - - z z no S 2 - -j ti z z z 1 D Q O ni j O _z G _z � s cici ci ° °c °ci ciccci m W 3$ n rom z c gmxno cmo 3£ v z n n G z °z 3 m 9 ^, 3 c 3 A 3 3 0° 0 3 r S 9 m p 3 3 9 v 9 o o a N z 9 $ 3 0 9 A S 9 3 s N c T o ff •- 3 9 N 3 m H P s s S 3 9 9 a i o c z z 3 3 3 3 5 5 N a z i 9 s 3 c m A m�mr°Y mRm mPW Won+ Sow moe °S� �8� s m Y i n A v v i i z A �y8mw °mow 8 n'n,° T >� 3UNNOg oul ;I ,, ° N° o m °° A A Q ° O<° 0 D ° 3 0 0 3 i o N a s o o a n o w o ao o ti m a m ti m a m o a n a x x n a x x s n x x n n x 2 a a x x a n x x a a x x n a x x n s x x n a x x n n x x a a x x x x n x x x x a n x x a x x a a x x n a x x a a 2 2 a a x s a a x x n n x x a n x x n a x x n n x x n T a x x x C m A m n_ ; e S e °<_. Z S. O n F; c $ 3 ° � u 3 °sco. AN x n a 3 c m c _ d 3 N z a1s�a . 'os -- 3 Z n 3 £ t „ y _ e � F ffi R <' n c' C o a a F E �. °o F N d = n T Z i A 3� R n r o M y 3 7 a N y o i i O w o 3 a 0 a 0 0 000 y N�Pn �D,D SOY -mi 4t� j p° AGo 2NC�o cis 1; s�so Ox G`1 m i y z v omm 3 o - tiiiO1�n3',° a 3 5 = o c x x x x x x x x E o 3 a a 0 c x a W m° i 0 S 1 D Q O ni j O s e� nZ �xx C m A m n_ ; e S e °<_. Z S. O n F; c $ 3 ° � u 3 °sco. AN x n a 3 c m c _ d 3 N z a1s�a . 'os -- 3 Z n 3 £ t „ y _ e � F ffi R <' n c' C o a a F E �. °o F N d = n T Z i A 3� R n r o M y 3 7 a N y o i i O r— W � M _ 0 C'4 � LO |om o k(� {( o \� !! | (i { \\ } |i | �| #! � \ � o !�! 2K Z M §§|§§§ |||!!!_! § |7;6 c0 § )k)k)§ || ; |(!§ |$§\({ E�lIlf ;; ))k)) kk\k\ }� / } \}\ =,�� ; =2 „ ;� ;I, ! - !: =l2`� �2�(\ }j ,,,!!5)we!!2!§EEf §((| §!ke- e ®ff <5e ; »; 9 6 ! /fi!§f /\{ \! ( §!.) |!�s { § /�- \); ((( i | [ E |\ ( (�$ . r ƒ! |om o k(� {( o \� !! | (i { \\ } |i | �| #! � \ � o !�! 2K Z M •|2 |||!!!_! |7;6 c0 § & {!| ƒ || E�lIlf ;; }� / } \}\ |om o k(� {( o \� !! | (i { \\ } |i | �| #! � \ � o ti W M r LO Z o o d � m o L m fD D 'ID f . a � o 3 s O m a - m 3 O CD D, c v O -c 0 0 m �G Z 0 O_ !D m 0 CLC N m S s O f O fD fD a Z X T ap m H V ", CM -.1 m � 2 m N O ° Z O C Ln m CD in m g '0 m r O Z m 7 in N ' cr r "X °s n n O v r c O m O 3 m w c � v O S O (D D 3 n - x .= m T � O � O O nxi � � oa w 7 S _. or 3 m 3 0 7 a 9 3 v -0 0 � N m 3 0 o � N o_ oa m s m o, x A O U, O CL m 7 rD N D n x a N m_ p p z O Z > Z D m m m m .i n m 3 lD W V Ol (J1 A W N F+ O lD W V m In A W N N O lD W V (n (n A W O LD 00 V 0) ( A W N N m O to �J C to n S m D << m D v v v D Z r C r -1 2 r --� S r m <<<<< r rn r m r r- m m p m 2 C 2 C 2 C 2 C S C S O rn m m m m n m m n p C m p p C c m D r) w O n d O (l D m m D v v D v v D v v D r r W w w d n D mm Z O O < N 20c0ZZ00000 O A O O -1 "� "'� D r m m mmmmm�00 m m m m m m m m �+ t0i v O D nn=i D flnOW- r n r m r -mimi° r m .�. Z m p D n D n N N- Z -- D D Z z Z Z Z z p r r r r r r r r r r D Z Z Z m m rn W a• w a• Z a z z z � C W D p m m m rn s m m z m p m m003� �z Z r, -=00 ?°zzz Nc)c)c) Z� G)O O �pp�� z 0 O F) -D{ n < m y r ° C D Z Z m n0 i Z n N C-Zl O D O Z T ? D D O O -1 00 -I T N N Vl 0 Vf r m r r 7c n O p m n m p C T m m T r n r T m< to < G 0 O O G1 \ x m z 0 m Z D° fnl in n �^ x v+ w C m D D D m O m° m> 61 n z Z r C x r Z v m Gl v T x v n O n m m D m D m W S Q t^ N \ Z 3 Z> Z D m m r p m m to n D > "{ n ��TpGxm< C v .n r .o N v 0 .9 D Z z m Gl to v w m mDrnv C c m m Z O m D O v' m= ^zA v =� 3000 vm.�znn m OxNrTZCn�OOxO� Tz zmn��m0 m ^� r-� -�I rn n Tm W0� p W =3 m r mz A O W n m m x v+ x to Gl "� Gl m O to N C r C +n O D D to ° C G1 x \n m O -1 �c D 9� in m r r m v n p C m x m m Z or)-. N A Z Z A O v z N N O Z Z v< D m O QD w N m D m° O X C C) O x n 0 n 0 v m v C 1 v �+ �x�00v r G) m< n m < v A �' rD2� W O m `� X ZZ = nm rnm 0 mm c v��� q f� � cO 0> m D x �+ < to in om m v O< M n QCCO No !, m < --I � A Z 0 z m ,-r-1 r W G N A X 0 = m O 0 \ O \ M r o M � < z mm p n O r D O 5 z c -+ 0 m V 00 V W �. N N V O V O V A N V V 'p V W V W V W V W V V W W N W V W V W V W V W V W V W V W V W V W A N A V f,. W V lO V L W A V W M W V W V W V O �n A In A to A N lD 0 V1 to 0 W S W S to S to S to W Ln V N lD V A N W A v A v A V A A V V W N lf1 W lJl W W In W W In W In ID W W lJ1 W W lJ1 N N W 01 N W 01 N W tf1 W W W N to W N A O V A O V A W N W v W V W v+ N W W F+ W W N W �+ S V O 0 V O 0 V C '0 N W V V V V W V V N~ ' W O W N W O O f+ W A p A to W Ln h+ In W W S In A O N N W N W 01 W W lJ1 W O Vt W w C:) f+ 01 �+ Vi Ol N W In V V N N A f+ Ot w 01 N O A N A tD �•+ N r% A W V N A N A ID 0 W V 0 W V 01 Ol to V N O" Ln 0� V W 01 N A A to A N W A O N �' Ol lD N V lD V LU N N N O W 111 W W 01 lD V W N !+ N A W Q7 O N A O to A to S w W O O A W W V W- N N cn W O In W Vt In N V t-+ V N V A O W t+ V V1 N 0� 00 A lD O V V In W O O O O A A O m S m O D D O r O W °- r G'1 O r W N n m W A A n 2 00 V A S rn O in Q S (n7 v 00 O O D mDvinw D v W 01 O W r y W S WCW N r< O V m O W w O W Ol w w In N �"' 01 O7 W o O A W N W n P N m D '� m �"' A N A 0� \ N O C l\n W V to A m n Z n In A p - A m N p V1 G l0 O A W V Ol N O N �+ N S x N W N O O x O N A C0 < O N p (�l V1 N x W n FD W v O T NTN - �D�•pm > W m m w O Z n Chi V V n O 0 N O p W SGI� O Zt O m00N \ n 0 D � ,'^m. c D A �~•` N 0) N 000 v+ to W W M A A W N O O V1 V1 O S to w cn F+ V O N N O O A W A S N A O W N pp 0 O 0 0 O W V O O N LO? N O ttOi+ O o d O 3 c m D m D m D m D m D m D m D m D m D m D m D m D m D m m D D m D m D m D m D m D m D m D m D m D m D m D m rn D D m D rn D m D m D m D rn D m D m D m D m D m D N K c m Z m T x A m m Z o o d � m o L m fD D 'ID f . a � o 3 s O m a - m 3 O CD D, c v O -c 0 0 m �G Z 0 O_ !D m 0 CLC N m S s O f O fD fD a Z X T ap m H V ", CM -.1 m � 2 m N O ° Z O C Ln m CD in m g '0 m r O Z m 7 in N ' cr r "X °s n n O v r c O m O 3 m w c � v O S O (D D 3 n - x .= m T � O � O O nxi � � oa w 7 S _. or 3 m 3 0 7 a 9 3 v -0 0 � N m 3 0 o � N o_ oa m s m o, x A O U, O CL m 7 rD N D n x a N m_ p p z O Z > Z D m m m ti W T M T C) N T LO -0i N W �' W O N l0 N m N V N M N lJ1 N A N W N N N i-+ N- O l0 f-+ m N V N Ol H In N A 1-+ W 1•+ N N- 1-+ O tD 100 V 01 lft 1-�, W N F+ �' r �' r �' r �' r �' r �' r �^ r �' r �^ r n c •D G) m G> m G) m O m D 0 D 0 D 0 D 0 D 0 D 0 D 0 D 0 D 0 D 0 D 0 D 0 D p D 0 z O � N m m m m m m D i 0 0 0 Z z O >« n O CO G G< G G G<<« D < M � O o c m .. D z D Z D z D Z D Z D Z D Z D Z D 2� r r r to m� m mm m� D Z D Z D z D Z D Z D Z D Z D z D z D Z D z D z D Z D z D D D D D D D D D N �' v' C rD r>> N m n n n n n n n n n n n n n n v r r z n Z n m m G1 m m m m m m m m m m m m m m m m m m C) D < < D x � r m r r m m m O m D D G) W W O !m� O m D m D D N 1 v O G) z .o In x O H m o \ N V m V m V m M inn V m V m V m Ol r j N N In W Vt (n l0 N ID V F-� O o O N O N O 0 N O O 0 N C) O H C O QOp V1 N Ll Vl A N pAp p 4+ A T N r r r r �-' A 00 m A m 0) 4> m O N tD _N O 0 A x p m nr m W= O x D m N N N N 0 N N V O Gl m O W w O N O 4-� Z i-+ _ A to X ?� D D N O z z z z O O n F; O m c Z G) G) G) G) 3 O O A ul O LD O O 0 d 3 c m D m D m D m D m D Ln m D rn D obi 0 c ^' n O m F, A � n O 2 O x C x O m C 77 (n 2 G) W N x n r T N to F+ N m D N N m D w j A 8 m m ti+ �., m m w N W N m A -{ Z [[�� [[�- rr O O x N m 8 O pO O c C O O 5 r , r S` m O g r, W n� D D D S -0 {Ln m D W C G C C C V V1 N D 9- F+ N O r v m m O m A A D G - D1 2< 1 n O --I V < x r 0 0 G o G W O z v 0 Z t�i� g O n' -i .o m D m D v D D "i A 113 co m r A z m N 3 x m m D> V �, cn O O to n D r m w -1 nWj Z C �o r m y �' -� m D m v m r A G) D v O r x < -1 m m W O D � D r m m C r A 01 A 01 A O1 A Ol A Q1 A 01 A 01 A A 01 v N A D1 A Ol v A W A W M A W V m V m V m V m V m V m V m V m V m V m V m "I m V m V m w w W w F+ W w W F+ W N W W- W N W 1+ W O1 V 01 V F' 0 F+ 01 at 0) N 0 H m H o N 0 N o N o F+ c O N �+ o N o �-+ o N o �-+ o F+ 0 F+ 0 V1 N llt A V1 N W N lff M W M In m In N to N W N W V N ppp0 A m A m N OJ m OVO O4 m w m m w OVO OVO m OVO m m m O m LD l0 A In O m A In A 'o, A ..4 O r l0 m A V V N F, W m V W O pl H O W �, N �„� O �+ O N N O O Oi t0 m N A W 1p Q7 m 0� A V O N V l0 0 0 01 lD l0 V O A m �' N m N Ol O V 01 m �'' m pO 10 114 �"' V m A F+ tD O V Ol l0 N W pp N 0O V w O lD N f+ F+ n 01 N T T V1 m K N V << 3 S m W V � m \ m W N G O -{ V O (n V In m A\ � N V O N oo�oD��t r\ m< A N -i m D w �nTF A N Z N N In -� A m N N Vf D Ol Z�Gm A D Ot N F+ N W mnn N N z N z A Z\ W G \ N \ m \ \ C \ \ C\ \ F... _ V A V1 O G r N O r V W O 77 p A S \\ \ C VI L V N V1 V1 W N M = N 3 N W lNn O VI W lNn In 4. N Vt W Vt W In W W N W N m Z < \ n\ z3 m \ m 3C m\ \ n> FA+ D O F+ \tn� C v v IA-+ n �, 1N" w r mnpcc-l1pv+n to w g W 8 3 {Nn w l nz w w z w m to O O O O fm) O D O 0 O O W 7CC twn cn O to - t+ to -- w to vi n? ` O i O m 3 m N In 0 F+ V1 0 V Q A 8 I-+ A N O T F+ A m Ol O co N N N A N w 0 l0 r+ lD N 0 01 0 Ol 0 N N O 01 O I-+ m N O W O Vt W N o N m N m V O N o N o A m W O N N O o D m D D D D D D D D D D im D D D D m m D D D D D D D D D D D D 0 = w,, �mm� v ,V c n o'O a pv m G. 0 n p o 0 m r m d fD � m m ~ � n � m 3 m d < C n r O z 0 N ^ v M 0 o cr 3 A A A A A A A A - f m s m { V 10 ^+ c N A W 3 m N O N N C d W io .+, n O S o S � - n c 00 0 � _ a � m m O occcc C C C C C C C') L i 9 3 z z� � � S s m z z O � N m m m m m m D i 0 0 0 0 O O m n O CO S O fD -p 0 n of n n C 0 D N O n O D < M � O o c m .. 0 m c O fD S fC < D *� O p _W � � m to n z 0 m F z D p tmi+ z 0 L C a m m a f s S m f fD K O fD C d � It z �+ G m D '^ m N m O IncmnD,mnz A z Z m v r r z n Z n m m n Ln T m 0) rn m C) D < < D O A 7c(7, w?� O m D D G) W W O O m D m D D N 1 v O .o In x O H m o \ N V m V m V m V m V m V m V m V m Ol r j N N In W Vt (n l0 N ID V F-� O o O N O N O 0 N O O 0 N C) O H C O QOp V1 N Ll Vl A N pAp p 4+ A T N N N O V �-' A 00 m A m 0) 4> m O N tD _N O 0 A x p m O m W= O x D m N N N N 0 N N V O Gl m O W w O N O 4-� Z i-+ _ A to X ?� D D N z O O n F; O m c 3 O O A ul O LD O O 0 d 3 c m D m D m D m D m D m D m D rn D obi 0 c ^' A z m m m n m Z = w,, �mm� v ,V c n o'O a pv m G. 0 n p o 0 m n C m d fD � m m ~ � n � m 3 m d < C n r O z 0 N ^ v M 0 o cr r o a m m O N j O r S 'o r o O n - f m s m 10 ^+ c CL 0 0 � o 3 m O1 0 — N N N C d W io .+, n O S o S � - n c 00 0 � _ a � m o 0 m ° m o m i 3 T. � m n �i pip O � � S o - ui M — p fD � N N ° FF o � n a O O O o° -p O o � N � � w 3 o n 0 0 d � N O m(D S O fD -p 0 n of n n C 0 D N O n O D < � O o c m .. 0 m c O fD S fC < D Z 2 O p _W � � m ro 0 m F O O= cr m Z z D 'O z 0 L C a m m a f s S m f fD K O fD C d � It ti W M T- r LO Z X A m a W _m m v A V n < F+ Z %� = 25 OZ n o 0 m r N o c z m m �- < z O vwi m n N a I m o$ in z Q r 0 0 °1 z O as s 7� -c r ? R N � j• � a 3 ^» o c OW - O ° 3 m �0- O pCj fD C d 0 S o � o � n - -O c m y 3 w 0 n = 0 0 2 m W N N O tD W V A A W N O lD OO V Ol vt A W N n 3 C Z C Z C Z C Z C Z C z C Z C z C n O O fl_ G, < Q f rD s c M o n ei u� n '< { { < < < < < < < < < < < r < r < r < r < r < r < r G r < r < r < r < r < r < T m m m m m m m m m D D D D D D D D D D D D D Z N Ll N N N N Z Z 2 Z Z Z Z Z Z Z Z Z Z D D r D r D r D r D r D r D r D r D r D D D D D D D D D D D D D m G) G) G1 Gl G) Gl G) Gl G1 2 2 2 2 2 2 2 2 2 z Z Z Z Z Z z Z Z moommmomm -i m -4 m -1 m --1 m � m � � m � --1 n 2 n 2 n 2 n 2 n 2 m n 2 n 2 m n 2 m n 2 Z Z Z Z Z Z Z Z Z 0 0 0 0 0 0 0 0 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 m m m m m m m m m � r Q O c O c w O W W W -i r(7 N - O2 Q n Q n n r W n W m n Q p m m m�oA 03 2 rr D m W W lu m Z W n O w O G< O Z Z Z in-f mmM0wo00 C C GQj 4= N K C z T -i < < G O"r OO(,)Ko , -n z 0 a M N N v V 01 J V 01 V O1 V Ol V Ol V Ol V Ol V Q1 A A A - A A A A A A A A Q1 A 01 A 01 W W W W W W W W W W W W W W W W - F,,,. W - �„� W H W - � W - � W - � W - N W - � W - � W - � W W W W 00 w OD OW1 M M M OWl M OW1 Cl1 Q� W N W O1 Uf N N N v1 O� W 01 Ln V1 Ol V1 vl 01 vl N W N C ��, V N N N.. V w V M V N J N N O O N A A �D A A O W O W J Vt A A A T A V 'm J t!'i N In V W A O7 O�1 .0. lW0 lA0 O OAO Ol Z. A �•-� W W V V l0 O O 0 Ol Ql W W W Vt co N V 88 1pD lVl1 N C O K O° K O N C N N C Q N W r 1 T wQ c - ;Z�= ���zzZ��g C - : :Ln o� D G D r n W r G<< J m m O J zz W W r' D A W � W\ 3 C m Z 2 m (") \\ C C m n m f'1 W v+ tA-. m fD ss Ln 8-88,1011 ° Q O w -vi w Q O O O- v, n 0 n D 0 ^ C D W O N W W W � fV A W A NV 0 W tD lD lO O N O O 0 + O O W W to 0 0 0 O A M W N O O A A O Oi O 3 c m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D m D cm 0 z m m v V z n m Z X A m a W _m m v A V n < F+ Z %� = 25 OZ n o 0 m r N o c z m m �- < z O vwi m n N a I m o$ in z Q r 0 0 °1 z O as s 7� -c r ? R N � j• � a 3 ^» o c OW - O ° 3 m �0- O pCj fD C d 0 S o � o � n - -O c m y 3 w 0 n = 0 0 2 a T p O O" D CIL O O X f w O fD � 3 � 3 v o 0 n 3 o a o a n n 3 S O O n O O fl_ G, < Q f rD s c M o n ei u� n C � fD � O n O � n tr O M O O O_ O D 0 0 O A � D m < D - n z 2 0 0 _W - O m 3 O ^' W N Z n O m --q D O C a m m f s m i m O M CL -OtiSS- aged laN:)ed (a)na) (a,rn ;vu.�rs) (al13L) (auwAT pa;uT.Id) :Xq pautuzgnS ON SaA Zsatouz5v otignd OuTludtoTuud of fuuao otignd pai .oX oq louuo wpi2oid sunuun gl IPA k f ON SHi d xtpuoddV ut pouiilno ainpagos uoilnluauzaidun aql of liuiuzoo Xuudwoo moA IiIM •I ON S9A ZssaT2oTd uoTlupuauTaidurt Tut,TfoTd Toltuouz of satltunuTUZOD -S-fl gltm a.zugs ll! m pule uuo no,C lugp sales ,satoua2id otignd i?uiledioiuud Ilusano Jno,t•io sp.TOOa.z uimuiuui Xuudwoo .mo,C sooCI •II ON SHA �sXup ssautsnq Z utgltm satliununu03 'S'fl uio.g siuuaJai Xoua�iu lit, op puodsoi of oa.zsu Xuuduzoo znox saoa •O ON SaA LlouAuoo ww2oid sailiunurwo0 -S-fl iuTlinsa.T agp uoddns of ia2uuuW lun000d ianai luauzai?UULIW .TOIuaS poluotpop u u2issu XuudEuoo .TnoA Ii!At1 •3 ON S3A ZSutii ?q put, 5uuapto lauTalut put aitunsoui oluoAoaia uu otp jo aluls puu ouogdaial aag -Ilol optnoid of ,Cptouduo 3uiisixa anuq ,Cut,duzoo .Tno,C sao(I •g ON SaA Lsa1t,1S pallu fl agl ul jL,3x lst,i uotli?uT OO I $ ut,gp salt,a.TO sails anUg Xuuduzoo .inoA pT(j •Q ON SaA 011ms •S•fl S£ ilu uT sotouoB otignd 2uut,dimuUd uo lit,o op ,14iitgt, agl gptm .Tolnqulsip .To )iiomlou iaivap `ooTo3 sails luuoipuu u anug Auuduzoo snit saoa •O ON S9A ZttUmug puU U3lsuiy let aotnsas .TanTiap op Cltitgu agp put sQIPs gb snoni3tpuoo agp ut satouoSV otignd Suiludio►uud Auu of aoinios aptnoid op ,CpiiigU agl ant,g Auuduuoo mo,C soo(I •g ON S9A •AIluuotluu sotouai?d otignd SuTpudtotuUd of uotlurtuU2zo moX Aq paTajjo iiuioud anTptpadwoo lsow agl aq iitm poiojjo saoiAiQS/sponpoad Iiu .Toj ounoud3T alupS •d :moiaq luouzapuls uoppogtiunb goUa .TapUU paptnord soouds agl ut puodsaT asuaid •suotpu3t311unb ogtoads laauz of paunbaT on, sjoilddnS NOI.LV2I ,A(llSN00 IVII002Id 'IVNOIIVN HOA .LaaHSXHOM HaI'IddflS u01jeaaplsuoo Wea6ad leuol3eN a01 uollewaojul pue leayqaoM jallddnS :H xlpueddy W099Z£ 6-SI-d=N T3'9� C�OZ /t, US 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix H: Supplier Worksheet and Information for National Program Consideration Please respond to the following requests for information about your company on a separate sheet(s) with your company name, RFP number and Appendix H annotated on the top of each page, and attach and submit your responses to Appendix H. Company 1. Total number and location of sales persons employed by your company in the United States; Example: NUMBER OF SALES REPRESENTATIVES CITY STATE 13 Phoenix AZ 6 Tucson AZ 10 Los Angeles CA 12 San Francisco CA 6 San Diego CA 5 Sacramento CA 3 Fresno CA Etc. Etc. Total: 366 2. Number and location of distribution outlets in the United States (if applicable); 3. Number and location of support centers (if applicable); 4. Annual sales for 2009, 2010 and 2011 in the United States; Sales reporting should be segmented into the following categories: SUPPLIER ANNUAL SALES IN THE UNITED STATE FOR 2009, 2010, AND 2011 Segment 2009 Sales 2010 Sales 2011 Sales Cities Counties K -12 (Pubic /Private) Higher Education (Public /Private) States Other Public Sector and Nonprofits Federal Private Sector Total Supplier Sales 5. Submit your current Federal Identification Number and latest Dun & Bradstreet report. 6. Provide a list with contact information of your company's ten largest public agency customers. U.S. Communities Advisory Board Members are to be excluded from the list -2- Packet Page -3541- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix H: Supplier Worksheet and Information for National Program Consideration provided. Provide a list with contact information of five public agency customers that your company has lost in the last twelve months. Distribution 1. Describe how your company proposes to distribute the Products nationwide. 2. Identify all other companies that will be involved in processing, handling or shipping the Product to the end user. State the effectiveness of the proposed distribution in providing the lowest cost to the end user. 4. Provide the number, size and location of your company's distribution facilities, warehouses and retail network as applicable. 5. If applicable, describe your company's ability to do business with manufacturer /dealer /distribution organizations that are either small or MWBE businesses as defined by the Small Business Administration. 6. State your normal delivery time (in days) and any options for expediting delivery. 7. State backorder policy. Do you fill or kill order and require Participating Public Agency to reorder if item is backordered? 8. State restocking fees and procedures for returning products. Marketing 1. Outline your company's plan for marketing the products to state and local government agencies nationwide. 2. Explain how your company will educate its national sales force about the Master Agreement. 3. Explain how your company will market and transition the Master Agreement into the primary offering to Participating Public Agencies. 