10.07.2015 Views

RFP - MRO Equipment & Supplies - Final - NCPA

RFP - MRO Equipment & Supplies - Final - NCPA

RFP - MRO Equipment & Supplies - Final - NCPA

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Request for Proposal (<strong>RFP</strong>) for <strong>MRO</strong> <strong>Equipment</strong> Solicitation Number: 07-­‐11 Publication Date: Tuesday, November 1 st , 2011 Notice to Respondent: Submittal Deadline: Thursday, December 1 st , 2011 3:00 pm CST Questions regarding this solicitation must be submitted to questions@ncpa.us no later than Wednesday, November 23 rd , 2011. All questions and answers will be posted to http://www.ncpa.us/solicitations. It is the intention of Region 14 Education Service Center (herein “Region 14 ESC”) to establish a Master Agreement for <strong>MRO</strong> <strong>Equipment</strong> for use by Region 14 ESC and other public agencies supported under this contract. This Request for Proposal is issued on behalf of the National Cooperative Purchasing Alliance through a public agency clause, which provides that any county, city, special district, local government, school district, private K-­‐12 school, higher education institution, state, other government agency, healthcare organization or nonprofit organization may purchase Products and Services through this contract. Respondents will be required to execute the <strong>NCPA</strong> Administration Agreement upon award. This contract will allow agencies to purchase on an “as needed” basis from a competitively awarded contract. Respondents are requested to submit their total line of available products and services. While this solicitation specifically covers <strong>MRO</strong> <strong>Equipment</strong>, respondents are encouraged to submit an offering on any or and all products and services available that they currently perform in their normal course of business. Responses shall be received no later than the submittal deadline in the offices of Region 14 ESC at the address below: Region 14 Education Service Center 1850 Highway 351 Abilene, Texas 79601 Immediately following the deadline, all responses will be publically opened and the respondents recorded. Any response received later than the specified deadline, whether delivered in person or mailed, will be disqualified. Faxed or electronically submitted responses cannot be accepted. Responses must be sealed and plainly marked with the company name and the opening date and time. Two (2) bound and signed copies of the proposals and Two (2) electronic copies on CD, DVD, or flash drives (i.e. pin or jump drives) shall be provided.


Competitive Solicitation by Region 14 Education Service Center For <strong>MRO</strong> <strong>Equipment</strong> On behalf of itself and other Government Agencies And made available through the National Cooperative Purchasing Alliance <strong>RFP</strong> # 07-­‐11


Introduction / Scope ♦ Region 14 ESC 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 non-­profit organizations (herein “Public Agency” or collectively “Public Agencies”) is soliciting proposals from qualified vendors to enter into a Master Agreement for a complete line of <strong>MRO</strong> <strong>Equipment</strong>. ♦ Region 14 ESC, as the lead public agency, has partnered with <strong>NCPA</strong> to make the resultant contract available to all participating agencies in the United States. <strong>NCPA</strong> provides marketing and administrative support for the awarded vendor that promotes the successful vendor’s products and services to Public Agencies nationwide. The Vendor will execute the <strong>NCPA</strong> Administration Agreement (Tab 2) upon award. Vendor should thoroughly review all documents and note any exceptions to <strong>NCPA</strong> terms and conditions in their proposal. ♦ Awarded vendor(s) shall perform covered services under the terms of this agreement. Respondents shall provide pricing based on a discount from their standard pricing schedules for products and/or services offered. Electronic Catalog and/or price lists must accompany the proposal. Multiple percentage discount structure is also acceptable. Please specify where different percentage discounts apply. Additional pricing and/or discounts may be included. ♦ Each service proposed is to be priced separately with all ineligible items identified. Services may be awarded to multiple vendors. Respondents may elect to limit their proposals to a single service within any category, or multiple services within any and all categories. ♦ National Cooperative Purchasing Alliance (<strong>NCPA</strong>) Ø The National Cooperative Purchasing Alliance (herein “<strong>NCPA</strong>”) assists public agencies to increase their efficiency and reduce their costs when procuring goods and services. This is accomplished by awarding competitively solicited contracts that are leveraged nationally by combining the volumes and purchasing power of entities nationwide. Our contracts are available for use by any entity that must comply with procurement laws and regulations. ♦ It is the intention of Region 14 ESC and <strong>NCPA</strong> to achieve the following objectives through this <strong>RFP</strong>. Ø Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Public Agencies; Ø Achieve cost savings of Vendors and Public Agencies through a single competitive solicitation process that eliminates the need for multiple proposals; Ø Combine the purchasing power of Public Agencies to achieve cost effective pricing; Ø Reduce the administrative and overhead costs of Vendors and Public Agencies through state of the art purchasing procedures.