4. Explain how your company plans to market the Master Agreement to existing government customers and transition these customers to the Master Agreement. Please provide the amount of purchases of existing public agency clients that your company will transition to the U.S. Communities contract for the initial three years of the contract in the following format within your proposal. 00 will be transitioned in year one. 00 will be transitioned in year two. 00 will be transitioned in year three. -3- Packet Page -3542- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix H: Supplier Worksheet and Information for National Program Consideration 5. Please submit the resume of the person your company proposes to serve as the National Accounts Manager. Also provide the resume for each person that will be dedicated full time to U.S. Communities account management along with key executive personnel that will be supporting the program. Products, Services and Solutions 1. Provide a description of the products, to be provided by the major product category set forth in Section 2, Appendix I. The primary objective is for each Supplier to provide its complete product offerings so that Participating Public Agencies may order a range of product as appropriate for their needs. 2. Provide a description of the services and solutions to be provided by the major product category set forth in Section 2, Appendix I. For any services and solutions offered, please include pricing for these services on an additional sheet and provide with Appendix G documents. Pricing for services and solutions should be done using a mark -up percentage over cost. Cost shall be substantiated by an actual invoice to the Participating Public Agency indicating the amount paid for services or solutions. 3. Describe any special programs that your company offers that will improve customers' ability to access products, on -time delivery or other innovative strategies. 4. Describe the capacity of your company to broaden the scope of the contract and keep the product offerings current and ensure that latest products, standards and technology for Electrical Products and Related Services and Solutions. Ouality 1. Describe your company's quality control processes. 2. Describe your problem escalation process. 3. How are customer complaints measured and categorized? What processes are in place to know that a problem has been resolved? 4. Describe and provide any product or service warranties. Administration 1. Describe your company's capacity to employ EDI, telephone, ecommerce, with a specific proposal for processing orders under the Master Agreement. State which forms of ordering allow the use of a procurement card, along with the accepted banking (credit card) affiliation. 2. Describe your company's internal management system for processing orders from point of customer contact through delivery and billing. Please state if you use a single system or platform for all phases of ordering, processing, delivery and billing. 3. Describe your company's ecommerce capabilities, including details about your ability to create punch out sites and accept orders electronically (cXML, OCI, etc.). Please detail -4- Packet Page -3543- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix H: Supplier Worksheet and Information for National Program Consideration where you have integrated with a pubic agency's ERP (PeopleSoft, Lawson, Oracle, SAP, etc.) system in the past and include some details about the resources you have in place to support these integrations. List, by ERP provider, the following information: name of public agency, ERP system used, "go live" date, net sales per calendar year since "go live ", and percentage of agency sales being processed through this connection. 4. Describe your company's implementation and success with existing multi -state cooperative purchasing programs, if any, and provide the entity's name(s), contact person(s) and contact information as reference(s). 5. Describe the capacity of your company to report monthly sales under the Master Agreement by Participating Public Agency within each U.S. state. 6. Describe the capacity of your company to provide management reports, i.e. commodity histories, procurement card histories, green spend, etc. for each Participating Public Agency. 7. Please provide any suggested improvements and alternatives for doing business with your company that will make this arrangement more cost effective for your company and Participating Public Agencies. National Staffing Plan 1. A staffing plan is required which describes the Supplier's proposed staff distribution to implement and manage this contract throughout the term of the contract. The staffing plan should indicate a chart that partitions the time commitment of each professional staff member across the proposed tasks and a timeline. It is mandatory that this section identify the key personnel who are to be engaged in this contract, their relationship to the contracting organization, and amount of time to be devoted to the contract. Environmental 1. Provide a brief description of any company environmental initiatives, including your company's environmental strategy, your investment in being an environmentally preferable product leader, and any resources dedicated to your environmental strategy. 2. Describe your company's process for defining green products or sustainable processes. 3. Provide a green product listing. Describe the environmental attributes (recycled materials, energy efficiency, biodegradable, low - toxicity, etc.) or certifications achieved for each product. 4. Describe your product's recyclability. Describe any buy back or take back options offered. Describe your company's efforts to reduce or reuse packaging and minimize environmental footprint in the shipping process. 5. What percentage of your offering is environmentally preferable and what are your plans to improve this offering? -5- Packet Page -3544- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix H: Supplier Worksheet and Information for National Program Consideration Additional Information 1. Please use this opportunity to describe any /all other features, advantages and benefits of your organization that you feel will provide additional value and benefit to a Participating Public Agency. in Packet Page -3545- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration U.S. COMMUNITIES" GOVERNMENT PURCHASING ALLIANCE wry MAI CMES lvtcn COMPETITIVE SOLICITATION BY COUNTY OF LOS ANGELES FOR ELECTRICAL PRODUCTS AND RELATED SERVICES AND SOLUTIONS ON BEHALF OF ITSELF AND OTHER GOVERNMENT AGENCIES AND MADE AVAILABLE THROUGH THE U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE RFP -IS- 13255001 Packet Page -3546- 5/14/2013 16.E.7. IV90RN"I;M1Z17i Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration OVERVIEW 1. MASTER AGREEMENT County of Los Angeles (herein "Lead Public Agency ") on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein "Participating Public Agencies ") is soliciting proposals from qualified suppliers to enter into a Master Agreement for a complete line of Electrical Products and Related Services and Solutions (herein "Products and Services "). ALL PRODUCTS OFFERED MUST BE NEW, UNUSED, LATEST DESIGN AND TECHNOLOGY UNLESS OTHERWISE SPECIFIED. 1. OBJECTIVES A. Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Participating Public Agencies; B. Establish the Master Agreement as a Supplier's primary offering to Participating Public Agencies; C. Achieve cost savings for Suppliers and Participating Public Agencies through a single competitive solicitation process that eliminates the need for multiple bids or proposals; D. Combine the volumes of Participating Public Agencies to achieve cost effective pricing; E. Reduce the administrative and overhead costs of Suppliers and Participating Public Agencies through state of the art ordering and delivery systems; F. Provide Participating Public Agencies with environmentally responsible products and services. 2. GENERAL DEFINITION OF PRODUCTS AND /OR SERVICES AND SOLUTIONS Suppliers are to propose the broadest possible selection of ELECTRICAL PRODUCTS AND RELATED SERVICES AND SOLUTIONS they offer. The intent of this solicitation is to provide Participating Public Agencies with products, services, and solutions to meet their various needs. Therefore, the Suppliers should have demonstrated experience in providing and installing the Products and Services as defined in this RFP, including but not limited to the following: -2- 2.1. Electrical Products — The complete line of electrical products and accessories available from the Supplier. Packet Page -3547- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration -3- 2.2. Related Services and Solutions — The complete range of services and solutions available from the Supplier such as materials and inventory management, process efficiency by managing orders, monitoring project status and streamlining processes, vending solutions, turn-key installation, services and maintenance, technical specialists, financing, and any other Services and Solutions offered by Supplier. Packet Page -3548- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration U.S. COMMUNITIES 3. U.S. COMMUNITIES U.S. Communities Government Purchasing Alliance (herein "U.S. Communities ") assists Participating Public Agencies to reduce the cost of purchased goods through strategic sourcing that combines the volumes and the purchasing power of public agencies nationwide. This is accomplished through an award of competitively solicited contracts for high quality products and services by large and well recognized public agencies (herein "Lead Public Agencies "). The contracts provide for use by not only the respective Lead Public Agency, but also by other Participating Public Agencies. National Sponsors U.S. Communities is jointly sponsored by the National Institute of Governmental Purchasing (NIGP), the National Association of Counties (NACo), the National League of Cities (NLC), the Association of School Business Officials International (ASBO) and the United States Conference of Mayors (USCM) (herein "National Sponsors "). Advisory Board The U.S. Communities Advisory Board is made up of key government purchasing officials from across the United States. Each Advisory Board Member is expected to actively participate in product bids and selection, participate in policy direction, and share expertise and purchasing innovations. Current U.S. Communities Advisory Board Members North Carolina State University, NC City of Los Angeles, CA Cobb County, GA Denver Public Schools, CO Fresno Unified School District, CA City and County of Denver, CO Hennepin County, MN Emory University, GA Fairfax County, VA Harford County Public Schools, MD City of Kansas City, MO Cape May County, NJ Packet Page -3549- Hillsborough Schools, FL City of Houston, TX Los Angeles County, CA Maricopa County, AZ Miami -Dade County, FL Salem - Keizer School District, OR City of San Antonio, TX San Diego Unified School District, CA City of Seattle, WA Great Valley School District, PA Auburn University, AL 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration -5- Participating Public Agencies Today more than 53,000 public agencies utilize U.S. Communities contracts and suppliers to procure over $1.2 Billion Dollars in products and services annually. Each month more than 400 new public agencies register to participate. The continuing rapid growth of public agency participation is fueled by the program's proven track record of providing public agencies unparalleled value. The Supplier(s) must communicate directly with any Participating Public Agency concerning the placement of orders, issuance of the purchase order, contractual disputes, invoicing, and payment. County of Los Angeles is acting as "Contracting Agent" for the Participating Public Agencies and shall not be held liable for any costs, damages, expenses, fees, liabilities, etc. incurred by any other Participating Public Agency. Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA) outlining the terms and conditions that allow access to the Lead Public Agencies' Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. A copy of the MICPA is attached as Section 8. Estimated Volume The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $150 Million Dollars annually. This estimate is based on the anticipated volume of the Lead Public Agency, the U.S. Communities Advisory Board members, and current sales within the U.S. Communities program. While there is no minimum quantity of products required to be purchased under the proposed Master Agreement, County of Los Angeles and the U.S. Communities Advisory Board Members are committed to utilizing the Master Agreement. The Advisory Board members shall determine if the Master Agreement is of value to their agency, and will promote the Master Agreement among other public agencies nationwide and internationally. The Advisory Board in 2011 purchased more than $85 Million Dollars of products and services from existing U.S. Communities contracts. Marketing Support U. S. Communities provides marketing support for each Supplier's products through the following: • National Sponsors as referenced above. • State Associations of Counties, Schools and Municipal Leagues. Packet Page -3550- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration • Administrative and marketing personnel that directly promote the U.S. Communities Suppliers to Participating Public Agencies through public agency meetings, direct mail, national publications, annual meetings and a network of K -12, City, County, Higher Education and State Associations. • U.S. Communities provides Suppliers government sales training, and a host. of online marketing and sales management tools to effectively increase sales through U.S. Communities. In Marketplace U.S. Communities has developed an online Marketplace, which gives Participating Public Agencies the ability to purchase from many U.S. Communities contracts directly from our website. The Marketplace makes it easier for Participating Public Agencies to access many contracts through a single login and place orders using a procurement card, credit card or purchase order. Suppliers have the ability to add their products to the Marketplace at no cost. Multiple Awards Multiple awards may be issued as a result of the solicitation. Multiple Awards will ensure that any ensuing Master Agreements fulfill current and future requirements of the diverse and large number of Participating Public Agencies. Evaluation of Proposals Proposals will be evaluated by the Lead Public Agency in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. U.S. Communities Advisory Board members and other Participating Public Agencies will assist the Lead Public Agency in evaluating proposals. The Supplier(s) that respond(s) affirmatively meets the requirements of this Request for Proposal and provides the best overall value will be eligible for a contract award. U.S. Communities reserves the right to make available or not make available Master Agreements awarded by a Lead Public Agency to Participating Public Agencies. Packet Page -3551- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration SUPPLIER QUALIFICATIONS 4. SUPPLIERS Commitments U.S. Communities views the relationship with an awarded Supplier as an opportunity to provide maximum benefit to both the Participating Public Agencies and to the Supplier. The successful foundation of the partnership requires commitments from both U.S. Communities and the Supplier. U.S. Communities requires the Supplier to make the four commitments set forth below (Corporate, Pricing, Economy, Sales) to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies: (a) Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier's primary contractual offering of Products and Services to Public Agencies. All of Supplier's direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier's primary offering and not just one of Supplier's contract options. (ii) Supplier's sales force (including inside, direct and/or authorized dealers, distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier's senior executive management. (vi) Supplier shall provide a national /senior management level representative with the authority and responsibility to ensure that the Supplier's Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring timely follow -up by Supplier's staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier -based internet web page dedicated to Supplier's U.S. Communities program and linked to U.S. Communities' website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national /senior management fully supports the U.S. Communities program and its commitments and requirements. National /Senior management is defined as the executive(s) with companywide authority. !VA Packet Page -3552- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration (viii) Where Supplier has an existing contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state's request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b) Pricing Commitment. (i) Supplier represents to U.S. Communities that the pricing offered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier's pricing shall be evaluated on either an overall project basis or the Public Agency's actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre- existing contract and/or a Public Agency's unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency's purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier's obligation to match the pricing under Supplier's contracts offering lower prices. (A) Supplier holds a state contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier's pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end -user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier's Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on 52 Packet Page -3553- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing, terms and conditions of the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. (E) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c) Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d) Sales Commitment. Supplier shall market the Master Agreement through Supplier's sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier's primary offering to Public Agencies. Supplier's sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive direct sales of Supplier's Products and Services to Public Agencies and the timely follow -up to sales leads identified by U.S. Communities. Use of product catalogs, targeted advertising, direct mail and other sales initiatives are encouraged. All of Supplier's sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier, during the term of this Agreement, a non - exclusive, revocable, non - transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S. Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, Supplier grants to -9- Packet Page -3554- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix t: U.S. Communities Additional Terms and Conditions for National Program Consideration U.S. Communities an express license to reproduce and use Supplier's name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. Communities by providing camera -ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement was competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the best government pricing, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non - exclusive contract. (ii) Branding and Logo Compliance. Supplier shall be responsible for complying with the U.S. Communities branding and logo standards and guidelines. Prior to use by Supplier, all U.S. Communities related marketing material must be submitted to U.S. Communities for review and approval. (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S. Communities shall be available to train regional or district managers and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities internet web -based homepage containing: (1) U.S. Communities standard logo with Founding Co- Sponsors logos; (2) Copy of original procurement solicitation; (3) Copy of Master Agreement including any amendments; (4) Summary of Products and Services pricing; (5) Electronic link to U.S. Communities' online registration page; and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll -free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities @(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities' online registration process prior to processing the Public Agency's first sales order. (vi) Supplier's Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier's performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may, from time to time, provide certain graphics, media, and other content to U.S. Communities (collectively "Supplier Content ") for use on U.S. -10- Packet Page -3555- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Communities websites and for general marketing and publicity purposes. Supplier hereby grants to U.S. Communities and its affiliates a non - exclusive, worldwide, perpetual, free, transferrable, license to reproduce, modify, distribute, publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes, with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third parry -11- Packet Page -3556- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration 5. U.S. Communities Administration Agreement The Supplier is required to execute the U.S. Communities Administration Agreement unaltered (attached hereto in Section 7) prior to the award of the U.S. Communities contract. The Agreement outlines the Supplier's general duties and responsibilities in implementing the U.S. Communities contract. The executed U.S. Communities Administration Agreement is required to be submitted with the supplier's proposal without exception or alteration. Failure to do so will result in disqualification. -12- Packet Page -3557- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration NEW SUPPLIER IMPLEMENTATION CHECKLIST Target New Supplier Implementation Checklist Completion After 1. f=irst Conference Call Award One Week Discuss expectations Establish initial contact people & roles Outline kickoff plan Establish WebEx training date 2. Second Conference Call One Week Review Contract Commitments 3. Administrative Agreement Signed One Week Lead Public Agency agreement signed 4. Supplier:. Login Established One Week Complete Supplier initiation form Complete Supplier product template Create user account & user ID - Communicate to Supplier S. Initial Sr. Management Meeting Two Weeks - Review commitments Discuss National Account Manager (NAM) role & staff requirements Discuss reporting process & requirements Review kickoff plan Determine field sales introductory communication plan 6. Initial NAM & Staff Training; Meetings Two Weeks Discuss expectations, roles & responsibilities Introduce and review web -based tools Discuss sales organization & define roles Review with NAM Review process & expectations with NAM and lead referral person Discuss marketing plan and customer communication strategy Discuss Admin process /expectations & provide admin support training 7. Review Top 10 Local Government Contracts Two Weeks Determine strategies with NAM 8. Program Contact Requirements Two Weeks" Supplier contacts communicated to U.S. Communities Staff Dedicated email Dedicated toll free number Dedicated fax number 9. Web Development Initiate IT contact Two Weeks -13- Packet Page -3558- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration 11. Marketing General announcement 1 Page Summary with Supplier contacts Branding of program Supplier handbook Announcement to AB and Sponsors 12. Green Initiative Identify Green Products - Certifications - New product identification Identify green expert Green reporting -14- Upload product to U.S. Communities website - Product description - Picture -SKU Green marketing material -Approved by U.S. Communities - Printed/ Images - Articles/ Best Practices/ Supplier internal green practices - Workshops - Green tradeshows - 3rd Partv areen vendors Packet Page -3559- Two Weeks Six Weeks Four Weeks Six Weeks Three Website construction Weeks Four Website final edit Weeks Four Product upload to U.S. Communities site Weeks 10. Sales Training -& Roll Out Regional Manager (RM) briefing - Coordinate with NAM One Week Initial remote WebEx training for all sales - Coordinate with NAM Two Weeks Four Top 10 metro areas - Coordinate with NAM & RM Weeks Four Initiate contact with Advisory Board (AB) members Weeks Training plan for other metros 11. Marketing General announcement 1 Page Summary with Supplier contacts Branding of program Supplier handbook Announcement to AB and Sponsors 12. Green Initiative Identify Green Products - Certifications - New product identification Identify green expert Green reporting -14- Upload product to U.S. Communities website - Product description - Picture -SKU Green marketing material -Approved by U.S. Communities - Printed/ Images - Articles/ Best Practices/ Supplier internal green practices - Workshops - Green tradeshows - 3rd Partv areen vendors Packet Page -3559- Two Weeks Six Weeks Four Weeks Six Weeks 5/14/2013 16.E.7. RFP- IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration 7. U.S. Communities Administration Agreement ADMINISTRATION AGREEMENT This ADMINISTRATION AGREEMENT ( "Agreement ") is made as of , by and between U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE ( "U.S. Communities ") and ( "Supplier "). RECITALS WHEREAS, ( "_Lead Public Agency") has entered into a certain Master Agreement dated as of , referenced as Agreement No. , by and between Lead Public Agency and Supplier (as amended from time to time in accordance with the terms thereof, the "Master Agreement") for the purchase of (the "Products and Services"); WHEREAS, the Master Agreement provides that any state, county, city, special district, local government, school district, private K -12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agency or nonprofit organization (each a "Public A encv" and collectively, "Public Agencies ") may purchase Products and Services at the prices indicated in the Master Agreement upon prior registration with U.S. Communities, in which case the Public Agency becomes a "Participating Public Agency "; WHEREAS, U.S. Communities has the administrative and legal capacity to administer purchases under the Master Agreement to Participating Public Agencies; WHEREAS, U.S. Communities serves as the administrative agent for Lead Public Agency and other lead public agencies in connection with other master agreements offered by U.S. Communities; WHEREAS, Lead Public Agency desires U.S. Communities to proceed with administration of the Master Agreement on the same basis as other master agreements; WHEREAS, "U.S. Communities Government Purchasing Alliance" is a trade name licensed by U.S. Communities Purchasing & Finance Agency; and WHEREAS, U.S. Communities and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, U.S. Communities and Supplier hereby agree as follows: ARTICLE I GENERAL TERMS AND CONDITIONS 1.1 The Master Agreement, attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. -15- Packet Page -3560- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration 1.2 U.S. Communities shall be afforded all of the rights, privileges and indemnifications afforded to Lead Public Agency under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to U.S. Communities under this Agreement including, without limitation, Supplier's obligation to provide insurance and certain indemnifications to Lead Public Agency. 1.3 Supplier shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement. 1.4 U.S. Communities shall perform all of its duties, responsibilities and obligations as administrator of purchases under the Master Agreement as set forth herein, and Supplier acknowledges that U.S. Communities shall act in the capacity of administrator of purchases under the Master Agreement. 1.5 With respect to any purchases made by Lead Public Agency or any Participating Public Agency pursuant to the Master Agreement, U.S. Communities (a) shall not be construed as a dealer, re- marketer, representative, partner, or agent of any type of Supplier, Lead Public Agency or such Participating Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Lead Public Agency, any Participating Public Agency or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated, liable or responsible for any failure by a Participating Public Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. U.S. Communities makes no representations or guaranties with respect to any minimum purchases required to be made by Lead Public Agency, any Participating Public Agency, or any employee of Lead Public Agency or a Participating Public Agency under this Agreement or the Master Agreement. ARTICLE II TERM OF AGREEMENT 2.1 This Agreement is effective as of and shall terminate upon termination of the Master Agreement or any earlier termination in accordance with the terms of this Agreement, provided, however, that the obligation to pay all amounts owed by Supplier to U.S. Communities through the termination of this Agreement and all indemnifications afforded by Supplier to U.S. Communities shall survive the term of this Agreement. ARTICLE III REPRESENTATIONS AND COVENANTS 3.1 U.S. Communities views the relationship with Supplier as an opportunity to provide benefits to both Public Agencies and Supplier. The successful foundation of the relationship requires certain representations and covenants from both U.S. Communities and Supplier. 3.2 U.S. Communities' Representations and Covenants. (a) Marketing. U.S. Communities shall proactively market the Master Agreement to Public Agencies using resources such as a network of major sponsors including the National League of -16- Packet Page -3561- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Cities (NLC), National Association of Counties (NACo), United States Conference of Mayors (USCM), Association of School Business Officials (ASBO) and National Institute of Governmental Purchasing (NIGP) (collectively, the "Founding Co- Sponsors ") and individual state -level sponsors. In addition, the U.S. Communities staff shall enhance Supplier's marketing efforts through meetings with Public Agencies, participation in key events and tradeshows and by providing online tools to Supplier's sales force. (b) Training and Knowledge Management Support. U.S. Communities shall provide support for the education, training and engagement of Supplier's sales force as provided herein. Through its staff (each, a "Program Manager" and collectively, the "Program Managers"), U.S. Communities shall conduct training sessions with Supplier and shall conduct calls jointly with Supplier to Public Agencies. U.S. Communities shall also provide Supplier with access to U.S. Communities' private intranet website which provides presentations, documents and information to assist Supplier's sales force in effectively promoting the Master Agreement. 3.3 Supplier's Remesentations and Covenants. Supplier hereby represents and covenants as follows in order to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies (such representations and covenants are sometimes referred to as "Supplier's Commitments" and are comprised of the Corporate Commitment, Pricing Commitment, Economy Commitment and Sales Commitment): (a) Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier's primary contractual offering of Products and Services to Public Agencies. All of Supplier's direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier's primary offering and not just one of Supplier's contract options. (ii) Supplier's sales force (including inside, direct and/or authorized dealers, distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier's senior executive management. (vi) Supplier shall provide a national /senior management level representative with the authority and responsibility to ensure that the Supplier's Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring timely follow -up by Supplier's staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier -based intemet web page dedicated to Supplier's U.S. Communities program and linked to U.S. Communities' website and shall implement and support such web page. -17- Packet Page -3562- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national /senior management fully supports the U.S. Communities program and its commitments and requirements. National /Senior management is defined as the executive(s) with companywide authority. (viii) Where Supplier has an existing contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state's request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b) Pricing Commitment. (i) Supplier represents to U.S. Communities that the pricing offered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier's pricing shall be evaluated on either an overall project basis or the Public Agency's actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre- existing contract and /or a Public Agency's unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency's purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier's obligation to match the pricing under Supplier's contracts offering lower prices. (A) Supplier holds, a state contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier's pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end -user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) M. Packet Page -3563- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier's Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing, terms and conditions of the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. (D) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If, awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. (E) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c) Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d) Sales Commitment. Supplier shall market the Master Agreement through Supplier's sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier's primary offering to Public Agencies. Supplier's sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive direct sales of Supplier's Products and Services to Public Agencies and the timely follow -up to sales leads identified by U.S. Communities. Use of product catalogs, targeted advertising, direct mail and other sales initiatives are encouraged. All of Supplier's sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier, during the term of this Agreement, a -19- Packet Page -3564- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration non - exclusive, revocable, non - transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S. Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, Supplier grants to U.S. Communities an express license to reproduce and use Supplier's name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. Communities by providing camera -ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement was competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the best government pricing, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non - exclusive contract. (ii) Branding and Logo Compliance. Supplier shall be responsible for complying with the U.S. Communities branding and logo standards and guidelines. Prior to use by Supplier, all U.S. Communities related marketing material must be submitted to U.S. Communities for review and approval. (iii) Sales Force Trainins. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S. Communities shall be available to train regional or district managers and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities intemet web -based homepage containing: (1) U.S. Communities standard logo with Founding Co- Sponsors logos; (2) Copy of original procurement solicitation; (3) Copy of Master Agreement including any amendments; (4) Summary of Products and Services pricing; (5) Electronic link to U.S. Communities' online registration page; and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll -free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities @(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities' online registration process prior to processing the Public Agency's first sales order. -20- Packet Page -3565- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix t: U.S. Communities Additional Terms and Conditions for National Program Consideration (vi) Supplier's Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier's performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may, from time to time, provide certain graphics, media, and other content to U.S. Communities (collectively "Supplier Content ") for use on U.S. Communities websites and for general marketing and publicity purposes. Supplier hereby grants to U.S. Communities and its affiliates a non - exclusive, worldwide, perpetual, free, transferrable, license to reproduce, modify, distribute, publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes, with the right to sublicense each and every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third parry 3.4 Breach of Supplier's Representations and Covenants. The representations and covenants set forth in this Agreement are the foundation of the relationship between U.S. Communities and Supplier. If Supplier is found to be in violation of, or non - compliance with, one or more of the representations and covenants set forth in this Agreement, Supplier shall have ninety (90) days from the notice of default to cure such violation or non - compliance and, if Supplier fails to cure such violation or non - compliance within such notice period, it shall be deemed a cause for immediate termination of the Master Agreement at Lead Public Agency's sole discretion or this Agreement at U.S. Communities' sole discretion. 3.5 Indemnity. Supplier hereby agrees to indemnify and defend U.S. Communities, and its parent companies, subsidiaries, affiliates, shareholders, member, manager, officers, directors, employees, agents, and representatives from and against any and all claims, costs, proceedings, demands, losses, damages, and expenses (including, without limitation, reasonable attorney's fees and legal costs) of any kind or nature, arising from or relating to, any actual or alleged breach of any of Supplier's representations, warranties, or covenants in this Agreement. ARTICLE IV PRICING AUDITS 4.1 Supplier shall, at Supplier's sole expense, maintain an accounting of all purchases made by Lead Public Agency and Participating Public Agencies under the Master Agreement. U.S. Communities and Lead Public Agency each reserve 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. U.S. Communities shall have the authority to conduct random audits of Supplier's pricing that is offered to Participating Public Agencies at U.S. Communities' sole cost and expense. Notwithstanding the foregoing, in the event that U.S. Communities is made aware of any pricing being offered to Participating Public Agencies that is materially inconsistent with the pricing under the Master Agreement, U.S. Communities shall have the ability to conduct an extensive audit of Supplier's pricing at Supplier's sole cost and expense. U.S. Communities 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 Lead Public Agency or U.S. Communities. -21- Packet Page -3566- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration ARTICLE V FEES & REPORTING 5.1 Administrative Fees. Supplier shall pay to U.S. Communities a monthly administrative fee based upon the total sales price of all purchases shipped and billed pursuant to the Master Agreement, excluding taxes, in the amount of two percent (2 %) of aggregate purchases made during each calendar month (individually and collectively, "Administrative Fees "). Supplier's annual sales shall be measured on a calendar year basis. All Administrative Fees shall be payable in U.S. Dollars and shall be made by wire to U.S. Communities, or its designee or trustee as may be directed in writing by U.S. Communities. Administrative Fees shall be due and payable within thirty (30) days of the end of each calendar month for purchases shipped and billed during such calendar month. U.S. Communities agrees to pay to Lead Public Agency five percent (5 %) of all Administrative Fees received from Supplier to help offset Lead Public Agency's costs incurred in connection with managing the Master Agreement nationally. 5.2 Sales Reports. Within thirty (30) days of the end of each calendar month, Supplier shall deliver to U.S. Communities an electronic accounting report, in the format prescribed by Exhibit B, attached hereto, summarizing all purchases made under the Master Agreement during such calendar month ( "Sales Report"). All purchases indicated in the Sales Report shall be denominated in U.S. Dollars. All purchases shipped and billed pursuant to the Master Agreement for the applicable calendar month shall be included in the Sales Report. U.S. Communities reserves the right upon. reasonable advance notice to Supplier to change the prescribed report format to accommodate the distribution of the Administrative Fees to its program sponsors and state associations. (a) Monthly Sales Reports shall include all sales reporting under the Master Agreement, and a breakout of Environmental Preferable (Green) sales reporting. Supplier must make reasonable attempts at filling in all required information and contact U.S. Communities with a plan to correct any deficiencies of data field population. (b) Submitted reports shall be verified by U.S. Communities against its registration database. Any data that is inconsistent with the registration database shall be changed prior to processing. 5.3 Exception Reporting /Sales Reports Audits. U.S. Communities or its designee may, at its sole discretion, compare Supplier's Sales Reports with Participating Public Agency records or other sales analysis performed by Participating Public Agencies, sponsors, advisory board members or U.S. Communities staff. If there is a material discrepancy between the Sales Report and such records or sales analysis as determined by U.S. Communities, U.S. Communities shall notify Supplier in writing and Supplier shall have thirty (30) days from the date of such notice to resolve the discrepancy to U.S. Communities' reasonable satisfaction. Upon resolution of the discrepancy, Supplier shall remit payment to U.S. Communities' trustee within fifteen (15) calendar days. Any questions regarding an exception report should be directed to U.S. Communities in writing to reporting @uscommunities.org. If Supplier does not resolve the discrepancy to U.S. Communities' reasonable satisfaction within thirty (30) days, U.S. Communities shall have the right to engage outside services to conduct an independent audit of Supplier's reports and Supplier shall be obligated to reimburse U.S. Communities for any and all costs and expenses incurred in connection with such audit. 5.4 Online Reporting. Within sixty (60) days of the end of each calendar quarter, U.S. Communities shall provide online reporting to Supplier containing Supplier's sales reporting for such -22- Packet Page -3567- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration calendar quarter. Supplier shall contact U.S. Communities within fifteen (15) days of receiving notification of the online reporting and report to U.S. Communities any concerns or disputes regarding the reports, including but not limited to concerns regarding the following: Report Name Follow up with U.S. Communities 5 Qtr Drop Sales Analysis Financial & Reporting Manager Zero States Sales Report Program Manager Registered Agency Without Sales Report Program Manager Supplier shall have access to the above reports through the U.S. Communities intranet website. The following additional reports are also available to Supplier and are useful in resolving reporting issues and enabling Supplier to better manage its Master Agreement: (i) Agency Sales by Population/Enrollment Report (ii) Hot Prospect Sales Report (iii) New Lead Sales Report (iv) State Comparison Sales Report (v) Advisory Board Usage Report (vi) Various Agency Type Comparison Reports (vii) Sales Report Builder 5.5 Supplier's Failure to Provide Reports or Pay Administrative Fees. Failure to provide a Sales Report or pay Administrative Fees within the time and in the manner specified herein shall be regarded as a material breach under this Agreement and if not cured within thirty (30) days of written notice to Supplier, shall be deemed a cause for termination of the Master Agreement at Lead Public Agency's sole discretion or this Agreement at U.S. Communities' sole discretion. All Administrative Fees not paid within thirty (30) days of the end of the previous calendar month shall bear interest at the rate of one and one -half percent (1.5 %) per month until paid in full. . ARTICLE VI MISCELLANEOUS 6.1 Entire Agreement. This Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding. 6.2 Attorney's Fees. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which such party may be entitled. 6.3 Assignme . (a) Su Tier. Neither this Agreement nor any rights or obligations hereunder shall be assignable by Supplier without prior written consent of U.S. Communities, and any assignment without such consent shall be void. -23- Packet Page -3568- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration (b) U.S. Communities. This Agreement and any rights or obligations hereunder may be assigned by U.S. Communities in U.S. Communities' sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform U.S. Communities' obligations hereunder. 6.4 Notices. All reports, notices or other communications given hereunder shall be delivered by first -class mail, postage prepaid, or overnight delivery requiring signature on receipt to the addresses as set forth below. U.S. Communities may, by written notice delivered to Supplier, designate any different address to which subsequent reports, notices or other communications shall be sent. U.S. Communities: U.S. Communities 2033 N. Main Street, Suite 700 Walnut Creek, California 94596 Attn: Program Manager Administration Supplier: Attn: U.S. Communities Program Manager 6.5 Severability. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever. 6.6 Waiver. Any failure of a party to enforce, for any period of time, any of the provisions under this Agreement shall not be construed as a waiver of such provisions or of the right of said party thereafter to enforce each and every provision under this Agreement. 6.7 Counterparts. This Agreement may be executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 6.8 Modifications. This Agreement may not be effectively amended, changed, modified, altered or terminated without the prior written consent of the parties hereto. 6.9 Governing Law; Arbitration. This Agreement will be governed by and interpreted in accordance with the laws of the State of California without regard to any conflict of laws principles. Any dispute, claim, or controversy arising out of or relating to this Agreement or the breach, termination, enforcement, interpretation or validity thereof, including the determination of the scope or applicability of this dispute resolution clause, shall be determined by arbitration in Walnut Creek, California, before one (1) arbitrator. The arbitration shall be administered by JAMS pursuant to its Comprehensive Arbitration Rules and Procedures. Judgment on the award may be entered in any court having jurisdiction. This clause shall not preclude parties from seeking provisional remedies in aid of arbitration from a court of appropriate jurisdiction. The prevailing party will be entitled to recover its reasonable attorneys' fees and arbitration costs from the other parry. The arbitration award shall be final and binding. Each party commits that prior to commencement of arbitration proceedings, the parties shall submit the dispute to JAMS for mediation. The parties will cooperate with JAMS and with one another in selecting a mediator from JAMS panel of neutrals, and in promptly scheduling the mediation proceedings. The parties covenant that they will participate in the mediation in good faith, and that they will share equally in its costs. The mediation will be conducted by each party designating a duly authorized officer or other -24- Packet Page -3569- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration representative to represent the parry with the authority to bind the party, and that the parties agree to exchange informally such information as is reasonably necessary and relevant to the issues being mediated. All offers, promises, conduct, and statements, whether oral or written, made in the course of the mediation by any of the parties, their agents, employees, experts, and attorneys, and by the mediator or any JAMS employees, are confidential, privileged, and inadmissible for any purpose, including impeachment, in any arbitration or other proceeding involving the parties, provided that evidence that is otherwise admissible or discoverable shall not be rendered inadmissible or non - discoverable as a result of its use in the mediation. If the dispute is not resolved within thirty (30) days from the date of the submission of the dispute to mediation (or such later date as the parties may mutually agree in writing), the administration of the arbitration shall proceed. The mediation may continue, if the parties so agree, after the appointment of the arbitrator. Unless otherwise agreed by the parties, the mediator shall be disqualified from serving as arbitrator in the case. The pendency of a mediation shall not preclude a party from seeking provisional remedies in aid of the arbitration from a court of appropriate jurisdiction, and the parties agree not to defend against any application for provisional relief on the ground that a mediation is pending. 6.10 Successors and Assigns. This Agreement shall inure to the benefit of and shall be binding upon U.S. Communities, Supplier and any successor and assign thereto; subject, however, to the limitations contained herein. -25- [Remainder of Page Intentionally Left Blank — Signatures Follow] Packet Page -3570- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration IN WITNESS WHEREOF, U.S. Communities has caused this Agreement to be executed in its name and Supplier has caused this Agreement to be executed in its name, all as of the date first written above. U.S. Communities: U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE By _ Name: Title: Supplier: By _ Name: Title: -26- Packet Page -3571- 5/14/2013 16.E.7, RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration -27- ATTACHMENT A MASTER AGREEMENT (County of Los Angeles Master Agreement to be attached at time of award.) Packet Page -3572- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration ATTACHMENT B SALES REPORT FORMAT \Doendix B - US (Data Format) T N ' Supplier ID Account No, Agency Nerve Dept Name Address City State Zip. Agency Type Year Otr Month Amount 856000735 160 '88518087 CITY OF LA/MGMT EWL SVCS P— hasing 555 RAWREZST STE 312 _ LOS ANGELES CA 80072 20 2012 2 5 1525.50 ' 856000222 160 '34868035 LOS ANGELES COUNTY Factlties 350 S FIGUEROA ST STE 700 LOS ANGELES CA 80071 30 2012 2 5 1603.64 ' 858000735 160 89486461 I CITY OF LAIENVIRON AFFAIR Purchasing 555 RAMIREZ ST STE 312 LOS ANGELES CA 80012 20 2012 2 5 1625.05 ' OWD00735 160 '88374835 CITY OF LAICOMMUNITY DEV Purchasing 555 RAMIREZ ST STE 312 LOS ANGELES CA '80012 20 2012 2 5 4509019 06892010 160 328W10001053 GROTON TOWN OF PUBLIC WORKS Water 123ASt GROTON CT '08340 20 2072 2 5 318.00 066001854. 180. '328N4091051 GROTON CITY OF .Administration 123 St GROTON CT `06340 20 .2012 2 5 212.00 •s.