Instructions to Respondents ♦ Submission of Response Ø Only sealed responses will be accepted. Faxed or electronically transmitted responses will not be accepted. Ø Sealed responses may be submitted on any or all items, unless stated otherwise. Region 14 ESC reserves the right to reject or accept any response. Ø Deviations to the terms, conditions and/or specifications shall be conspicuously noted in writing by the respondent and shall be included with the response. Ø Withdrawal of response will not be allowed for a period of 120 days following the opening. Pricing will remain firm for 120 days from submittal. ♦ Required Proposal Format Ø Responses shall be provided in a three-­‐ring binder or report cover using 8.5 x 11 paper clearly identified with the name of Respondents company and solicitation responding to on the outside front cover and vertical spine. All forms are to be completed electronically. Include a copy of all solicitation pages before section needing tabulation in response. Tabs should be used to separate the proposal into sections, as identified below. Respondents failing to organize in the manner listed may be considered non-­‐responsive and may not be evaluated. ♦ Binder Tabs Ø Tab 1 – Master Agreement Ø Tab 2 – <strong>NCPA</strong> Administration Agreement Ø Tab 3 – Vendor Questionnaire Ø Tab 4 – Vendor Profile Ø Tab 5 – Products and Services / Scope Ø Tab 6 -­‐ References Ø Tab 7 -­‐ Pricing Ø Tab 8 – Value Added Products and Services Ø Tab 9 – Required Documents ♦ Shipping Label Ø The package must be clearly identified as listed below with the solicitation number and name of the company responding. All packaged must be sealed and delivered to the Region 14 ESC offices no later than the submittal deadline assigned for this solicitation. From: ________________________________________________________________ Company: ________________________________________________________________ Address: ________________________________________________________________ City, State, Zip: ________________________________________________________________ Solicitation Name and Number: ________________________________________________________________ Due Date and Time: ________________________________________________________________


Tab 1 – Master Agreement General Terms and Conditions ♦ Customer Support Ø The vendor shall provide timely and accurate technical advice and sales support. The vendor shall respond to such requests within one (1) working day after receipt of the request. ♦ Assignment of Contract Ø No assignment of contract may be made without the prior written approval of Region 14 ESC. Purchase orders and payment can only be made to awarded vendor. Awarded vendor is required to notify Region 14 ESC when any material change in operation is made. ♦ Disclosures Ø Respondent affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this contract. Ø The respondent affirms that, to the best of his/her knowledge, the offer has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. ♦ Renewal of Contract Ø Unless otherwise stated, all contracts are for a period of one (1) year with an option to renew annually for an additional four (4) years if agreed to by Region 14 ESC and the vendor. ♦ Funding Out Clause Ø Any/all contracts exceeding one (1) year shall include a standard “funding out” clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity’s current revenue only, provided the contract contains either or both of the following provisions: Ø Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract. ♦ Shipments (if applicable) Ø The awarded vendor shall ship ordered products within seven (7) working days for goods available and within four (4) to six (6) weeks for specialty items after the receipt of the order unless modified. If a product cannot be shipped within that time, the awarded vendor shall notify the entity placing the order as to why the product has not shipped and shall provide an estimated shipping date. At this point the participating entity may cancel the order if estimated shipping time is not acceptable.


♦ Tax Exempt Status Ø Since this is a national contract, knowing the tax laws in each state is the sole responsibility of the vendor. ♦ Payments Ø The entity using the contract will make payments directly to the awarded vendor. ♦ Pricing Ø The awarded vendor agrees to provide pricing that are the lowest pricing available and the pricing shall remain so throughout the duration of the contract. The awarded vendor agrees to promptly lower the cost of any product purchased through the contract following a reduction in the manufacturer or publisher's direct cost. Price increases must be approved by Region 14 ESC. However, the awarded vendor must honor previous prices for thirty (30) days after approval and written notification if requested. Ø All pricing submitted to shall include the administrative fee to be remitted to <strong>NCPA</strong> by the awarded vendor. It is the awarded vendor’s responsibility to keep all pricing up to date and on file with <strong>NCPA</strong>. Ø All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing ♦ Warranty Ø Proposals should address each of the following: §§§§Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. Availability of replacement parts Life expectancy of equipment under normal use Detailed information as to proposed return policy on all equipment ♦ Indemnity Ø The awarded vendor shall protect, indemnify, and hold harmless Region 14 ESC and its participants, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the vendor, vendor employees or vendor subcontractors in the preparation of the solicitation and the later execution of the contract. ♦ Franchise Tax Ø The respondent hereby certifies that he/she is not currently delinquent in the payment of any franchise taxes.


♦ Supplemental Agreements Ø The entity participating in this contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. ♦ Certificates of Insurance Ø Certificates of insurance shall be delivered to the Public Agency prior to commencement of work. The insurance company shall be licensed in the applicable state in which work is being conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days notice prior to any modifications or cancellation of policies. The awarded vendor shall require all subcontractors performing any work to maintain coverage as specified. ♦ Legal Obligations ♦ Protest Ø It is the Respondent’s responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this <strong>RFP</strong> and any awarded contract and shall comply with all while fulfilling the <strong>RFP</strong>. Applicable laws and regulation must be followed even if not specifically identified herein. Ø A protest of an award or proposed award must be filed in writing within ten (10) days from the date of the official award notification and must be received by 5:00 pm CST. No protest shall lie for a claim that the selected Vendor is not a responsible Bidder. Protests shall be filed with Region 14 ESC and shall include the following: § Name, address and telephone number of protester § Original signature of protester or its representative § Identification of the solicitation by <strong>RFP</strong> number § Detailed statement of legal and factual grounds including copies of relevant documents and the form of relief requested Ø Any protest review and action shall be considered final with no further formalities being considered. ♦ Force Majeure Ø If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch.