`?a"",'3, Celumn Name Required Data Tym Length Exe le Conmant TN .Optional Tax B 856000735 d No Dean, IM ct—it leading mro. Supplier I Yas Number 3 111 Sae Supple, ID Table Below Account No. Opti onal Tell 25 men :.Depends on suppieraccount no. Agency Name. Yes Teud 255 max Los Angeles County Dept Name Optional TeM 255max Purchasing Dept - Address Y. Text 255 max City Yes Taxi 255 max Los Angeles Must be a void City name Stem Yes `Text 2 CA ZP Yes Tend 5 9071 No Dash, Do not omit leading m Valid ap code Agency Type Yes Number '2 30 See Agency Type Table Below Yee, Yes Number 4 2010 Ot, Yes .Number ' 1 4 Monk Yes Number 2 12 Amount I Yas I I variable 1 4509.78 T— digit decimal Pont no$a ­ M1 Agency Type ID Agency Type Description_ _ 11 Community Cdbge - "� _ 20, CRY _ 22 Consolidated City/County _... _ i .31 County Special Chabol: 41. Croon ,COrponstione _ 80 Stele Ag-.y 82 Non'Profit Packet Page -3573- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration 8. Master Intergovernmental Cooperative Purchasing Agreement MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This agreement is made between certain government agencies that execute a Lead Public Agency Certificate (`Lead Public Agencies ") to be appended and made a part hereof and other government agencies ( "Participating Public Agencies ") that agree to the terms and conditions hereof through the U.S. Communities registration and made a part hereof. RECITALS WHEREAS, after a competitive solicitation and selection process by Lead Public Agencies, a number of Suppliers have entered into Master Agreements to provide a variety of goods, products and services based on national and international volumes (herein "Products and Services "); WHEREAS, Master Agreements are made available by Lead Public Agencies through U.S. Communities and provide that Participating Public Agencies may purchase Products and Services on the same terms, conditions and pricing as the Lead Public Agency, subject to any applicable local purchasing ordinances and the laws of the State of purchase; WHEREAS, the parties desire to comply with the requirements and formalities of the Intergovernmental Cooperation Act as may be applicable to the laws of the State of purchase; WHEREAS, the parties hereto desire to conserve resources and reduce procurement cost; WHEREAS, the parties hereto desire to improve the efficiency, effectiveness and economy of the procurement of necessary Products and Services; NOW, THEREFORE, in consideration of the mutual promises contained in this agreement, and of the mutual benefits to result, the parties agree as follows: 1. That each party will facilitate the cooperative procurement of Products and Services. 2. That the procurement of Products and Services subject to this agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules and regulations that govern each party's procurement practices. 3. That the cooperative use of solicitations obtained by a party to this agreement shall be in accordance with the terms and conditions of the solicitation, except as modification of those terms and conditions is otherwise allowed or required by applicable law. 4. That the Lead Public Agencies will make available, upon reasonable request and subject to convenience, information which may assist in improving the effectiveness, efficiency and economy of Participating Public Agencies procurement of Products and Services 5. That a procuring party will make timely payments to the Supplier for Products and Services received in accordance with the terms and conditions of the procurement. Payment, inspections and acceptance of Products and Services ordered by the procuring parry shall be -29- Packet Page -3574- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration the exclusive obligation of such procuring party. Disputes between procuring party and Supplier are to be resolved in accord with the law and venue rules of the State of purchase. 6. The procuring party shall not use this agreement as a method for obtaining additional concessions or reduced prices for similar products or services. 7. The procuring party shall be responsible for the ordering of Products and Services under this agreement. A non - procuring party shall not be liable in any fashion for any violation by a procuring party, and the procuring party shall hold non - procuring party harmless from any liability that may arise from action or inaction of the procuring party. 8. The exercise of any rights or remedies by the procuring party shall be the exclusive obligation of such procuring party. 9. This agreement shall remain in effect until termination by a party giving 30 days written notice to U.S. Communities at 2033 N. Main Street, Suite 700, Walnut Creek, CA 94596. 10. This agreement shall take effect after execution of the Lead Public Agency Certificate or Participating Public Agency Registration, as applicable. -30- Packet Page -3575- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration 8. State Notice Addendum Pursuant to certain state notice provisions the following public agencies and political subdivisions of the referenced public agencies are eligible to access the contract award made pursuant to this solicitation. Public agencies and political subdivisions are hereby given notice of the foregoing request for proposal for purposes of complying with the procedural requirements of said statutes: Nationwide: http: / /www.usa.gov/ Agencies /Local_Government/Cities.shtml Other states: State of Oregon, State of Hawaii, State of Louisiana, State of Washington ST JOHN THE BAPTIST Waimanalo Elementary and Intermediate School Kailua High School PACIFIC BUDDHIST ACADEMY HAWAII TECHNOLOGY ACADEMY CONGREGATION OF CHRISTIAN BROTHERS OF HAWAII, INC. MARYKNOLL SCHOOL ISLAND SCHOOL KE KULA 0 S. M. KAMAKAU KAMEHAMEHA SCHOOLS HANAHAU'OLI SCHOOL EMMANUAL LUTHERAN SCHOOL Our Savior Lutheran School BOARD OF WATER SUPPLY MAUI COUNTY COUNCIL Naalehu Assembly of God University of the Nations outrigger canoe club One Kalakaua -31- Packet Page -3576- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Native Hawaiian Hospitality Association St. Theresa School Hawaii Peace and Justice Kauai Youth Basketball Association NA HALE 0 MAUI LEEWARD HABITAT FOR HUMANITY WAIANAE COMMUNITY OUTREACH NA LEI ALOHA FOUNDATION HAWAII FAMILY LAW CLINIC DBA ALA KUOLA BUILDING INDUSTRY ASSOCIATION OF HAWAII UNIVERSITY OF HAWAII FEDERAL CREDIT UNION LANAKILA REHABILITATION CENTER INC. POLYNESIAN CULTURAL CENTER CTR FOR CULTURAL AND TECH INTERCHNG BETW EAST AND WEST BISHOP MUSEUM ALOCHOLIC REHABILITATION SVS OF HI INC DBA HINA MAUKA ASSOSIATION OF OWNERS OF KUKUI PLAZA MAUI ECONOMIC DEVELOPMENT BOARD NETWORK ENTERPRISES, INC. HONOLULU HABITAT FOR HUMANITY ALOHACARE ORI ANUENUE HALE, INC. IUPAT, DISTRICT COUNCIL 50 GOODWILL INDUSTRIES OF HAWAII, INC. HAROLD K.L. CASTLE FOUNDATION MAUI ECONOMIC OPPORTUNITY, INC. EAH, INC. PARTNERS IN DEVELOPMENT FOUNDATION HABITAT FOR HUMANITY MAUI W. M. KECK OBSERVATORY HAWAII EMPLOYERS COUNCIL HAWAII STATE FCU MAUI COUNTY FCU PUNAHOU SCHOOL YMCA OF HONOLULU EASTER SEALS HAWAII AMERICAN LUNG ASSOCIATION St. Francis Medical Center MAUI FAMILY YMCA WAILUKU FEDERAL CREDIT UNION ST. THERESA CHURCH HALE MAHAOLU Hawaii Island Humane Society First United Methodist Church 32 Packet Page -3577- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration AOAO Royal Capitol Plaza MARINE SURF WAIKIKI, INC. Hawaii Health Connector Hawaii Carpenters Market Recovery Program Fund Puu Heleakala Community Association Saint Louis School Kailua Racquet Club, Ltd. Homewise Inc. prod test kindly ignore HI - DP Kroc Center Hawaii ARGOSY UNIVERSITY HAWAII PACIFIC UNIVERSITY UNIVERSITY OF HAWAII AT MANOA RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII BRIGHAM YOUNG UNIVERSITY - HAWAII University Clinical Research and Association CHAMINADE UNIVERSITY OF HONOLULU Hawaii Information Consortium Leeward Community Church Queen Emma Gardens AOAO TURTLE BAY RESORT GOLF CLUB COUNTY OF MAUI COLLEGE OF THE MARSHALL ISLANDS DOT Airports Division Hilo International Airport STATE OF HAWAII, DEPT. OF EDUCATION ADMIN. SERVICES OFFICE SOH - JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII HEALTH SYSTEMS CORPORATION HAWAII AGRICULTURE RESEARCH CENTER STATE OF HAWAII 33 Packet Page -3578- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration CITY AND COUNTY OF HONOLULU Orleans Parish School Board Isidore Nedwman School Brother Martin High School Morris Jeff Community School Alexandria Country Day School DARBONNE WOODS CHARTER SCHOOL, INC. MENTORSHIP ACADEMY CADDO PARISH SCHOOLS JESUS THE GOOD SHEPHERD SCHOOL HOSANNA FIRST ASSEMBLY OF GOD DIOCESE OF LAFAYETTE NORTHEAST BAPTIST SCHOOL CHILDREN'S CHARTER MIDDLE SCHOOL VISITATION OF OUR LADY CATHOLIC SCHOOL DELHI CHARTER SCHOOL ACADIA PARISH SCHOOL BOARD ST. AMANT HIGH SCHOOL AVOYELLES PARISH SCHOOL BOARD BEAUREGARD PARISH SCHOOL BOARD CALCASIEU PARISH SCHOOL SYSTEM CATAHOULA PARISH SCHOOL BOARD VIDALIA JUNIOR HIGH SCHOOL Desoto Parish School Board EAST CARROLL PARISH SCHOOL BOARD IBERVILLE PARISH SCHOOL BOARD JACKSON PARISH SCHOOL BOARD JEFFERSON DAVIS PARISH SCHOOL BOARD JEFFERSON PARISH SCHOOL BOARD LINCOLN PARISH SCHOOL BOARD Recovery School District MADISON PARISH SCHOOL BOARD MOREHOUSE PARISH SCHOOL BOARD OUACHITA PARISH SCHOOL BOARD RICHLAND PARISH SCHOOL BOARD ST. BERNARD PARISH PUBLIC SCHOOL DISTRICT ST LANDRY PARISH SCHOOL BOARD St.Mary Parish School Board 34 Packet Page -3579- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration TANGIPAHOA PARISH SCHOOL SYSTEM NEWELLTON ELEMENTARY SCHOOL UNION PARISH SCHOOL BOARD VERMILION PARISH SCHOOL BOARD VERNON PARISH SCHOOL BOARD WEST BATON ROUGE PARISH SCHOOL BOARD WEST CARROLL PARISH SCHOOL BOARD WINN PARISH SCHOOL BOARD MONROE CITY SCHOOLS ST JOSEPH THE WORKER Parkview Baptist ST. MARIA GORETTI CHURCH ST MARY'S DOMINICAN HS ST. AUGUSTINE HIGH SCHOOL ARCHBISHOP RUMMEL HIGH SCHOOL CATHOLIC OF POINTE COUPEE SCHOOL Archbishop Shaw High School E.D. WHITE CATHOLIC HIGH CENTRAL PRIVATE SCHOOL CENTRAL SCHOOL CORP. EPISCOPAL HIGH SCHOOL OF BATON ROUGE OAK FOREST ACADEMY RIVERSIDE ACADEMY HOLY TRINITY LUTHERAN CHURCH AND SCHOOL OPELOUSAS CATHOLIC SCHOOL ST. JOHN ELEMENTARY /MIDDLE SCHOOL LIVINGSTON PARISH PUBLIC SCHOOLS THE DUNHAM SCHOOL EXCELSIOR CHRISTIAN SCHOOL STATE DEPARTMENT OF EDUCATION GRACE LUTHERAN CHURCH AND EARLY CHILDHOOD CENTER ST. CLETUS SCHOOL CLAIBORNE PARISH SCHOOL BOARD LAFAYETTE PARISH SCHOOL SYSTEM LORANGER HIGH SCHOOL FOOTBALL ST. PIUS X SCHOOL ACADEMY OF THE SACRED HEART ST. JOAN OF ARC SCHOOL ST. DOMINIC SCHOOL WESTMINSTER CHRISTIAN ACADEMY CATHOLIC HIGH SCHOOL Parkview Elementary PTO Cedar Creek School Faith Lutheran High School W61 Packet Page -3580- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Advocacy for the Arts & Technology LITTLE ANGELS SCHOOL AND DAY CARE CADDO PARISH MAGNET HIGH SCHOOL BOSSIER PARISH SCHOOL BOARD RAPIDES PARISH SCHOOL BOARD St. Edward School LaSalle Parish School District LSMSA Bogalusa School Board St. Charles Parish Public Schools Parkview Baptist School Ursuline Academy of New Orleans Larose Lower Elementary Bossier Parish School Board (BPSB) Bienville Parish School Board Andrew H. Wilson Charter School retired now W.S. Lafargue Elementary Vermilion Parish Police Jury ST.CHARLES SHERIFFS OFFICE St Landry Parish Government Cameron Parish Sheriff Department Calcasieu Parish Police Jury St. lames Parish Government Calcasieu Parish Sheriff's Office JEFFERSON PARISH DISTRICT ATTORNEY ASSUMPTION PARISH LIBRARY ST. BERNARD PARISH ADULT DRUG COURT WINN PARISH DISTRICT ATTORNEY GRANT PARISH POLICE JURY BIENVILLE PARISH POLICE JURY BOSSIER PARISH ASSESSOR BOSSIER PARISH CLERK OF CT BOSSIER SHERIFFS DEPARTMENT CADDO PARISH TAX ASSESSOR CALDWELL PARISH CLERK OF COURT CLAIBORNE PARISH POLICE JURY DESOTO PARISH POLICE JURY EAST BATON ROUGE PARISH CLERK OF COURT EAST FELICIANA PARISH SHERIFF OFFICE JACKSON PARISH POLICE JURY LINCOLN PARISH LIBRARY 36 Packet Page -3581- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration MOREHOUSE PARISH POLICE JURY CITY OF OPELOUSAS OUACHITA PARISH POLICE JURY POINTE COUPEE PARISH POLICE JURY RAPIDES PARISH POLICE JURY ST. CHARLES PARISH ST JOHNS THE BAPTIST PARISH ST. MARY PARISH GOVERNMENT UNION PARISH HOMELAND SECURITY WEBSTER PARISH POLICE JURY WEST CARROLL PARISH SHERIFFS DEPT. WEST FELICIANA COMMUNICATIONS DISTRICT WINN PARISH POLICE JURY CATAHOULA PARISH POLICE JURY JEFFERSON PARISH GOVERMENT TENSAS PARISH POLICE JURY STTAMMANY FIRE DISTRICT IBERVILLE PARISH COUNCIL OUACHITA MULTI - PURPOSE COMMUNITY ACTION PROGRAM, INC SOUTH CENTRAL PLANNING AND DEVELOPMENT COMMISSION CALDWELL PARISH HOUSING AUTHORITY FRANKLIN ECONOMIC DEVELOPMENT FOUNDATION RICHLAND PARISH LIBRARY ORLEANS PARISH CRIMINAL SHERIFFS OFFICE THIRD JUDICIAL DISTRICT COURT RAPIDES PARISH LIBRARY Acadia Parish Police jury FI Parish Juvenile Detention Center PARISH OF ASCENSION Lafourche Parish Government State Of Louisiana JUDICIAL EXPENSE FUND GRANT PARISH POLICE JURY GAS DEPT. LA SALLE PARISH POLICE JURY DESOTO PARISH EMS DESOTO PARISH TAX ASSESSOR CADDO PARISH COMMISSION RICHLAND PARISH SHERIFF DEPARTMENT CONCORDIA PARISH POLICE JURY East Baton Rouge Parish Drug Court Treatment Center OUACHITA PARISH POLICE JURY St. Tammany Parish Assessor St. John the Baptist Parish Library Livingston Council On Aging St. Landry Parish Tourist Commission 37 Packet Page -3582- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration PLAQUEMINES PARISH GOVERNMENT East Baton Rouge Parish Family Court Acadia Parish Clerk of Court St. Landry Parish Community Action Agency Zoar Baptist Church East Baton Rouge Mortgage Finance Authority Rebuilding Together New Orleans st. charles united methodist church Touro Infirmary Acadiana CARES Presbytery of South Louisiana - Project Homecoming family service of greater new orleans The Magnolia School, Inc Church United for Community Development Plaquemines Community C.A.R.E. Center jerico road episcopal housing initiative greater mount calvary baptist church LA ASSOCIATION COMMUNITY ACTION PARTNERSHIPS BOOST FOUNDATION, INC. NEW GENERATIONS CHURCH OF MONROE, INC SUMMER GROVE BAPTIST ACADEMY NALC BRANCH 136 GRACE COMMUNITY CHURCH COMITE BAPTIST CHURCH GULF COAST HOUSING PARTNERSHIP COMMITTEE FOR PLAQUEMINES RECOVERY THE FULLER CENTER FOR HOUSING OF NWLA DESOTO PARISH LIBRARY SEEKER SPRINGS MINISTRY CENTER THE CELL COMMUNITY SCHOOL & RESOURCE CENTER ELDERCARE SUPPORT SERVICES MARY BIRD CANCER CENTER LOUISIANA HEALTH CARE QUALITY FORUM LEWIS CME ST. BERNARD PROJECT PRIDE COMMUNITY ASSOCIATION HARVEST CHURCH ALLEGIANCE HEALTH MANAGEMENT UPWARD BOUND MINISTRIES, INC. IBTS HANDS ON NETWORK CROSSROADS CHURCH Packet Page -3583- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration NEW ORLEANS JAZZ ORCHESTRA ST. PAUL BAPTIST CHURCH COMMUNITY SUPPORT PROGRAMS, INC. LAFAYETTE TEEN COURT, INC THE SHREVEPORT- BOSSIER KOREAN PRESBYTERIAN CHURCH URBAN IMPACT MINISTRIES Cornerstone Church of Zachary Inc GOOD SAMARITANS OF FRANKLIN LOUISIANA ASSOCIATION OF HEALTH PLANS LOUIS INFANT CRISIS CENTER GRACE LIFE FELLOWSHIP FAMILY WORSHIP CENTER CHURCH INC UNITY FOR THE HOMELESS,INC. NEW TABERNACLE BAPTIST CHURCH CENLA AREA AGENCY ON AGING, INC. UNITED METHODIST HOPE MINISTRIES HEALING PLACE CHURCH RAPIDES PRIMARY HEALTH CARE CENTER K AND S CHILDHOOD DEVELOPMENT CENTER HAVEN REHABILITATION CENTER, INC. MOUNT HERMON BAPTIST CHURCH PLEASANT VALLEY UNC LIVINGSTON PARISH PRESIDENT - COUNCIL LINCOLN GENERAL HOSPITAL CROSSPOINT BAPTIST CHURCH MACEDONIA MISSIONS, INC. MT. PLEASANT COMMUNITY DEVELOPMENT CORP. INC. Jefferson Chamber of Commerce FAMILY RESOURCES OF NEW ORLEANS UNITECH TRAINING ACADEMY LOUISIANA FAMILY FORUM PCPFHF FAMILY MEDICAL CLINIC OF MER ROUGE NEW BEGINNINGS CDC FAITH TABERNACLE CHURCH THE WAY OF HOLINESS APOSTOLIC CHURCH MIRACLE PLACE CHURCH THE HARVEST POLICE JURY ASSOCIATION OF LOUISIANA NSU CHILD AND FAMILY NETWORK MOREHOUSE GENERAL HOSPITAL BROADMOOR CHRISTIAN CHURCH MW PRINCE HALL MASONIC HALLTEMPLE LITTLE THEATRE OF MONROE, INC. 39 Packet Page -3584- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration BOSSIER CHAMBER OF COMMERCE ST. ANDREW PRESBYTERIAN CHURCH WEST JEFFERSON MEDICAL CENTER IBERIA MEDICAL CENTER BROADMOOR UNITED METHODIST PRESCHOOL ST.ANSELM CATHOLIC CHURCH ST. FRANCES XAVIER CABRINI CATHOLIC CHURCH KIWANIS INTERNATIOINAL Tulane Hillel DISABLED VETERNS OF LA CHAPTER 4 SHREVEPORT ELECTRICAL HEALTH AND WELFARE FUND LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION ISTROUMA AREA COUNCIL OF BOY SCOUTS UNITED CEREBAL PALSY OF GREATER NEW ORLEANS, INC RIDGE AVENUE BAPTIST CHURCH Girls Scouts Louisiana East CHILDREN'S HOSPITAL LOUISIANA SPCA FIRST BAPTIST CHURCH RUSTON GIRL SCOUTS OF LA - PINES TO GULF UNITED WAY OF NORTHEAST LOUISIANA, INC. LOUISIANA REALTORS ASSOCIATION LOUISISANA HIGH SCHOOL ATHLETIC ASSOCIATION ST. GEORGE CHURCH JACKSON PARISH HOSPITAL ROMAN CATHOLIC CHURCH OF THE DIOCESE OF BATON ROUGE ARCHDIOCESE OF NEW ORLEANS TOTAL COMMUNITY ACTION, INC. AVOYELLES PROGRESS ACTION COMMITTEE, INC CENLA COMMUNITY ACTION COMMITTEE, INC. PCSS ST. MICHAEL SPECIAL SCHOOL MACON ECONOMIC OPPORTUNITY LIVINGSTON PARISH CHAMBER OF COMMERCE FIRST BAPTIST CHURCH CONINGTON JEWISH FEDERATION OF GREATER BATON ROUGE COOK BAPTIST CHURCH ST. MARY CAA, INC. OUR LADY OF PROMPT SUCCOR CHURCH NEW CHAPEL HILL BAPTIST CHURCH The Arc Of Iberia MCIO HEAD START FRANKLIN MEDICAL CENTER EASTER SEALS LOUISIANA 40 Packet Page -3585- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration VOLUNTEERS OF AMERICA OF GREATER NEW ORLEANS ST. ALOYSIUS CATHOLIC SCHOOL LOUISIANA DISTRICT ATTORNEYS ASSOCIATION ODYSSEY HOUSE LOUISIANA, INC. HAVEN NURSING CENTER, INC. KING OF KINGS EVANGELICAL LUTHERAN CHURCH ST. JEAN VIANNEY CHURCH Southern Financial Exchange new home ministries HEBRON BAPTIST CHURCH ST THOMAS AQUINAS CATHOLIC CHURCH GREATER OUACHITA WATER COMPANY MT. VERNON BAPTIST CHURCH LA ASSEMBLY OF THE CHURCH OF GOD CENTRAL CITY EOC ST. MARY PARISH TOURIST COMMISSION PINE BELT MULTI- PURPOSE COMMUNITY ACTION AGENCY UNIVERSITY CHURCH OF CHRIST CITY OF FAITH PRISON MINISTRIES, INC. THE SPIRIT OF FREEDOM MINISTRIES BONITA ROAD BAPTIST CHURCH EVANGELINE BAPTIST CHURCH HOPEWELL BAPTIST CHURCH PENIEL BAPTIST CHURCH ASSOCIATED PROFESSIONAL EDUCATORS OF LOUISIANA PHILADELPHIA BAPTIST CHURCH HOSANNA LUTHERAN CHURCH MOUNT CANAAN MISSIONARY BAPTIST CHURCH NEW DAUGHTERS OF ZION MISSIONARY BAPTIST CHURCH IN MARION BAPTIST CHURCH VERNON COMMUNITY ACTION COUNCIL, INC. FIRST CHURCH OF GOD IN OAK GROVE, INC. Ouachita Baptist Church OLIVE BRANCH BAPTIST CHURCH FIRST APOSTOLIC CHURCH SOLOMON TEMPLE BAPTIST CHURCH WEST BATON ROUGE CHAMBER OF COMMERCE IFA CHURCH LA ONE CALL ST. FRANCIS DINER SWEETWATER BAPTIST CHURCH THE CHURCH OF THE LIVING GOD WORKFORCE INVESTMENT BOARD SDA -83 TRAILBLAZER RESOURCE AND CONSERVATION AREA, INC. 41 Packet Page -3586- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration PRESBYTERIAN CHURCH OF RUSTON ADVOCACY CENTER FOR THE ELDERLY AND DISABLED, INC. ST.MARY PARISH LIBRARY AGAPE LOVE THE HOUSE OF FAITH HOPE AND CHARITY THE SALVATION ARMY EMMANUEL BAPTIST CHURCH BOY SCOUTS OF AMERICA FIRST BAPTIST CHURCH FIRST UNITED METHODIST CHURCH ST. JOHN THE BAPTIST CATHOLIC CHURCH FIRST BAPTIST CHURCH ST PATRICK CHURCH GRACE EPISCOPAL CHURCH TRINITY LUTHERAN CHURCH FIRST BAPTIST CHURCH EMMANUEL BAPTIST CHURCH ANTIOCH BAPTIST CHURCH ST. JOHN THE BAPTIST CATHOLIC CHURCH TRINITY BAPTIST CHURCH Baton Rouge Soccer Association ST. PAULS UNITED METHODIST CHURCH PARKVIEW BAPTIST CHURCH OPEN DOOR BAPTIST CHURCH Galilee Baptist Academy Volunteers of America of North Louisiana GIBSON AREA HOSPITAL First United Methodist Church Port City Enterprises Baton Rouge Children's Advocacy Center Go Care Trinity Episcopal Church Beginners Mind Inc Wisner Foundation Berean Church South Central Laborers Southern United Neighborhoods Franklin Medical Center Livingston Parish Council New Orleans Museum Of Art Our Lady of Victory Ingleside United Methodist Church congregation temple sinai NORTHWEST LOUISIANA LIONS EYE BANK Cm Packet Page -3587- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration NEW HORIZONS UNITED AUTO WORKERS UNION STEEPLE CHASE BAPTIST CHURCH METRO /REGIONAL BUSINESS INCUBATOR BENTON UNITED METHODIST CHURCH APOSTOLIC DELIVERANCE U.P.C. INC. EMMANUEL MISSIONARY BAPTIST CHURCH ELIZABETH BAPTIST CHURCH LITTLE UNION BAPTIST CHURCH BARKSDALE UNITED METHODIST CHURCH MORING STAR BAPTIST CHURCH PEACEFUL REST BAPTIST CHURCH UNION SPRINGS MBC UNITED WAY OF NW LOUISIANA WORD OF LIFE MINISTRIES FROM BONDAGE TO FREEDOM LANE CHAPEL CME NATIONAL SAFETY COUNCIL PLEASEAN HILL BAPTIST CHURCH MT. ZION CME CHURCH CENTRAL ASSEMBLY OG GOD MEYERS MEMORIAL CHAPEL LAKE BETHLEHEM BAPTIST CHURCH WILLIAMS MEMORIAL CME BROADMOOR PRESBYTERIAN CHURCH ST. MARYS BAPTIST CHURCH GREATER HOPE BAPTIST CHURCH STERLINGTON HOLINESS TABERNACLE YMCA OF SHREVEPORT, LA SUMMER GROVE BAPTIST CHURCH STARLIGHT BAPTIST CHURCH ST. REST BAPTIST CHURCH LAKESIDE DAY CARE LAKESIDE BAPTIST CHURCH EMMANUEL BAPTIST CHURCH SHOWERS OF BLESSING MINISTRIES CALVARY BAPTIST CHURCH GREATER ELIZABETH BAPTIST CHURCH AMERICAN CHILD DAY CARE CENTER SHREVEPORT REGIONAL ARTS COUNCIL NEW TESTAMENT UNITED PENTECOSTAL CHURCH CHRISTVIEW CHRISTIAN CHURCH NEW GREENWOOD BAPTIST CHURCH BARKSDALE FEDERAL CREDIT UNION 43 Packet Page -3588- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration TRINITY WORSHIP CENTER MT. SINAI MBC Lafayette Habitat for Humanity Nativity of Our Lady Church Full Gospel Church Health Care Centers In Schools First United Methodist Church of Slidell HOUSE OF RUTH, INC. Habitat for Humanity St. Tammany West Volunteers of America Greater Baton Rouge, Inc. New Orleans Biolnnovation Center Our Lady of Perpetual Help Catholic Church St. Peter Catholic Church St. Agnes Catholic Church Goodwill Industries Capital Area Alliance for Homeless New Life Missionary Baptist Church cancer association of greater new orleans Ascension Chamber of Commerce Louisiana Hemopheilia Foundation Inc ST. ALBAN'S CHAPEL lisamaye fighting lupus and raising awareness Audubon Commission MOST BLESSED SACRAMENT EARLY LEARNING CTR. Broadmoor Improvement Association Divine Touch. Community development Center Galvez Football Club Inc Louisiana Universities Marine Consortium LS U Southern University at New Orleans CAMERON COLLEGE LOUISIANA TECHNICAL COLLEGE SOUTHEASTERN LOUISIANA UNIVERSITY LOUISIANA STATE UNIVERSITY CENTENARY COLLEGE OF LOUISIANA DILLARD UNIVERSITY LOYOLA UNIVERSITY OF NEW ORLEANS THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND NOTRE DAME SEMINARY NEW ORLEANS BAPTIST THEOLOGICAL SEMINARY OUR LADY OF HOLY CROSS COLLEGE LSUHSC - SHREVEPORT 44 Packet Page -3589- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Kappa Kappa Gamma Louisiana State University Louisiana, University Of Lafayette SOUTHERN UNIVERSITY McNeese State University Chris Raggio Chennault International Airport Authority ACI ST JOHN LLC SOUTHSIDE ECONOMIC DEVELOPMENT A AND B NOTARY PONCHATOULA AREA RECREATION DISTRICT NO.1 BOSSIER PARISH MAXIMUM SECURITY JAIL WEST BATON ROUGE S/O WORK RELEASE LOD AND CAROL COOK CONFERENCE CENTER AND HOTEL Union Comminity Action, Association WEST BATON ROUGE PARISH POLICE JURY UNION COUNCIL ON AGING REPUBLICAN PARTY OF LA CHITIMACHA TRIBE OF LOUISIANA CAJUNDOME Port Shreveport Bossier Greater Elizabeth CALLAWAY ENTERPRISES WILLIS - KNIGHTON FEDERAL CREDIT UNION Shell Robert Training & Conference Center Louisiana Workforce LLC First Baptist Church Iberville Parish Library SHREVEPORT OXYGEN CALDWELL MEMORIAL HOSPITAL BREC Swanson Center for Youth 45 Packet Page -3590- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration City of Morgan City /Planning and Zoning Town of St. Francisville CITY OF VILLE PLATTE BUNKIE FIRE DEPT MONROE CITY TOWN OF ARCADIA TOWN OF BENTON CITY OF BOSSIER CADDO PARISH CLERK OF COURT CITY OF COVINGTON EVANGELINE PARISH SHERIFF DEPT. TOWN OF FARMERVILLE TOWN OF HAYNESVILLE TOWN OFJONESVILLE CITY OF LAKE CHARLES FIRE DEPT CITY OF LEESVILLE CITY OF MINDEN CITY OF NEW ROADS TOWN OF OLLA CITY OF PLAQUEMINE PONCHATOULA POLICE DEPT. TOWN OF RAYVILLE CITY OF RUSTON ST. BERNARD PARISH GOVERNMENT ST LANDRY PARISH SHERIFF DEPT Sewerage and Water Board of New Orleans CITY OF SHREVEPORT CITY OF SLIDELL CITY OF WEST MONROE CITY OF WINNFIELD CITY OF WINNSBORO M Packet Page -3591- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration CITY OF KENNER CITY OF WESTLAKE TOWN OF CHURCH POINT VILLAGE OF PALMETTO TOWN OF WHITE CASTLE TOWN OF WATERPROOF CITY OF BAKER POLICE DEPARTMENT BREAUX BRIDGE HOUSING AUTHORITY CAPITAL CITY PRESS TOWN OF GRAND ISLE ASCENSION PARISH LIBRARY GREATER NEW ORLEANS FOUNDATION LOUISIANA PUBLIC EMPLOYEES COUNCIL 17 AFSCME AFL- CIO BUILDING CORP VILLAGE OF FENTON TOWN OF PEARL RIVER VILLAGE OF FOREST HILL BALL POLICE DEPARTMENT TOWN OF ROSEPINE TOWN OF LEONVILLE DENHAM SPRINGS CITY MARSHAL CITY OF PORT ALLEN CITY OF MONROE CITY OF HAMMOND CITY OF ALEXANDRIA Pelican State Credit Union City of Harahan TOWN OF HOMER TOWN OF STERLINGTON TOWN OF JONESBORO St John Sheriff Office city of gretna City Of Rayne Homer Memorial Hospital New Orleans Avaiation Board City of Westwego Parks & Recreation Vermilion Parish Sheriff Dept. st. landry parish solid waste Lake Charles Regional Airport 15TH JUDICIAL DISTRICT COURT FIRE PROTECTION DISTRICT NO 1 OF TENSAS PARISH VERMILION PARISH WATERWORKS DISTRICT NO.1 GRANT PARISH SHERIFF 47 Packet Page -3592- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration IBERIA PARISH GOVERNMENT TANGIPAHOA MOSQUITO ABATEMENT DISTRICT SULPHUR PARKS AND RECREATION DEMCO G B COOLEY SERVICES NORTH CADDO MEDICAL CENTER HOSPITAL SERVICE DISTRICT NO.1, D /B /A TRI -WARD BOSSIER LEVEE DISTRICT EAST CENTRAL BOSSIER PARISH FIRE DISTRICT #1 Castine Center St. Mary Parish Recreation District #3 Vermilion Parish Dept. of Children and Family Services Terrebonne Parish Consolidated Government Warehouse LIVINGSTON PARISH SHERIFF'S OFFICE NWL TECHNICAL COLLEGE THE ART STATION COMPASS CAREER COLLEGE SOUTH LA COMMUNITY COLLEGE DELGADO COMMUNITY COLLEGE GRETNA CAREER COLLEGE Baton Rouge Community College Acadiana Technical College sowela tech comm college The Housing Authority of the City of Opelousas Isu health systems Leonard J Chabert Medical Center LA State Board Of Medical Examiners LA RESEARCH PARK CORPORATION CONCEALED HANDGUN PERMIT UNIT DEPT OF CULTURE RECREATION AND TOURISM DEPARTMENT OF REVENUE /LOUISIANA LA. DIVISION OF ADMINISTRATION LOUISIANA TECH UNIVERSITY DHH- OFFICE OF PUBLIC HEALTH LOUISIANA DEPARTMENT OF STATE LA DEPT OF WILDLIFE AND FISHERIES VERNON WORKFORCE CENTER LA SHERIFFS PENSION AND RELIEF FUND Richland Parish Tax Assessors office THE SPRINGS OF RECOVERY ADOLESCENT PROGRAM E, 11.1 Packet Page -3593- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration HAMMOND DEVELOPMENTAL CENTER HOUMA- TERREBONNE HOUSING AUTHORITY METROPOLITAN DEVELOPMENTAL CENTER COLUMBIA DEVELOPMENT CENTER LINCOLN COUNCIL ON THE AGING 26TH JUDICIAL DISTRICT PUBLIC DEFENDER LA OFFICE OF STATE PARKS LOUISIANA HOUSING FINANCE AGENCY SPECIAL EDUCATION DISTRICT NO.1 OF LAFOURCHE ELAYN HUNT CORRECTIONAL CENTER LSU AGCENTER EXTENSION SERVICE OFFICE 18TH JDC -ALVIN BATISTE, JR JUDGE LOUISIANA BOARD OF CHIROPRACTIC EXAMINERS LOUISIANA STATE GOV. BIDS MHSD /CHARTRES- PONTCHARTRAIN BEHAVIOR HEALTH CENTER Covington Housing Authority Department of Children and Family Services /Child Welfare /West Jefferso Southeast Louisiana Hosp State of Lousiana Office of Legislative Auditor 26 TH JUDICIAL COURT C.A.S.S.E. FLETCHER TECHNICAL COMMUNITY COLLEGE Orleans Parish Communication District LSUHSC /E.A. CONWAY MEDICAL CENTER Louisiana Department Of Labor Louisiana Board of Barbers Examiners LSU Bogalusa Medical LA DEPARTMENT OF MILITARY AFFAIRS Tahgipahoa Parish Sheriff's Office DCFS /CW /WEST JEFFERSON Ruston Housing Authority Dept. of Children and Family Services NOPB City of New Orleans METRO NARCOTICS DEA TASK FORCE career systems development corporation first castle federal credit union Vernon Parish Housing Authority Packet Page -3594- .• 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration DeRidder Housing Authority Haynesville Housing Authority St. John the Baptist Housing Authority Eunice Housing Authority Housing Authority of EBR Lake Arthur Housing Authority MONROE HOUSING AUTHORITY MORGAN CITY HOUSING AUTHORITY HOUSING AUTHORITY OF BOSSIER CITY ST. LANDRY PARISH HOUSING AUTHORITY HOUSING AUTHORITY OF THE TOWN OF VINTON HOUSING AUTHORITY OF JEFFERSON PARISH SIMMESPORT HOUSING AUTHORITY SOUTHWEST ACADIA HOUSING AUTHORITY LMHA - LOUISIANA MANUFACTURED HOUSING ASSOCIATION YOUNGSVILLE HOUSING AUTHORITY Gibsland Housing Authority Lake Providence Housing Authority Arcadia Housing Authority Crowley Housing Authority Colfax Housing Authority Housing Authority City of Natchitoches AMP20 Welsh Housing Authority SABINE PARISH HOUSING AUTHORITY PROVIDENCE HOUSE Gueydan Housing Authority Cottonport Housing Authority Logansport Housing Authority Mansfield Housing Authority Jennings Housing Authority White Castle Housing Authority Jena Housing Authority MERRYVILLE HOUSING AUTHORITY 011a Housing Authority Rapides Parish Housing Authority Housing Authority of St. Martinville Housing Authority of the City of Slidell Ville Platte Housing Authority East Carroll Housing Authority VALLEY CATHOLIC SCHL Packet Page -3595- ME 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Bethel School District #52 St. Therese Parish /School Portland YouthBuilders Wallowa County ESD Fern Ridge School District 28J MOLALLA RIVER ACADEMY HIGH DESERT EDUCATION SERVICE DISTRICT SOUTHWEST CHARTER SCHOOL WHITEAKER MONTESSORI SCHOOL CASCADES ACADEMY OF CENTRAL OREGON NEAH- KAH -NIE DISTRICT NO.56 INTER MOUNTAIN ESD STANFIELD SCHOOL DISTRICT LA GRANDE SCHOOL DISTRICT CASCADE SCHOOL DISTRICT DUFUR SCHOOL DISTRICT NO.29 hillsboro school district GASTON SCHOOL DISTRICT 5111 BEAVERTON SCHOOL DISTRICT COUNTY OF YAMHILL SCHOOL DISTRICT 29 WILLAMINA SCHOOL DISTRICT MCMINNVILLE SCHOOL DISTRICT NO.40 Sheridan School District 48J THE CATLIN GABEL SCHOOL NORTH WASCO CTY SCHOOL DISTRICT 21- CHENOWITH CENTRAL CATHOLIC HIGH SCHOOL CANYONVILLE CHRISTIAN ACADEMY GEN CONF OF SDA CHURCH WESTERN OR PORTLAND ADVENTIST ACADEMY OUR LADY OF THE LAKE SCHOOL NYSSA SCHOOL DISTRICT NO. 26 ARLINGTON SCHOOL DISTRICT NO. 3 LIVINGSTONE ADVENTIST ACADEMY Santiam Canyon SD 1291 WEST HILLS COMMUNITY CHURCH BANKS SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT BAKER COUNTY SCHOOL DIST. 161 - MALHEUR ESD HARNEY EDUCATION SERVICE DISTRICT GREATER ALBANY PUBLIC SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7.1 SOUTHERN OREGON EDUCATION SERVICE DISTRICT SILVER FALLS SCHOOL DISTRICT St Helens School District 51 Packet Page -3596- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration DAYTON SCHOOL DISTRICT NO.8 Amity School District 4 -1 SCAPPOOSE SCHOOL DISTRICT 1J REEDSPORT SCHOOL DISTRICT FOREST GROVE SCHOOL DISTRICT DAVID DOUGLAS SCHOOL DISTRICT LOWELL SCHOOL DISTRICT NO.71 TIGARD - TUALATIN SCHOOL DISTRICT SHERWOOD SCHOOL DISTRICT 881 RAINIER SCHOOL DISTRICT NORTH CLACKAMAS SCHOOL DISTRICT MONROE SCHOOL DISTRICT NO.1J CHILDPEACE MONTESSORI HEAD START OF LANE COUNTY HARNEY COUNTY SCHOOL DIST. NO.3 NESTUCCA VALLEY SCHOOL DISTRICT NO.101 ARCHBISHOP FRANCIS NORBERT BLANCHET SCHOOL LEBANON COMMUNITY SCHOOLS NO.9 MT.SCOTT LEARNING CENTERS SEVEN PEAKS SCHOOL DE LA SALLE N CATHOLIC HS MULTISENSORY LEARNING ACADEMY MITCH CHARTER SCHOOL REALMS CHARTER SCHOOL BAKER SCHOOL DISTRICT 5 -J PHILOMATH SCHOOL DISTRICT CLACKAMAS EDUCATION SERVICE DISTRICT CANBY SCHOOL DISTRICT OREGON TRAIL SCHOOL DISTRICT NO.46 WEST LINN WILSONVILLE SCHOOL DISTRICT MOLALLA RIVER SCHOOL DISTRICT NO.35 ESTACADA SCHOOL DISTRICT NO.108 GLADSTONE SCHOOL DISTRICT ASTORIA SCHOOL DISTRICT 1C SEASIDE SCHOOL DISTRICT 10 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT VERNON IA SCHOOL DISTRICT 471 SOUTH COAST EDUCATION SERVICE DISTRICT COOS BAY SCHOOL DISTRICT NO.9 COOS BAY SCHOOL DISTRICT NORTH BEND SCHOOL DISTRICT 13 COQUILLE SCHOOL DISTRICT 8 MYRTLE POINT SCHOOL DISTRICT NO.41 BANDON SCHOOL DISTRICT 52 Packet Page -3597- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration BROOKING HARBOR SCHOOL DISTRICT NO.17 -C REDMOND SCHOOL DISTRICT DESCHUTES COUNTY SD NO.6 - SISTERS SD DOUGLAS EDUCATION SERVICE DISTRICT ROSEBURG PUBLIC SCHOOLS GLIDE SCHOOL DISTRICT NO.12 SOUTH UMPQUA SCHOOL DISTRICT #19 YONCALLA SCHOOL DISTRICT NO.32 ELKTON SCHOOL DISTRICT NO.34 DOUGLAS COUNTY SCHOOL DISTRICT 116 HOOD RIVER COUNTY SCHOOL DISTRICT PHOENIX- TALENT SCHOOL DISTRICT NO.4 CENTRAL POINT SCHOOL DISTRICT NO. 6 JACKSON CO SCHOOL DIST NO.9 ROGUE RIVER SCHOOL DISTRICT NO.35 MEDFORD SCHOOL DISTRICT 549C CULVER SCHOOL DISTRICT NO. JEFFERSON COUNTY SCHOOL DISTRICT 509 -J GRANTS PASS SCHOOL DISTRICT 7 LOST RIVER JR /SR HIGH SCHOOL KLAMATH FALLS CITY SCHOOLS LANE COUNTY SCHOOL DISTRICT 41 SPRINGFIELD SCHOOL DISTRICT NO.19 CRESWELL SCHOOL DISTRICT SOUTH LANE SCHOOL DISTRICT 4513 LANE COUNTY SCHOOL DISTRICT 69 SIUSLAW SCHOOL DISTRICT SWEET HOME SCHOOL DISTRICT NO.55 LINN CO. SCHOOL DIST. 95C - SCIO SD ONTARIO MIDDLE SCHOOL GERVAIS SCHOOL DIST. #1 NORTH SANTIAM SCHOOL DISTRICT 29J JEFFERSON SCHOOL DISTRICT SALEM - KEIZER PUBLIC SCHOOLS MT. ANGEL SCHOOL DISTRICT NO.91 MARION COUNTY SCHOOL DISTRICT 103 - WASHINGTON ES MORROW COUNTY SCHOOL DISTRICT MULTNOMAH EDUCATION SERVICE DISTRICT GRESHAM - BARLOW SCHOOL DISTRICT DALLAS SCHOOL DISTRICT NO. 2 CENTRAL SCHOOL DISTRICT 13J St. Mary Catholic School CROSSROADS CHRISTIAN SCHOOL ST. ANTHONY SCHOOL 53 Packet Page -3598- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration HERITAGE CHRISTIAN SCHOOL BEND -LA PINE SCHOOL DISTRICT GLENDALE SCHOOL DISTRICT LINCOLN COUNTY SCHOOL DISTRICT PORTLAND PUBLIC SCHOOLS REYNOLDS SCHOOL DISTRICT CENTENNIAL SCHOOL DISTRICT NOBEL LEARNING COMMUNITIES Three Rivers School District Pedee School Fern Ridge School District Ppmc Education Committee JESUIT HIGH SCHL EXEC OFC LASALLE HIGH SCHOOL Southwest Christian School Stayton Christian School Willamette Christian School Westside Christian High School CS LEWIS ACADEMY Portland America School Forest Hills Lutheran School Sunrise Preschool Mosier Community School Koreducators Lep High Warrenton Hammond School District Sutherlin School District Malheur Elementary School District Ontario School District Parkrose School District 3 Riverdale School District 51J Tillamook School District Trinity Lutheran Church and School Siletz valley School Madeleine School South Columbia Family School Corvallis School District 5091 Falls City School District #57 Portland Christian Schools Yamhill Carlton School District ABIQUA SCHL Imbler School District #11 monument school St. Paul School District Marist Catholic High School Packet Page -3599- 54 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Proqram Consideration Ukiah School District 80R North Powder Charter School Mastery Learning Institute North Lake School District 14 GILLIAM COUNTY OREGON HOUSING AUTHORITY OF CLACKAMAS COUNTY UMATILLA COUNTY, OREGON MULTNOMAH LAW LIBRARY CLACKAMAS COUNTY DEPT OF TRANSPORTATION CLATSOP COUNTY COLUMBIA COUNTY, OREGON COOS COUNTY HIGHWAY DEPARTMENT CROOK COUNTY ROAD DEPARTMENT CURRY COUNTY OREGON DESCHUTES COUNTY GILLIAM COUNTY GRANT COUNTY, OREGON HARNEY COUNTY