Ø The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the United States or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty ♦ Prevailing Wage Ø It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. ♦ Miscellaneous Ø Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. ♦ Open Records Policy Ø Because Region 14 ESC is a governmental entity responses submitted are subject to release as public information after contracts are executed. If a vendor believes that its response, or parts of its response, may be exempted from disclosure, the vendor must specify page-­‐by-­page and line-­‐by-­‐line the parts of the response, which it believes, are exempt. In addition, the respondent must specify which exception(s) are applicable and provide detailed reasons to substantiate the exception(s). Ø The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 14 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the respondent are not acceptable. Region 14 ESC must comply with the opinions of the OAG. Region14 ESC assumes no responsibility for asserting legal arguments on behalf of any vendor. Respondent are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information.


Process Region 14 ESC will evaluate proposals in accordance with, and subject to, the relevant statutes, ordinances, rules, and regulations that govern its procurement practices. <strong>NCPA</strong> will assist Region 14 ESC in evaluating proposals. Award(s) will be made to the prospective vendor whose response is determined to be the most advantageous to Region 14 ESC, <strong>NCPA</strong>, and its participating agencies. To qualify for evaluation, response must have been submitted on time, and satisfy all mandatory requirements identified in this document. ♦ Contract Administration Ø The contract will be administered by Region 14 ESC. The National Program will be administered by <strong>NCPA</strong> on behalf of Region 14 ESC. ♦ Contract Term Ø The contract term will be for one (1) year starting from the date of the award. The contract may be renewed for up to four (4) additional one-­‐year terms. ♦ Contract Waiver Ø Any waiver of any provision of this contract shall be in writing and shall be signed by the duly authorized agent of Region 14 ESC. The waiver by either party of any term or condition of this contract shall not be deemed to constitute waiver thereof nor a waiver of any further or additional right that such party may hold under this contract. ♦ Products and Services additions Ø Products and Services may be added to the resulting contract during the term of the contract by written amendment, to the extent that those products and services are within the scope of this <strong>RFP</strong>. ♦ Competitive Range Ø It may be necessary for Region 14 ESC to establish a competitive range. Responses not in the competitive range are unacceptable and do not receive further award consideration. ♦ Deviations and Exceptions Ø Deviations or exceptions stipulated in response may result in disqualification. It is the intent of Region 14 ESC to award a vendor’s complete line of products and/or services, when possible. ♦ Estimated Quantities Ø The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $15 -­‐ $30 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the <strong>NCPA</strong> program. There is no guarantee or commitment of any kind regarding usage of any contracts resulting from this solicitation ♦ Evaluation Ø Region 14 ESC will review and evaluate all responses in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. <strong>NCPA</strong> will assist the lead agency in evaluating proposals. Recommendations for contract awards will be based on multiple factors, each factor being assigned a point value based on its importance.


♦ Formation of Contract Ø A response to this solicitation is an offer to contract with Region 14 ESC based upon the terms, conditions, scope of work, and specifications contained in this request. A solicitation does not become a contract until it is accepted by Region 14 ESC. The prospective vendor must submit a signed Signature Form with the response thus, eliminating the need for a formal signing process. ♦ <strong>NCPA</strong> Administrative Agreement Ø The vendor will be required to enter and execute the National Cooperative Purchasing Alliance Administration Agreement with <strong>NCPA</strong> upon award with Region 14 ESC. The agreement establishes the requirements of the vendor with respect to a nationwide contract effort. ♦ Clarifications / Discussions Ø Region 14 ESC may request additional information or clarification from any of the respondents after review of the proposals received for the sole purpose of elimination minor irregularities, informalities, or apparent clerical mistakes in the proposal. Clarification does not give respondent an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistakes results in a revision. After the initial receipt of proposals, Region 14 ESC reserves the right to conduct discussions with those respondent’s whose proposals are determined to be reasonably susceptible of being selected for award. Discussions occur when oral or written communications between Region 14 ESC and respondent’s are conducted for the purpose clarifications involving information essential for determining the acceptability of a proposal or that provides respondent an opportunity to revise or modify its proposal. Region 14 ESC will not assist respondent bring its proposal up to the level of other proposals through discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet to neither obtain further consideration nor will it provide any information about other respondents’ proposals or prices. ♦ Multiple Awards Ø Multiple Contracts may be awarded as a result of the solicitation. Multiple Awards will ensure that any ensuing contracts fulfill current and future requirements of the diverse and large number of participating public agencies. ♦ Past Performance Ø Past performance is relevant information regarding a vendor’s actions under previously awarded contracts; including the administrative aspects of performance; the vendor’s history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the vendor’s businesslike concern for the interests of the customer.