SHERIFFS OFFICE HOOD RIVER COUNTY JACKSON COUNTY HEALTH AND HUMAN SERVICES Josephine County Sheriff KLAMATH COUNTY VETERANS SERVICE OFFICE LANE COUNTY LINN COUNTY MARION COUNTY, SALEM, OREGON MULTNOMAH COUNTY SHERMAN COUNTY WASCO COUNTY YAMHILL COUNTY WALLOWA COUNTY ASSOCIATION OF OREGON COUNTIES NAMI LANE COUNTY BENTON COUNTY DOUGLAS COUNTY JEFFERSON COUNTY LAKE COUNTY LINCOLN COUNTY POLK COUNTY UNION COUNTY WASHINGTON COUNTY MORROW COUNTY Tillamook County Estuary 55 Packet Page -3600- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Job Council Mckenzie Personnel Services Columbia Basin Care Facility BAKER CNTY GOVT TILLAMOOK CNTY Salem First Presbyterian Church Rolling Hills Baptist Church Baker Elks PIP Corps LLC Turtle Ridge Wildlife Center Grande Ronde Model Watershed Foundation Western Environmental Law Center Mercy Flights, Inc. HHoly Trinity Greek Orthodox Cathedral MECOP Inc. Beaverton Christians Church Oregon Humanities St. Pius X School Community Connection of Northeast Oregon, Inc. Living Opportunities, Inc. Coos Art Museum OETC Blanchet House of Hospitality Merchants Exchange of Portland, Oregon Coalition for a Livable Future Human Solutions, Inc. The Wallace Medical Concern The Ross Ragland Theater and Cultural Center Cascade Health Solutions Umpqua Community Health Center ALZHEIMERS NETWORK OF OREGON NATIONAL WILD TURKEY FEDERATION TILLAMOOK ESTUARIES PARTNERSHIP LIFEWORKS NW COLLEGE HOUSING NORTHWEST PARALYZED VETERANS OF AMERICA Independent Development Enterprise Alliance MID - WILLAMETTE VALLEY COMMUNITY ACTION AGENCY, INC HALFWAY HOUSE SERVICES, INC. REDMOND PROFICIENCY ACADEMY OHSU FOUNDATION SHELTERCARE M Packet Page -3601- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration PRINGLE CREEK SUSTAINABLE LIVING CENTER PACIFIC INSTITUTES FOR RESEARCH Mental Health for Children, Inc. The Dreaming Zebra Foundation LAUREL HILL CENTER THE OREGON COMMUNITY FOUNDATION OCHIN WE CARE OREGON SE WORKS ENTERPRISE FOR EMPLOYMENT AND EDUCATION OMNIMEDIX INSTITUTE PORTLAND BUSINESS ALLIANCE GATEWAY TO COLLEGE NATIONAL NETWORK FOUNDATIONS FOR A BETTER OREGON GOAL ONE COALITION ATHENA LIBRARY FRIENDS ASSOCIATION Coastal Family Health Center CENTER FOR COMMUNITY CHANGE STAND FOR CHILDREN ST. VINCENT DEPAUL OF LANE COUNTY EAST SIDE FOURSQUARE CHURCH CORVALLIS MOUNTAIN RESCUE UNIT InventSuccess SHERIDAN JAPANESE SCHOOL FOUNDATION MOSAIC CHURCH HOUSING AUTHORITY OF LINCOLN COUNTY RENEWABLE NORTHWEST PROJECT INTERNATIONAL SUSTAINABLE DEVELOPMENT FOUNDATION CONSERVATION BIOLOGY INSTITUTE THE NATIONAL ASSOCIATION OF CREDIT MANAGEMENT - OREGON, INC. BLACHLY LANE ELECTRIC COOPERATIVE MORNING STAR MISSIONARY BAPTIST CHURCH NORTHWEST FOOD PROCESSORS ASSOCIATION INDEPENDENT INSURANCE AGENTS AND BROKERS OF OREGON OREGON EDUCATION ASSOCIATION HEARING AND SPEECH INSTITUTE INC SALEM ELECTRIC MORRISON CHILD AND FAMILY SERVICES JUNIOR ACHIEVEMENT CENTRAL BIBLE CHURCH MID COLUMBIA MEDICAL CENTER- GREAT'N SMALL TRILLIUM FAMILY SERVICES, INC. YWCA SALEM PORTLAND ART MUSEUM I 61FA Packet Page -3602- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration SAINT JAMES CATHOLIC CHURCH SOUTHERN OREGON HUMANE SOCIETY VOLUNTEERS OF AMERICA OREGON CENTRAL DOUGLAS COUNTY FAMILY YMCA METROPOLITAN FAMILY SERVICE OREGON MUSUEM OF SCIENCE AND INDUSTRY FIRST UNITARIAN CHURCH ST. ANTHONY CHURCH Good Shepherd Medical Center Salem Academy ST VINCENT DE PAUL OUTSIDE IN UNITED CEREBRAL PALSY OF OR AND SW WA WILLAMETTE VIEW INC. PORTLAND HABILITATION CENTER, INC. OREGON STATE UNIVERSITY ALUMNI ASSOCIATION ROSE VILLA, INC. NORTHWEST LINE JOINT APPRENTICESHIP & TRAINING COMMITTEE BOYS AND GIRLS CLUBS OF PORTLAND METROPOLITAN AREA Oregon Research Institute WILLAMETTE LUTHERAN HOMES, INC LANE MEMORIAL BLOOD BANK PORTLAND JEWISH ACADEMY LANECO FEDERAL CREDIT UNION GRANT PARK CHURCH ST. MARYS OF MEDFORD, INC. US CONFERENCE OF MENONNITE BRETHREN CHURCHES FAITHFUL SAVIOR MINISTRIES OREGON CITY CHURCH OF THE NAZARENE OREGON COAST COMMUNITY ACTION NORTHWEST REGIONAL EDUCATIONAL LABORATORY COMMUNITY ACTION TEAM, INC. EUGENE SYMPHONY ASSOCIATION, INC. STAR OF HOPE ACTIVITY CENTER INC. SPARC ENTERPRISES SOUTHERN OREGON CHILD AND FAMILY COUNCIL, INC. SALEM ALLIANCE CHURCH Lane Council of Governments FORD FAMILY FOUNDATION TRAILS CLUB NEWBERG FRIENDS CHURCH WOODBURN AREA CHAMBER OF COMMERCE CONTEMPORARY CRAFTS MUSEUM AND GALLERY CITY BIBLE CHURCH Packet Page -3603- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration OREGON LIONS SIGHT & HEARING FOUNDATION PORTLAND WOMENS CRISIS LINE THE SALVATION ARMY - CASCADE DIVISION WILLAMETTE FAMILY WHITE BIRD CLINIC GOODWILL INDUSTRIES OF LANE AND SOUTH COAST COUNTIES PLANNED PARENTHOOD OF SOUTHWESTERN OREGON HOUSING NORTHWEST OREGON ENVIRONMENTAL COUNCIL LOAVES & FISHES CENTERS, INC. FAITH CENTER Bob Belloni Ranch, Inc. GOOD SHEPHERD COMMUNITIES SACRED HEART CATHOLIC DAUGHTERS HELP NOW! ADVOCACY CENTER TENAS ILLAHEE CHILDCARE CENTER SUNRISE ENTERPRISES LOOKING GLASS YOUTH AND FAMILY SERVICES SERENITY LANE EAST HILL CHURCH LA GRANDE UNITED METHODIST CHURCH COAST REHABILITATION SERVICES Edwards Center Inc ALVORD- TAYLOR INDEPENDENT LIVING SERVICES NEW HOPE COMMUNITY CHURCH KLAMATH HOUSING AUTHORITY QUADRIPLEGICS UNITED AGAINST DEPENDENCY, INC. SPONSORS, INC. COLUMBIA COMMUNITY MENTAL HEALTH ADDICTIONS RECOVERY CENTER, INC METRO HOME SAFETY REPAIR PROGRAM OREGON SUPPORTED LIVING PROGRAM SOUTH COAST HOSPICE, INC. ALLFOURONE /CRESTVIEW CONFERENCE CTR. The International School REBUILDING TOGETHER - PORTLAND INC. PENDLETON ACADEMIES PACIFIC FISHERY MANAGEMENT COUNCIL DOGS FOR THE DEAF, INC. PUBLIC DEFENDER SERVICES OF LANE COUNTY, INC. EMMAUS CHRISTIAN SCHOOL DELIGHT VALLEY CHURCH OF CHRIST SAINT CATHERINE OF SIENA CHURCH PORT CITY DEVELOPMENT CENTER 59 Packet Page -3604- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration VIRGINIA GARCIA MEMORIAL HEALTH CENTER CENTRAL CITY CONCERN CANBY FOURSQUARE CHURCH EMERALD PUD VERMONT HILLS FAMILY LIFE CENTER BENTON HOSPICE SERVICE INTERNATIONAL SOCIETY FOR TECHNOLOGY IN EDUCATION COMMUNITY CANCER CENTER OPEN MEADOW ALTERNATIVE SCHOOLS, INC. CASCADIA BEHAVIORAL HEALTHCARE WILD SALMON CENTER BROAD BASE PROGRAMS INC. SUNNYSIDE FOURSQUARE CHURCH TRAINING EMPLOYMENT CONSORTIUM RELEVANT LIFE CHURCH 2111 N FO SONRISE CHURCH LIVING WAY FELLOWSHIP Women's Safety & Resource Center SEXUAL ASSAULT RESOURCE CENTER IRCO NORTHWEST YOUTH CORPS TILLAMOOK CNTY WOMENS CRISIS CENTER SECURITY FIRST CHILD DEVELOPMENT CENTER CLASSROOM LAW PROJECT YOUTH GUIDANCE ASSOC. PREGNANCY RESOUCE CENTERS OF GRETER PORTLAND ELMIRA CHURCH OF CHRIST JASPER MOUNTAIN ACUMENTRA HEALTH WORKSYSTEMS INC COVENANT CHRISTIAN HOOD RIVER OREGON DONOR PROGRAM NAMI OREGON OLIVET BAPTIST CHURCH SILVERTON AREA COMMUNITY AID CONFEDERATED TRIBES OF GRAND RONDE CENTRAL OREGON COMMUNITY ACTION AGENCY NETWORK CATHOLIC COMMUNITY SERVICES NEW AVENUES FOR YOUTH INC LA CLINICA DEL CARINO FAMILY HEALTH CARE CENTER DECISION SCIENCE RESEARCH INSTITUTE, INC. WESTERN STATES CENTER HIV ALLIANCE, INC I:101i] Packet Page -3605- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration PARTNERSHIPS IN COMMUNITY LIVING, INC. FANCONI ANEMIA RESEARCH FUND INC. BLIND ENTERPRISES OF OREGON OREGON BALLET THEATRE SMART All God's Children International FARMWORKER HOUISNG DEV CORP UMPQUA COMMUNITY DEVELOPMENT CORPORATION REGIONAL ARTS AND CULTURE COUNCIL THE EARLY EDUCATION PROGRAM, INC. MACDONALD CENTER EVERGREEN AVIATION MUSEUM AND CAP. MICHAEL KING. SELF ENHANCEMENT INC. FRIENDS OF THE CHILDREN SOUTH LANE FAMILY NURSERY DBA FAMILY RELIEF NURSE COMMUNITY VETERINARY CENTER PORTLAND SCHOOLS FOUNDATION SUSTAINABLE NORTHWEST OREGON DEATH WITH DIGNITY BIRCH COMMUNITY SERVICES, INC. BAY AREA FIRST STEP, INC. OSLC COMMUNITY PROGRAMS EN AVANT, INC. ASHLAND COMMUNITY HOSPITAL NORTHWEST ENERGY EFFICIENCY ALLIANCE BONNEVILLE ENVIRONMENTAL FOUNDATION SUMMIT VIEW COVENANT CHURCH SALMON -SAFE INC. BETHEL CHURCH OF GOD PROVIDENCE HOOD RIVER MEMORIAL HOSPITAL SAINT ANDREW NATIVITY SCHOOL BARLOW YOUTH FOOTBALL SPOTLIGHT THEATRE OF PLEASANT HILL FAMILIES FIRST OF GRANT COUNTY, INC. TOUCHSTONE PARENT ORGANIZATION CANCER CARE RESOURCES CASCADIA REGION GREEN BUILDING COUNCIL SHERMAN DEVELOPMENT LEAGUE, INC. SCIENCEWORKS WORD OF LIFE COMMUNITY CHURCH SOCIAL VENTURE PARTNERS PORTLAND OREGON PROGRESS FORUM CENTER FOR RESEARCH TO PRACTICE WESTERN RIVERS CONSERVANCY [:31 Packet Page -3606- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration UNITED WAY OF THE COLUMBIA WILLAMETTE EUGENE BALLET COMPANY EAST WEST MINISTRIES INTERNATIONAL SISKIYOU INITIATIVE EDUCATIONAL POLICY IMPROVEMENT CENTER North Pacific District of Foursquare Churches CATHOLIC CHARITIES FIRST CHURCH OF THE NAZARENE WESTSIDE BAPTIST CHURCH UNION GOSPEL MISSION GRACE BAPTIST CHURCH COMMUNITY ACTION ORGANIZATION OUTSIDE IN MAKING MEMORIES BREAST CANCER FOUNDATION, INC. COMMUNITY HEALTH CENTER, INC Greater Portland INC Boys & Girls Club of Corvallis PDX Wildlife Viking Sal Senior Center Albany Partnership for Housing and Community Development Polk Soil and Water Conservation District Street Ministry First Baptist Church Portland Community Reinvestment Initiatives, Inc. GeerCrest Farm & Historical Society College United Methodist Church Oregon Social Learning Center environmental law alliance worldwide Community in Action Safe Harbors Pacific Classical Ballet Depaul Industries African American Health Coalition Ministerio International Casa Jesus Prayer Book Workforce Northwest Inc Coalition Of Community Health New Paradise Worship Center River Network CCI Enterprises Inc Oregon Nurses Association GOODWILL INDUSTRIES OF THE COLUMBIA WILLAMETTE Mount Angel Abbey YMCA OF ASHLAND W Packet Page -3607- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration YMCA OF COLUMBIA - WILLAMETTE ASSOCIATION SERVICES Multnomah Law Library Friends Of Tryon Creek State P Ontrack Inc. Calvin Presbyterian Church HOLT INTL CHILD St John The Baptist Catholic Portland Foursquare Church Portland Christian Center Church Extension Plan Occu Afghanistan Relief Effort EUGENE FAMILY YMCA Christ The King Parish and School Congregation Neveh Shalom Newberg Christian Church First United Methodist Church Zion Lutheran Church Hoodview Christian Church Southwest Bible Church Community Works Inc Masonic Lodge Pearl 66 Molalla Nazarene Church Transition Projects, Inc St Michaels Episcopal Church Saint Johns Catholich Church Access Inc Step Forward Activities Inc Lane Arts Council Community Learning Center Old Mill Center for Children and Families Sunny Oaks Inc Little Flower Development Center Hospice Center Bend La Pine P E C I Westside Foursquare Church Relief Nursery Inc Morning Star Community Church MULTNOMAH DEFENDERS INC Providence Health System Holy Trinity Catholic Church Holy Redeemer Catholic Church Alliance Bible Church Mid Columbia Childrens Council HUMANE SOCIETY OF REDMOND 63 Packet Page -3608- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Intergral Youth Services Our Redeemer Lutheran Church Kbps Public Radio Skyball Salem Keizer Youth Bas Open Technology Center Grace Chapel CHILDREN'S MUSEUM 2ND Oregon District 7 Little League Portland Schools Alliance My Fathers House Solid Rock West Chehalem Friends Church Eugene Creative Care Guide Dogs For The Blind Children Center At Trinity St. Katherine's Catholic Church Scottish Rite THE NEXT DOOR NATIONAL PSORIASIS FOUNDATION NEW BEGINNINGS CHRISTIAN CENTER HIGHLAND UNITED CHURCH OF CHRIST OREGON REPERTORY SINGERS HIGHLAND HAVEN FAIR SHARE RESEARCH AND EDUCATION FUND First Baptist Church of Enterprise Oregon Nikkei Endowment Eastern Oregon Alcoholism Foundation Grantmakers for Education The ALS Association Oregon and SW Washington Chapter Children's Relief Nursery Energy Trust of Oregon Oregon Psychoanalytic Center Store to Door Depaul Industries Union County Economic Development Corp. Camelto Theatre Company Camp Fire Columbia TAKE III OUTREACH Sandy Seventh -day Adventist Church 1000 FRIENDS OF OREGON NAMI of Washington County Temple Beth Israel Albertina Kerr Centers St. Matthew Catholic School .E Packet Page -3609- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix l: U.S. Communities Additional Terms and Conditions for National Proqram Consideration Serendipity Center Inc Ashland Art Center Apostolic Church of Jesus Christ DOUGLAS FOREST PROTECTIVE Oregon Lyme Disease Network Ecotrust SPECIAL MOBILITY SERVICES Ronald McDonald House Charities of Oregon & Southwest Washington Center for Human Development DePaul Treatment Centers, Inc. Mission Increase Foundation Portland Japanese Garden The Madeleine Parish The Tucker -Maxon Oral School Southwest Neighborhoods, Inc Wallowa Valley Center For Wellness Portland Oregon Visitors Association Southern Oregon Project Hope Our United Villages Samaritan Health Services Inc. Kilchis House Grace Lutheran School Western Mennonite School OREGON UNIVERSITY SYSTEM WESTERN STATES CHIROPRACTIC COLLEGE GEORGE FOX UNIVERSITY LEWIS AND CLARK COLLEGE PACIFIC UNIVERSITY REED COLLEGE WILLAMETTE UNIVERSITY LINFIELD COLLEGE MULTNOMAH BIBLE COLLEGE NORTHWEST CHRISTIAN COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE BLUE MOUNTAIN COMMUNITY COLLEGE PORTLAND STATE UNIV. CLACKAMAS COMMUNITY COLLEGE MARYLHURST UNIVERSITY OREGON HEALTH AND SCIENCE UNIVERSITY BIRTHINGWAY COLLEGE OF MIDWIFERY CONCORDIA UNIV Marylhurst University 65 Packet Page -3610- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration .. Packet Page -3611- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Oregon Permit Technical Association Pgma /Cathie Bourne Astra Beit Hallel Molalla Rural Fire Protection District MONMOUTH - INDEPENDENCE NETWORK MALIN COMMUNITY PARK AND RECREATION DISTRICT TILLAMOOK PEOPLES UTILITY DISTRICT GLADSTONE POLICE DEPARTMENT GOLD BEACH POLICE DEPARTMENT THE NEWPORT PARK AND RECREATION CENTER RIVERGROVE WATER DISTRICT WEST VALLEY HOUSING AUTHORITY TUALATIN VALLEY FIRE & RESCUE GASTON RURAL FIRE DEPARTMENT CITY COUNTY INSURANCE SERVICES METRO Roseburg Police Department SOUTH SUBURBAN SANITARY DISTRICT OAK LODGE SANITARY DISTRICT SOUTH FORK WATER BOARD SUNSET EMPIRE PARK AND RECREATION SPRINGFIELD UTILITY BOARD Tillamook Urban Renewal Agency Boardman Rural Fire Protection District Silverton Fire District Lewis and Clark Rural Fire Protection District Rainbow Water District Illinois Valley Fire District PORT OF TILLAMOOK BAY TRI- COUNTY HEALTH CARE SAFETY NET ENTERPRISE METROPOLITAN EXPOSITION - RECREATION COMMISSION REGIONAL AUTOMATED INFORMATION NETWORK OAK LODGE WATER DISTRICT THE PORT OF PORTLAND WILLAMALANE PARK AND RECREATION DISTRICT TUALATIN VALLEY WATER DISTRICT UNION SOIL & WATER CONSERVATION DISTRICT LANE EDUCATION SERVICE DISTRICT TUALATIN HILLS PARK AND RECREATION DISTRICT 67 Packet Page -3612- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration PORT OF SIUSLAW CHEHALEM PARK AND RECREATION DISTRICT PORT OF ST HELENS LANE TRANSIT DISTRICT CENTRAL OREGON INTERGOVERNMENTAL COUNCIL HOODLAND FIRE DISTRICT NO.74 WEST MULTNOMAH SOIL AND WATER CONSERVATION DISTRICT SALEM AREA MASS TRANSIT DISTRICT Banks Fire District #13 KLAMATH COUNTY 9 -1 -1 GLENDALE RURAL FIRE DISTRICT COLUMBIA 911 COMMUNICATIONS DISTRICT NW POWER POOL Lowell Rural Fire Protection District TriMet Transit La Pine Park & Recreation District Siuslaw Public Library District Columbia River Fire & Rescue Seal Rock Water District Tillamook Fire District Tillamook County Transportation Dist Central Lincoln People's Utility District Jefferson Park and Recreation Brookings Fire / Rescue City of Veneta CITY OF DAMASCUS Hermiston Fire & Emergency Svcs CEDAR MILL COMMUNITY LIBRARY CITY OF LAKE OSWEGO EUGENE WATER & ELECTRIC BOARD LEAGUE OF OREGON CITIES CITY OF SANDY CITY OF ASTORIA OREGON CITY OF BEAVERTON CITY OF BOARDMAN CITY OF CANBY CITY OF CANYONVILLE CITY OF CENTRAL POINT POLICE DEPARTMENT CITY OF CLATSKANIE CITY OF CONDON CITY OF COOS BAY CITY OF CORVALLIS • :, Packet Page -3613- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration CITY OF CRESWELL CITY OF ECHO CITY OF ESTACADA CITY OF EUGENE CITY OF FAIRVIEW CITY OF GEARHART CITY OF GOLD HILL CITY OF GRANTS PASS CITY OF GRESHAM CITY OF HILLSBORO CITY OF HOOD RIVER CITY OF JOHN DAY CITY OF KLAMATH FALLS CITY OF LA GRANDE CITY OF MALIN CITY OF MCMINNVILLE CITY OF HALSEY CITY OF MEDFORD CITY OF MILL CITY CITY OF MILWAUKIE CITY OF MORO CITY OF MOSIER CITY OF NEWBERG CITY OF OREGON CITY CITY OF PILOT ROCK CITY OF POWERS RAINIER POLICE DEPARTMENT CITY OF REEDSPORT CITY OF RIDDLE CITY OF SCAPPOOSE CITY OF SEASIDE CITY OF SILVERTON CITY OF STAYTON City of Troutdale CITY OF TUALATIN, OREGON CITY OF WARRENTON CITY OF WEST LINN /PARKS CITY OF WOODBURN CITY OF TIGARD, OREGON CITY OF AUMSVILLE CITY OF PORT ORFORD CITY OF EAGLE POINT CITY OF WOOD VILLAGE St. Helens, City of Packet Page -3614- We 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration CITY OF WINSTON CITY OF COBURG CITY OF NORTH PLAINS CITY OF GERVAIS CITY OF YACHATS FLORENCE AREA CHAMBER OF COMMERCE PORTLAND DEVELOPMENT COMMISSION CITY OF CANNON BEACH OR CITY OF ST. PAUL CITY OF ADAIR VILLAGE CITY OF WILSONVILLE HOUSING AUTHORITY OF THE CITY OF SALEM CITY OF HAPPY VALLEY CITY OF SHADY COVE CITY OF LAKESIDE CITY OF MILLERSBURG CITY OF GATES KEIZER POLICE DEPARTMENT CITY OF DUNDEE CITY OF AURORA THE CITY OF NEWPORT CITY OF ALBANY CITY OF ASHLAND CITY OF LEBANON CITY OF PORTLAND CITY OF SALEM CITY OF SPRINGFIELD CITY OF BURNS CITY OF COTTAGE GROVE CITY OF DALLAS CITY OF FALLS CITY CITY OF PHOENIX CITY OF PRAIRIE CITY CITY OF REDMOND CITY OF SANDY CITY OF SHERWOOD CITY OF GRANTS PASS City of Florence City of Monmouth City of Philomath La Grande Police Department City of Lake Oswego Woodburn City Of NW PORTLAND INDIAN HEALTH BOARD Packet Page -3615- 70 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Portland Patrol Services City Of Bend City Of Coquille City Of Molalla City Of North Bend Columbia Gorge Community City of St. Helens Toledo Police Department City of Independence City of Baker City CITY OF SWEETHOME City of Ontario North Lincoln Fire & Rescue #1 CITY OF LINCOLN CITY City of Milton - Freewater City of Forest Grove City of Mt. Angel 71 Packet Page -3616- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration CENTRAL OREGON COMMUNITY COLLEGE UMPQUA COMMUNITY COLLEGE LANE COMMUNITY COLLEGE MT. HOOD COMMUNITY COLLEGE LINN- BENTON COMMUNITY COLLEGE SOUTHWESTERN OREGON COMMUNITY COLLEGE PORTLAND COMMUNITY COLLEGE CHEMEKETA COMMUNITY COLLEGE ROGUE COMMUNITY COLLEGE COLUMBIA GORGE COMMUNITY COLLEGE TILLAMOOK BAY COMMUNITY COLLEGE KLAMATH COMMUNITY COLLEGE DISTRICT OREGON COMMUNITY COLLEGE ASSOCIATION Oregon Coast Community College Oregon Forest Resources Institute Office of the Ong Term Care Ombudsman OREGON TOURISM COMMISSION OREGON STATE POLICE OFFICE OF THE STATE TREASURER OREGON DEPT. OF EDUCATION SEW LOCAL 503, OPEU OREGON DEPARTMENT OF FORESTRY OREGON STATE DEPT OF CORRECTIONS OREGON CHILD DEVELOPMENT COALITION OFFICE OF MEDICAL ASSISTANCE PROGRAMS OREGON OFFICE OF ENERGY OREGON STATE BOARD OF NURSING BOARD OF MEDICAL EXAMINERS OREGON LOTTERY OREGON BOARD OF ARCHITECTS SANTIAM CANYON COMMUNICATION CENTER OREGON DEPT OF TRANSPORTATION OREGON TRAVEL INFORMATION COUNCIL OREGON DEPARTMENT OF EDUCATION Oregon Tradeswomen Oregon Convention Center OREGON SCHL BRDS ASSOCIAT OREGON DEPARTMENT OF HUMAN SERVICES CARE OREGON Kdry Channel 12 Central Oregon Home Health and Hos 72 Packet Page -3617- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration Oregon Health Care Quality Cor Opta Oregon Permit Technician STATE OF OREGON US FISH AND WILDLIFE SERVICE USDA Forest Service Yellowhawk Tribal Health Center ANGELL JOB CORPS HOUSING AUTHORITY OF PORTLAND NORTH BEND CITY- COOS /URRY HOUSING AUTHORITY MARION COUNTY HOUSING AUTHORITY Housing Authority of Yamhill County 73 Packet Page -3618- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration 105EMA Standard Terms and Conditions Addendum FEMA STANDARD TERMS AND CONDITIONS ADDENDUM FOR CONTRACTS AND GRANTS If any purchase made under the Master Agreement is funded in whole or in part by Federal Emergency Management Agency ( "FEMA ") grants, Contractor shall comply with all federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13 ( "44 CFR 13 "). In addition, Contractor agrees to the following specific provisions: 1. Pursuant to 44 CFR 13.36(1)(1), County is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractor's compliance with the terms of this Master Agreement, including but not limited to those remedies set forth at 44 CFR 13.43. 2. Pursuant to 44 CFR 13.36(1)(2), County may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3. Pursuant to 44 CFR 13.36(i)(3)- (6)(12), and (13), Contractor shall comply with the following federal laws: a. Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor ( "DOL ") regulations (41 CFR Ch. 60); b. Copeland "Anti- Kickback" Act (18 U.S.C. 874), as supplemented in DOL regulations (29 CFR Part 3); C. Davis -Bacon Act (40 U.S.C. 276a- 276a -7) as supplemented by DOL regulations (29 CFR Part 5); d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -330) as supplemented by DOL regulations (29 CFR Part 5); e. Section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15); and f. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation play issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94 -163, 89 Stat. 871). 4. Pursuant to 44 CFR 13.36(i)(7), Contractor shall comply with FEMA requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41. 5. Pursuant to 44 CFR 13.36(1)(8), Contractor agrees to the following provisions 74 Packet Page -3619- 5/14/2013 16.E.7. RFP -IS- 13255001 Appendix I: U.S. Communities Additional Terms and Conditions for National Program Consideration regarding patents: a. All rights to inventions and/or discoveries that arise or are developed, in the course of or under this Agreement, shall belong to the County and be disposed of in accordance with County policy. The County, at its own discretion, may file for patents in connection with all rights to any such inventions and/or discoveries. 6. Pursuant to 44 CFR 13.36(1)(9), Contractor agrees to the following provisions, regarding copyrights: a. If this Agreement results in any copyrightable material or inventions, in accordance with 44 CFR 13.34, FEMA reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, for Federal Government purposes: (1) The copyright in any work developed under a grant or contract; and (2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7. Pursuant to 44 CFR 13.36(i)(10), Contractor shall maintain any books, documents, papers, and records of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as County deems necessary, Contractor shall permit County, FEMA, the Comptroller General of United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination, excerpts, and transcriptions. 8. Pursuant to 44 CFR 13.36(i)(1 1), Contractor shall retain all required records for three years after FEMA or County makes final payments and all other pending matters are closed. In addition, Contractor shall comply with record retention requirements set forth in 44 CFR 13.42. 75 Packet Page -3620- Tl........ 1 F 1 5/14/2013 16.E.7. Note: Please keep a copy of this Form . You may access this transmittal form again from the Associated Components List while your notice is active. iltERX . Transmittal Form l Date and Time 07/12/2012 09:13 A.M. Reference information Solicitation Number 13255001 Reference Number 258398 Source ID PU.MU.USA.457357.C50448 Closing Date 17/0112013 Closing Time 12:00 P.M. Pacific Standard Time PST Component Information Component Number Document 0 Medium Electronic Format 8.5 x 11 Content Main Document (RFP, RFQ, Tender etc.) Language English Number of Pages 46 Number of Words 0 File Type PDF File Name RFP Electrical —2012 12- 04- 12- Final.pdf Instructions To view all RFP documents go to http : / /camisvr.co.1a.ca.usAacobids/ Distribute as PDF Yes Distribution Information Distribution Unit MERX DISTRIBUTION UNIT Ship By Upload Contact Information Organization U.S. Communities Buyer MERX Mr. Paul Terragno Address 2033 N Main StreetSuite 700 Walnut Creek CA 94596 Phone 301 -717 -2969 Fax 301 -975 -1015 Corrtbnue https : / /www.merx. corn / English /BUYER_Menu.asp ?WCE =Show &TAB= I &PORTAI, M... Packet Page -3621- 12/7/2012 5/14/2013 16.E.7. .a'' RR=A, Margaret Colony, Onvia Ac ctrd Manager ieIR ROO [ Help & Vii': IYPe Bid view Ma Project Name_ Electrical Products And Related Services And aependix- -d -non- care Iocal.xI. . Bid /Proposal Form Solutions appendix -g-e- core- iocal.xlsx Bid/Proposal Form Print This A�encr Los Angeles County RFP - Electrical - 2012-12- 04.12 -F... Lrscoban: Los Angeles, CA 90012 ► Send This Level Of Govemmert: County SubmittailDue Date: 1/1712013 12 :00 AM Due in 41 days Pre-Bid Mewing Date: 12/18/2012 8 :00 AM Mandatory Agency Bid 9: RFP -IS- 13255001 pub €ic„ation Date: 12/0612012 Onvis Reference #; BID :21333414 specifications Descriptiom Electrical Products and Related Services and Solutions Lead Agency: County of Los Angeles RFP Documents: RFP - Electrical- 2012- 12 -04 -12 Appendix -A -F- and -H -1 Appendix -G-A- Electrical- BidPric eSheet Append ix-G -B -Non- Core- Nat - 8-8-12 Appendix -G -C -Core- Nat - List - 8-8-12 -Final Appendix -G -D- Non - Core -Local Appendix -G -E- Core-Local Schedules: Mandatory Pre- proposal Conference: December 18, 2012 Responses due: January 17, 2013 Posting information: Bate Posted: U.S. Communities: Current Solicitations December 7, 2012- January 17, 2013 Onvia Demand Star December 7, 2012- January 17, 2013 County of Los Angeles December 7,2012- January 17, 2013 Canadian MERX Public Tenders December 7, 2012 - January 17, 2013 State of Hawaii and Oregon December 7,2012- January 17, 2013 Oregon Association of Counties December 7, 2012- January 17, 2013 PrgiectDocume❑ts: Q ai2pendix -g-e- electrical- bidori... Bid /Proposal Form 3 years apondix-g-c- core -nat- fist- 8 -8... Bid/Proposal Form Length Of Extensbns: aependix- -d -non- care Iocal.xI. . Bid /Proposal Form Cl appendix -g-e- core- iocal.xlsx Bid/Proposal Form Appendix-A -F- and- H -I.odf Bid/Proposal Form RFP - Electrical - 2012-12- 04.12 -F... Bid/Proposal Form appendix- g- trnon- core- nat- 8 -8 -... Bid /Proposal Form Catsgcries: Electrical Equipment, Wiring and Lighting Supplies Contract Details Con "ct Term: 3 years Number Of Extensions: 2 Length Of Extensbns: 1 year Agency Coact Buyer Ted L a Buyer Ernal €: tlo2 isd.lacountygov Tge.Gma Gtme 20F2 D.mia, rcs. A;: r,'OHS:am IaVl d, x m mm pan -n,- Gas.*. G -ssax, a c;•ipx: scai✓r. J, fzxi'xn*a w °; cap M rt cm'* .xau came nm�ly. 4CCC(Y: tE+tip�rcf, Ftl'3'.t+t�tX:A. P,3tAre.4 , tY.iFI:A';. kAMler. yygp,�, tlr tlA1rWYlF TMS t3n4� Gt/Nf3 Prpd4y OO�E(CR>hftT�'. fb nay bLe64atfs tBgRM)° Z �: [I�' nJ Wuf tlLYt"tlSi;C� tYuilA 8. Okta iP CantB'' i'ffirn9 CS+A0. 9'k?.' lAtt't9'dl(EF:Cit 37+t?�t7,?nr custa+rrtlrs+ +e aFEta� »A Bern 0 Packet Page -3622- 5/14/2013 16.E.7. NI, ONVIA A=unt Manage% AA Margaret Colony Onvia Buyer Fax: (323) 415-8662 v.gency Los Angeles County Owner Address. 500 W. Temple Street Ste. 525 Los Angeles, California 90012 CWner Vifebsfte: httD:J/www.IacounVJnfo CIh-mv a fimUa mcaw- , Me ­Mer, :4fl9 " & Ch.a, _ .,-� JtrI-Mh-efas lust m-,,,;W - C" ` W scl? Im Iwo, Packet Page -3623- List and Search for Bid 5/14/2013 16.E.7. Search for an Open Bid Files A B C D E F G H I J K L M N D P Q R S T U V W X Y Z All Search By ADoendix A - Bid Title • electrical Submit Finat:ad' Sort By Bid Title Sort Download Documents for Bid # RFP -IS- 13255001 The files to download can range in size from as small as 125k to as large as 3M, and can be in an Adobe Acrobat PDF, MS Word, or WinZip compressed format. To view PDF documents, the latest version of Adobe Acrobat Reader will need to be installed on your workstation. The Adobe Acrobat Reader is available FRET= to download from Adobe Last Description Update 1217/2012 RFP Document 12/712012 Appendix A 12/7/2012 Appendix B-F 12f7/2012 Appendix H 12/7/2012 Appendix I 12f112012 Appendix G -A 121712012 Appendix G -B National- Non- core 1217/2012 Appendix G-C National - Core 1217/2012 Appendix G -D Local Non -Core 12/7/2012 Appendix G -E Local - Core Bacti tCff9V vaindoN� File Type File Size Files RFP Eletrcal - PDF 231.45 K 2012 12-04-12 - Finas.odf ADoendix A - PDF 128.45 K Rscinirtmc3 Fo Finat:ad' PDF 655.13 K Aiiendtx --F - Fina -.Dd: Appendix H . supplier Wtrrksheet and PDF 126.44 K Infarmatton for t+iaj nal Program ConsioeraLion FINAL.iA PDF 382.78 K f ar)enctix 1- lt:s- Finai_ d= ADDendix G -A - Excel 29.18 K Elect ical BidPnceSneet.xls Aka ndix G-6- Excel 80.33 K Nor-Core 6- 8 -12 - Final_xlsx Annendir, G -C - Excel 19.2 K Core Nat List F- 8 -12 - FinsI,x!sx Anyendix. G- 7 Excel 50.1 K Non -Core Locai- F+.nal.xlsx Excel 19.14 K Anoendix G -c Care: Local.xisx http:// camisvr. co. la. ca. us /lacobidsBidLookUpBidLookUpFrm .asp Packet Page -3624- 12/7/2012 5/14/2013 16.E.7. AFFIDAVIT OF PUBLICATION [DIX 921 S.W. Washington St. Suite 210 t Portland, OR 97205 -2810 (503) 226 -1311 STATE OF OREGON, COUNTY OF MULTNOMAH, —ss. 1, Marc Caplan , -being first duly sworn, depose and say that I am a Public Notice Manager of the DAILY JOURNAL OF COMMERCE, a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH and WASHINGTON as defined by ORS 193.010 and 193.020; published at Portland in the aforesaid County and State; that I know from my personal knowledge that the Goods and Services notice described as Electrical Products & Relates! Services & Solutions U.S. Communities Government Purchasing Alliance; Bid Location Fort Mill County; Due 01117/2013 at 12:00 Pm a printed copy of which is attached, was published in the entire issue of this newspaper for 7 time(s) in the following issues: 12/10/2012 12/1112012 12114/2012 12/17/2012 SUBSCRIBED AND SWORN TO BEFORE ME ON THE 18th DAY OF December 2012 Marc Caplan, Public Notice Manager Mary Pelfrey U.S. Communities 9124 Drayton Ln Fort Mill, SC 29707 -5848 c'�FFICIAL SE4L fftJA �G GOATE a AFtY °t.18i.tC - �?f3ECiilt'e vt7MMISSION NO.453647 t PwIY GOMMI8#�ION EXPIRES Nt�1/ 07, 2014 12/12/2012 12/13/2012 12/18/2012 Packet Page -3625- U.S. COMMUNIT4ES ALLIANCE ' ELECTRICAL PRODUCTS.AND RELATEDSERYtCESAND , SOL•Un ONS rrooppoysalt due 12:00 prn, Jan. 17 REQUEST FOR PROPOSALS '-RFP`182S5 --, .: .Affiance, bidsl Pubfished Dec. t0, 11, 12, 18, >14, 17 =& 16, 2012. Order No.: 10197492 Client Reference No: Mary Pelfrey U.S. Communities 9124 Drayton Ln Fort Mill, SC 29707 -5848 c'�FFICIAL SE4L fftJA �G GOATE a AFtY °t.18i.tC - �?f3ECiilt'e vt7MMISSION NO.453647 t PwIY GOMMI8#�ION EXPIRES Nt�1/ 07, 2014 12/12/2012 12/13/2012 12/18/2012 Packet Page -3625- U.S. COMMUNIT4ES ALLIANCE ' ELECTRICAL PRODUCTS.AND RELATEDSERYtCESAND , SOL•Un ONS rrooppoysalt due 12:00 prn, Jan. 17 REQUEST FOR PROPOSALS '-RFP`182S5 --, .: .Affiance, bidsl Pubfished Dec. t0, 11, 12, 18, >14, 17 =& 16, 2012. Order No.: 10197492 Client Reference No: 5/14/2013 16.E.7. AFFIDAVIT OF PUBLICATION State of Hawaii ) ) SS: County of Hawaii ) LEILANI K. R. HIGAKI being first duly sworn, deposes and says: 1 That she is the BUSINESS MANAGER of HAWAII TRIBUNE-HERALD a newspaper published in the City of HILO State of Hawaii. 2. That the" RFP 13255001 for Electrical Products ...Count of Los Angeles, CA ... etc. of which a clipping from the newspaper as published is attached hereto, was pub- lished in said newspaper on the following date(s) Am, 52724r1 December 12, 13, 14, 15, 16, 17, 18, 2012 (etc.). Subscribed and sworn to before me this - 26th -day of December, 2012 SHARON H. P. OGATA Notary Public, Third Circuit, State of Hawaii My commission expires QGtobs; *11, Page(s): 1 Packet Page -3626- X__4 Current Solicitations I U.S. Communities Noma N"m & Events Current scilicitotions CURRENT SOLICITATIONS ,n--- 1 —.rlw 5/14/2013 16.E.7. Listed beloware posting details and documents fore ompetitive solicitations currently in progress- Resulting contracts will be made available through the U. S, Communiues cooperative purchasing prooram, Jay& PLUMBING FIXTURES, SUPPLIES AND RELATED PRODUCTS AND SERVICES Lead Agency: Maricopa County, AZ RFP Documents: 121328olichation 12132 ATTACHMENT A Schedules. Pm• m L_ f2132ATTACHMENT) . 1 Resmnses Due. Omaber 24 2012 n 12312 Extubit. 5 Draft Contract in 12132 RFP Acidenoom #1 'n 12132RFPAdc[andu.#2 n, 12132 RFPAddendum 93 tl) Questions and Answers Posting Information: Date Posted: U.S. Cummunitin SePtsmb6r2--0-12-0cNiber2A,20 Onvia DemandStar SWember2l Z312-0ctoter24.20 EkdSync SuPlemtGr2l. 2012-Cict000r 24.20 Canadian MERX FiLjbh� lenopM Septombot2l-2012-0ctb-24,20 State of Hawaii and Orecpr, S001"bOr 21, 2012 - October 24,20 01`69011 Assoaiawn 0.1 Counties 2012-0=09r24 - ELECTRICAL PRODUCTS AND RELATED SERVICES 12 12 1z 12 12 I r2l 0-I Lead Agency: County of Los Angeles RFP Documents: RFP-EJe,*nW,2012-12-04-12 RFP-Electncaj-13255Wl- Schedules: hianoatory Pre�proposaj coryterrice AmerKifflent I De,"mber 16.2012 RFP-Electrical-132550oi- Responsft due, jarrjar,(17' 2013 Ameridmeri[2 RFP- Electrical - 13255001. LJ AmencenenQ App9ridjxA•F-arKl.H-1 SAPnCeShee( NoticeofAward: !)NoticeofAward 77 Appendix -G4B-Non-Core-Nst-B-8-12 — Appeaft-G-C-Core-Nat4j$1-ars.12. Final APPen(fix-G-D-Non-Core-Local !7 APPO;16x-G-E-Core-Local Posting Information; U.S. Communities. C."Yjn,, sowitattom Onvia Demand Star County of Los Angetes Canadian MCRX Pubkc-reriaers State of H.,vaii and Oregon OlvtponAs- xmtimcf Counties Date Posted: Dewmbe,'7, 20' , 2=January I T 2012 [)--emosr7.20T2-JwwaN 17.2013 December 7.2012-Jarmary 17,2013 DeClamter 7.2012-Wuary 17.2013 December 7,20124anuary 17, 2013 Decombei - 2012-jaruary 17, 2013 hq://Www.uscommunities.org/news-events/current-solicitations.aspx 2/12/2013 Packet Page -3627- 5/14/2013 16.E.7. Packet Page -3628- w � CONTRACT N0: VERSION DATE TERM CONTRACT AWARD i MARS- 1140530.6 f� t 04 INTERNAL SERVICES DEPARTMENT tx PROCUREMENT FOLDER: 202767 ><' BUYER: Theodore Lo PHONE: 323.2672207 EMAIL: ted.lo@Msd.lecounty.gov VENDOR N0: 601079 GRAYEIAR ELECTRIC COMPANY CONTACT; JEFF PESKUSKI 383 SOUTH CHERYL LANE PHONE: 630493 -36M FISCAL YEAR: INDUSTRY CA 91789 EFFECTIVE DATE: 10116110 £XFVA'U0 4 W M113 ELECTRICAL PRODUCTS - AMENDMENT 4 LINEW, CGovm00)3y15EAVIC50ESCAIPToN OUARTITY Uou PRICE TYPE VALUE 1 COMMODITY CODE: 285 - 93.00- 047498 0.000 DISCOUNT 0.0000 % Cflrilm yrtl�,�dr,�? LIN1; WIETED 2 COMMODITY CODE: 285.93 -00. 047496 0.000 CATALOG 0.0000% ELECTRICAL PRODUCTS, EQUIPMENT, SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE. SEE CATALOG ATTACHMENT, 3 COMMODITY CODE: 285- 93 -00- 047498 0.000 CATALOG 3.0000% ELECTRICAL PRODUCTS, EQUIPMENT, SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. 4 COMMODITY CODE: 285.93.00 -047498 0.000 CATALOG 4.0000 % ELECTRICAL PRODUCTS, EQUIPMENT, SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT COUN LOSANG ` t" VENDORSIGNATU FJD 1 Packet Page -3628- w