Evaluation Criteria ♦ Pricing (40 points) Ø Electronic Price Lists § Products, Services, Warranties, etc. price list § Prices listed will be used to establish both the extent of a vendor’s product lines, services, warranties, etc. available from a particular bidder and the pricing per item. ♦ Ability to Provide and Perform the Required Services for the Contract (25 points) Ø Product Delivery within participating entities specified parameters Ø Number of line items delivered complete within the normal delivery time as a percentage of line items ordered. Ø Vendor’s ability to perform towards above requirements and desired specifications. Ø Quantity of line items available that are commonly purchased by the entity. Ø Quality of line items available compared to normal participating entity standards. ♦ References (15 points) Ø A minimum of ten (10) customer references for product and/or services of similar scope dating within past 3 years ♦ Technology for Supporting the Program (10 points) Ø Electronic on-­‐line catalog, order entry use by and suitability for the entity’s needs Ø Quality of vendor’s on-­‐line resources for <strong>NCPA</strong> members. Ø Specifications and features offered by respondent’s products and/or services ♦ Value Added Services Description, Products and/or Services (10 points) Ø Marketing and Training Ø Customer Service


Tab 2 – <strong>NCPA</strong> Administration Agreement This Administration Agreement is made as of December 1 st , 2011, by and between National Cooperative Purchasing Alliance (“<strong>NCPA</strong>”) and ____________________________________ (“Vendor”). Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated December 1 st , 2011, referenced as Contract Number 07-­‐11, by and between Region 14 ESC and Vendor, as may be amended from time to time in accordance with the terms thereof (the “Master Agreement”), for the purchase of <strong>MRO</strong> <strong>Equipment</strong>; WHEREAS, said Master Agreement provides that any state, city, special district, local government, school district, private K-­‐12 school, technical or vocational school, higher education institution, other government agency or nonprofit organization (hereinafter referred to as “public agency” or collectively, “public agencies”) may purchase products and services at the prices indicated in the Master Agreement; WHEREAS, <strong>NCPA</strong> has the administrative and legal capacity to administer purchases under the Master Agreement to public agencies; WHEREAS, <strong>NCPA</strong> serves as the administrative agent for Region 14 ESC in connection with other master agreements offered by <strong>NCPA</strong> WHEREAS, Region 14 ESC desires <strong>NCPA</strong> to proceed with administration of the Master Agreement; WHEREAS, <strong>NCPA</strong> and Vendor desire to enter into this Agreement to make available the Master Agreement to public agencies on a national basis; NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, <strong>NCPA</strong> and Vendor hereby agree as follows: ♦ General Terms and Conditions Ø The Master Agreement, attached hereto as Tab 1 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. Ø <strong>NCPA</strong> shall be afforded all of the rights, privileges and indemnifications afforded to Region 14 ESC under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to <strong>NCPA</strong> under this Agreement including, but not limited to, the Vendor’s obligation to provide appropriate insurance and certain indemnifications to Region 14 ESC. Ø Vendor shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement. Ø <strong>NCPA</strong> shall perform all of its duties, responsibilities, and obligations as administrator of purchases under the Master Agreement as set forth herein, and Vendor acknowledges that <strong>NCPA</strong> shall act in the capacity of administrator of purchases under the Master Agreement. Ø With respect to any purchases made by Region 14 ESC or any Public Agency pursuant to the Master Agreement, <strong>NCPA</strong> (a) shall not be construed as a dealer, re-­‐marketer, representative, partner, or agent of any type of Vendor, Region 14 ESC, or such Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Region


14 ESC, any Public Agency or any employee of Region 14 ESC or 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 the 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. <strong>NCPA</strong> makes no representations or guaranties with respect to any minimum purchases required to be made by Region 14 ESC, any Public Agency, or any employee of Region 14 ESC or Public Agency under this Agreement or the Master Agreement. Ø The Public Agency participating in the <strong>NCPA</strong> contract and Vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the Public Agency and Vendor. <strong>NCPA</strong>, its agents, members and employees shall not be made party to any claim for breach of such agreement. ♦ Term of Agreement Ø This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the obligation to pay all amounts owed by Vendor to <strong>NCPA</strong> through the termination of this Agreement and all indemnifications afforded by Vendor to <strong>NCPA</strong> shall survive the term of this Agreement. ♦ Fees and Reporting Ø Vendor shall pay to <strong>NCPA</strong> a monthly/quarterly administrative fee based upon the total purchase price paid to Vendor for the sale of products and/or services pursuant to the Master Agreement based upon tiered fee schedule below. Vendor’s annual sales shall be measured on a calendar year basis. Annual Sales Through Contract Administrative Fee 0 -­‐ $50,000,000 2% $50,000,001 -­‐ $100,000,000 1.75% $100,000,001 -­‐ $150,000,000 1.5% $150,000,001 -­‐ $200,000,000 1.25% $200,000,001 -­‐ $500,000,000 1% $500,000,001 -­‐ $1,000,000,000 0.75% $1,000,000,000+ 0.5% Ø Supplier shall maintain an accounting of all purchases made by Public Agencies under the Master Agreement. <strong>NCPA</strong> and Region 14 ESC reserve the right to audit the accounting for a period of four (4) years from the date <strong>NCPA</strong> receives the accounting. In the event of such an audit, the requested materials shall be provided at the location designated by Region 14 ESC or <strong>NCPA</strong>. In the event such audit reveals an underreporting of Contract Sales and a resulting underpayment of administrative fees, Vendor shall promptly pay <strong>NCPA</strong> the


amount of such underpayment, together with interest on such amount and shall be obligated to reimburse <strong>NCPA</strong>’s costs and expenses for such audit. Ø The awarded vendor shall electronically provide <strong>NCPA</strong> with a detailed monthly or quarterly report showing the dollar volume of all sales under the contract for the previous month or quarter. Reports shall be sent via e-­‐mail to <strong>NCPA</strong> offices at reporting@ncpa.us. Reports are due on the fifteenth (15 th ) day after the close of the previous month or quarter. It is the responsibility of the awarded vendor to collect and compile all sales under the contract from participating members and submit one (1) report. The report shall include at least the following information as listed in the example below: Vendor Name <strong>NCPA</strong> Report Month or Quarter Entity Name Zip Code State PO or Job # Sale Amount Total ________________ ♦ General Provisions Ø 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. Ø Awarded vendor agrees to allow <strong>NCPA</strong> to use their name and logo within website, marketing materials and advertisement. Any use of <strong>NCPA</strong> name and logo or any form of publicity regarding this contract by awarded vendor must have prior approval from <strong>NCPA</strong>. Ø If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any administrative fee and accrued interest, the prevailing party shall be entitled to reasonable attorney’s fees and costs in addition to any other relief to which such party may be entitled. Ø Neither this Agreement nor any rights or obligations hereunder shall be assignable by Vendor without prior written consent of <strong>NCPA</strong>. Any assignment without such consent will be void. Ø This Agreement and <strong>NCPA</strong>’s rights and obligations hereunder may be assigned at <strong>NCPA</strong>’s sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform <strong>NCPA</strong>’s obligations hereunder Ø All written communications given hereunder shall be delivered to the addresses as set forth below.


Tab 3 – Vendor Questionnaire Please provide responses to the following questions that address your company’s operations, organization, structure, and processes for providing products and services. ♦ States Covered Ø Bidder must indicate any and all states where products and services can be offered. Ø Please indicate the price co-­‐efficient for each state if it varies. 50 States & District of Columbia (Selecting this box is equal to checking all boxes below) Alabama Maryland South Carolina Alaska Massachusetts South Dakota Arizona Michigan Tennessee Arkansas Minnesota Texas California Mississippi Utah Colorado Missouri Vermont Connecticut Montana Virginia Delaware District of Columbia Nebraska Nevada Washington West Virginia Florida New Hampshire Wisconsin Georgia New Jersey Wyoming Hawaii Idaho Illinois Indiana Iowa Kansas Kentucky Louisiana Maine New Mexico New York North Carolina North Dakota Ohio Oklahoma Oregon Pennsylvania Rhode Island


All US Territories and Outlying Areas (Selecting this box is equal to checking all boxes below) American Somoa Federated States of Micronesia Guam Northern Marina Islands Puerto Rico U.S. Virgin Islands Midway Islands ♦ Minority and Women Business Enterprise (MWBE) and (HUB) Participation Ø It is the policy of some entities participating in <strong>NCPA</strong> to involve minority and women business enterprises (MWBE) and historically underutilized businesses (HUB) in the purchase of goods and services. Respondents shall indicate below whether or not they are an M/WBE or HUB certified. § Minority / Women Business Enterprise • Respondent Certifies that this firm is a M/WBE § Historically Underutilized Business • Respondent Certifies that this firm is a HUB ♦ Residency Ø Responding Company’s principal place of business is in the city of _______________________, State of __________ ♦ Felony Conviction Notice Ø Please Check Applicable Box; A publically held corporation; therefore, this reporting requirement is not applicable. Is not owned or operated by anyone who has been convicted of a felony. Is owned or operated by the following individual(s) who has/have been convicted of a felony Ø If the 3 rd box is checked, a detailed explanation of the names and convictions must be attached. ♦ Distribution Channel Ø Which best describes your company’s position in the distribution channel: Manufacturer Direct Certified education/government reseller Authorized Distributor Manufacturer marketing through reseller Value-­‐added reseller Other: ______________________________________ ♦ Processing Information Ø Provide company contact information for the following: § Sales Reports / Accounts Payable Contact Person: _____________________________________________________________________ Title: _________________________________________________________________________________ Company: ____________________________________________________________________________ Address: _____________________________________________________________________________ City: ____________________________ State: ________________________ Zip: ______________ Phone: _________________________________ Email: ____________________________________


§§Purchase Orders Contact Person: _____________________________________________________________________ Title: _________________________________________________________________________________ Company: ____________________________________________________________________________ Address: _____________________________________________________________________________ City: ____________________________ State: ________________________ Zip: ______________ Phone: _________________________________ Email: ____________________________________ Sales and Marketing Contact Person: _____________________________________________________________________ Title: _________________________________________________________________________________ Company: ____________________________________________________________________________ Address: _____________________________________________________________________________ City: ____________________________ State: ________________________ Zip: ______________ Phone: _________________________________ Email: ____________________________________ ♦ Pricing Information Ø In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all future product introductions at prices that are proportionate to Contract Pricing. § If answer is no, attach a statement detailing how pricing for <strong>NCPA</strong> participants would be calculated for future product introductions. Yes No Ø Pricing submitted includes the required <strong>NCPA</strong> administrative fee. The <strong>NCPA</strong> fee is calculated based on the invoice price to the customer. Yes No Ø Vendor will provide additional discounts for purchase of a guaranteed quantity. Yes No ♦ Cooperatives Ø List any other cooperative or state contracts currently held or in the process of securing. Cooperative/State Agency Discount Offered Expires Annual Sales Volume


Tab 4 – Vendor Profile Please provide the following information about your company: ♦ Company’s official registered name. ♦ Brief history of your company, including the year it was established. ♦ Company’s Dun & Bradstreet (D&B) number. ♦ Company’s organizational chart of those individuals that would be involved in the contract. ♦ Corporate office location. Ø List the number of sales and services offices for states being bid in solicitation. Ø List the names of key contacts at each with title, address, phone and e-­‐mail address. ♦ Define your standard terms of payment. ♦ Who is your competition in the marketplace? ♦ Provide Annual Sales for last 3 years broken out into the following categories: Ø Cities / Counties Ø K-­‐12 Ø Higher Education Ø Other government agencies or nonprofit organizations ♦ Include an audited income statement and balance sheet from the most recent reporting period. ♦ What differentiates your company from competitors? ♦ Describe how your company will market this contract if awarded. ♦ Describe how you intend to introduce <strong>NCPA</strong> to your company. ♦ Describe your firm’s capabilities and functionality of your on-­‐line catalog / ordering website. ♦ Describe your company’s Customer Service Department (hours of operation, number of service centers, etc.) ♦ Green Initiatives Ø As our business grows, we want to make sure we minimize our impact on the Earth’s climate. We are taking every step we can to implement innovative and responsible


environmental practices throughout <strong>NCPA</strong> to reduce our carbon footprint, reduce waste, energy conservation, ensure efficient computing and much more. To that effort we ask respondents to provide their companies environmental policy and/or green initiative. ♦ Vendor Certifications (if applicable) Ø Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing respondent to perform the covered services including, but not limited to, licenses, registrations, or certifications. Certifications can include M/WBE, HUB, and manufacturer certifications for sales and service.


Tab 5 – Products and Services ♦ Respondent shall perform and provide these products and/or services under the terms of this agreement. The supplier shall assist the end user with making a determination of their individual needs. ♦ The following is a list of suggested (but not limited to) categories. List all categories along with manufacturer that you are responding with: Ø Appliances Ø Building Materials Ø Electrical <strong>Supplies</strong> Ø Fasteners Ø General Maintenance <strong>Supplies</strong> Ø HVAC <strong>Supplies</strong> Ø Irrigation <strong>Equipment</strong> & <strong>Supplies</strong> Ø Janitorial <strong>Supplies</strong> Ø Landscaping <strong>Supplies</strong> Ø Motors, Pumps Ø Paint <strong>Supplies</strong> Ø Plumbing <strong>Supplies</strong> Ø Swimming Pool <strong>Supplies</strong> Ø Tools (General Purpose & Machine) Ø Window Treatments Ø Services (installation, glass cutting, rental, etc)


Tab 6 – References ♦ Provide at least ten (10) customer references for products and/or services of similar scope dating within the past three (3) years. Please provide a range of references across all eligible government entity groups including K-­‐12, higher education, city, county, or non-­‐profit entities. ♦ All references should include the following information from the entity: Ø Entity Name Ø Contact Name and Title Ø City and State Ø Phone Ø Years Serviced Ø Description of Services Ø Annual Volume


Tab 7 – Pricing ♦ Please submit price list electronically. Products, services, warranties, etc. should be included in price list. Prices submitted will be used to establish the extent of a respondent’s products and services that are available and also establish pricing per item. ♦ Price lists must contain the following: Ø Product name and part number (include both manufacturer part number and respondent part number if different from manufacturers). Ø Description Ø Manufacturer’s Suggested Retail Price Ø Discount to <strong>NCPA</strong> participating entities Ø Net price to <strong>NCPA</strong> participating entities (including freight) ♦ Submit price list electronically on CD, DVD, or Flash Drive. Include respondents name, name of solicitation, and date on media of choice. ♦ Not To Exceed Pricing Ø <strong>NCPA</strong> requests pricing be submitted as “not to exceed pricing” for any participating entity. Ø The awarded vendor can adjust submitted pricing lower but cannot exceed original pricing submitted for solicitation. Ø <strong>NCPA</strong> requests that vendor honor lower pricing for similar size and scope purchases to other members.


Tab 8 – Value Added Products and Services ♦ Include any additional products and/or services available that vendor currently performs in their normal course of business that is not included in the scope of the solicitation that you think will enhance and add value to this contract for Region 14 ESC and all <strong>NCPA</strong> participating entities.


Tab 9 – Required Documents ♦ Clean Air and Water Act / Debarment Notice ♦ Contractors Requirements ♦ Antitrust Certification Statements ♦ ARRA Standard Terms and Conditions Addendum for Contracts and Grants ♦ FEMA Standard Terms and Conditions Addendum for Contracts and Grants ♦ Required Clauses for Federal Assistance by FTA ♦ State Notice Addendum


Clean Air and Water Act & Debarment Notice I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-­‐102, Attachment O, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. _____________________________________________________________________________________ I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, “Debarment and Suspension”, as described in the Federal Register and Rules and Regulations Potential Vendor: _________________________________________________________________ Title of Authorized Representative: ____________________________________________________ Mailing Address: _________________________________________________________________ Signature: ________________________________________________________________________ Contractor Requirements Contractor Certification Contractor’s Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract in. Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance, they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The offeror complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E-­‐Verify Employee Eligibility Verification Program.


Contractor shall comply with governing board policy of the <strong>NCPA</strong> Participating entities in which work is being performed ______________________________________________________________________________ Fingerprint & Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District. The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed _____________________________________________________________________________ Business Operations in Sudan, Iran In accordance with A.R.S. 35-­‐391 and A.R.S. 35-­‐393, the Contractor hereby certifies that the contractor does not have scrutinized business operations in Sudan and/or Iran. _________________________________________ Signature of Respondent __________________________________________ Date Antitrust Certification Statements (Tex. Government Code § 2155.005) I affirm under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company.


Vendor: _______________________________ Bidder: ________________________________ _______________________________ Signature Address: _______________________________ ________________________________ _______________________________ _______________________________ Printed Name ________________________________ Phone: _______________________________ Position with Company Fax: _______________________________ Authorizing Official: ________________________________ Signature ________________________________ Printed Name ________________________________ Position with Company ARRA Standard Terms and Conditions Addendum for Contracts and Grants If a contract or grant involves the use of funds from the federal American Recovery and Reinvestment Act of 2009, Pub. L. 111-­‐5 (“Recovery Act”), the following terms and conditions apply. As used in this Section, “Contractor/Grantee” means the contractor or grantee receiving Recovery Act funds under this agreement. 1. The Contractor/Grantee specifically agrees to comply with each of the terms and conditions contained herein. 2. Contractor/Grantee understands and acknowledges that the federal stimulus funding process is still evolving and that new requirements for Recovery Act compliance may still be forthcoming from federal government. Accordingly, Contractor/Grantee specifically agrees that both it and subcontractors/subgrantees will comply with all such requirements during the contract period. AVAILABILITY OF FUNDING Contractor/Grantee agrees that programs supported with temporary federal funds made available from the Recovery Act may not be continued once the temporary federal funds are expended. BUY AMERICA REQUIREMENT Contractor/Grantee agrees that pursuant to Section 1605 of Title XV of the Recovery Act, neither Contractor/Grantee or its subcontractors/subgrantees will use Recovery Act funds for a project for the construction, alternation, maintenance, or repair of a public building or public work unless all of the iron, steel and manufactured goods used in the project are produced in the United States in a manner consistent with United States obligations under international agreements. This requirement shall be applied unless the use of alternative materials has been approved by a federal agency pursuant to Section 1605. CONFLICTING REQUIREMENTS


Contractor/Grantee agrees that, to the extent Recovery Act requirements conflict with the participating agencies requirements, the Recovery Act requirements shall control. FALSE CLAIMS ACT Contractor/Grantee agrees that it shall promptly refer to an appropriate federal inspector general any credible evidence that a principal, employee, agent, subgrantee, subcontractor or other person has submitted a claim under the federal False Claims Act, as amended, 31 U.S.C. §§3729-­‐3733, or has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct involving those funds. Contractor/Grantee agrees that if Contractor/Grantee or one of its subcontractors/subgrantees fails to comply with all applicable federal and state requirements governing the use of Recovery Act funds, the participating agency may withhold or suspend, in whole or in part, funds awarded under the program, or recover misspent funds following an audit. This provision is in addition to all other remedies available to participating agency under all applicable state and federal laws. INSPECTION OF RECORDS Contractor/Grantee agrees that it shall permit the United States Comptroller General or his representative or the appropriate inspector general appointed under section 3 or 8G of the federal Inspector General Act of 1978, as amended, 5 U.S. App. §§3 and 8(g), or his representative to: (1) examine any records that directly pertain to, and involve transactions relating to, this contract; and (2) interview any officer or employee of Contractor/Grantee or any of its subcontractors/subgrantees regarding the activities funded with funds appropriated or otherwise made available by the Recovery Act. JOB POSTING REQUIREMENTS Section 1512 of the Recovery Act requires states receiving stimulus funds to report on jobs created and retained as a result of the stimulus funds. Contractors/Grantees who receive Recovery Act funded contracts are required to post jobs created and retained as a result of stimulus funds. PROHIBITION ON USE OF RECOVERY ACT FUNDS Contractor/Grantee agrees that none of the funds made available under this contract may be used for any casino or other gambling establishment, aquarium, zoo, golf course, swimming pools, or similar projects. REPORTING REQUIREMENTS Pursuant to Section 1512 of Title XV of the Recovery Act, entities receiving Recovery Act funds must submit a report to the federal government no later than ten (10) calendar days after the end of each calendar quarter. This report must contain the information outlined below. Accordingly, Contractor/Grantee agrees to provide the County with the following information in a timely manner: a. The total amount of Recovery Act funds received by Contractor/Grantee during the Reporting Period; b. The amount of Recovery Act funds that were expended or obligated during the Reporting Period; c. A detailed list of all projects or activities for which Recovery Act funds were expending or obligated, including: i. the name of the project or activity; ii. a description of the project or activity; iii.iv.an evaluation of the completion status of the project or activity; and an estimate of the number of jobs created and the number of jobs retained by the project or activity;


d. For any subcontracts or subgrants equal to or greater than $25,000: i. The name of the entity receiving the subaward; ii. The amount of the subaward; iii. The transaction type; iv. The North American Industry Classification System (NAICS) code or Catalog of Federal Domestic Assistance (CFDA) number; v. Program source; vi. An award title descriptive of the purpose of each funding action; vii. The location of the entity receiving the subaward; viii. The primary location of the subaward, including the city, state, congressional district and country; and ix. A unique identifier of the entity receiving the sub-­‐award and the parent entity of Contractor/Grantee, should the entity be owned by another. x. The names and total compensation of the five most highly compensated officers of the company if it received: 1) 80% or more of its annual gross revenues in Federal awards; and 2) $25M or more in annual gross revenue from Federal awards. e. For any subcontracts or subgrants of less than $25,000 or to individuals, the information required in d may be reported in the aggregate and requires the certification of an authorized officer of Contractor/Grantee that the information contained in the report is accurate. f. Any other information reasonably requested by the County or required by state or federal law or regulation. Standard data elements and federal instructions for use in complying with reporting requirements under Section 1512 of the Recovery Act, are pending review by the federal government, and were published in the Federal Register, 74 Federal Register, 14824 (April 1, 2009), and are to be provided online at www.FederalReporting.gov. SEGREGATION OF FUNDS Contractor/Grantee agrees that it shall segregate obligations and expenditures of Recovery Act funds from other funding. No part of funds made available under the Recovery Act may be comingled with any other funds or used for a purpose other than that of making payments for costs specifically allowable under the Recovery Act. Contractor/Grantee agrees that it shall include these standard terms and conditions, including this requirement, in any of its subcontracts or subgrants in connection with projects funded in whole or in part with funds available under the Recovery Act. WAGE REQUIREMENTS Contractor/Grantee agrees that, in accordance with Section 1606 of Title XVI of the Recovery Act, both it and its subcontractors shall fully comply with this section in that, notwithstanding any other provision of law, and in a manner consistent with the other provisions of the Recovery Act, all laborers and mechanics employed by contractors and subcontractors on projects funded in whole or in part with funds available under the Recovery Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality, as determined by the United States Secretary of Labor in accordance with Subchapter IV of Chapter 31 of Title 40 of the United States Code WHISTLEBLOWER PROTECTION Contractor/Grantee agrees that both it and its subcontractors/subgrantees shall comply with Section 1553 of the Recovery Act, which prohibits all non-­‐federal Contractor/Grantees of Recovery Act funds from discharging, demoting or otherwise discriminating against an employee for disclosures by the employee that the employee reasonably believes are evidence of (1) gross mismanagement of a contract or grant relating to Recovery Act funds; (2) a gross waste of Recovery Act funds; (3) a substantial and specific danger to public health or safety related to the implementation or use


of Recovery Act funds; (4) an abuse of authority related to implementation or use of Recovery Act funds; or (5) a violation of law, rule, or regulation related to an agency contract (including the competition for or negotiation of a contract) or grant, awarded or issued relating to Recovery Act funds. In addition, Contractor/Grantee agrees that it and its subcontractors/subgrantees shall post notice of the rights and remedies available to employees under Section 1553 of Title XV of the Recovery Act. 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(i)(1), University 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(i)(2), University 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-­‐30) 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(i)(8), Contractor agrees to the following provisions 72 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 participating agency and be disposed of in accordance with the participating agencies policy. The participating agency, 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(i)(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 the participating agency deems necessary, Contractor shall permit participating agency, 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)(11), Contractor shall retain all required records for three years after FEMA or participating agency 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. Contractor agrees to: Required Clauses for Federal Assistance provided by FTA ACCESS TO RECORDS AND REPORTS a) Maintain all books, records, accounts and reports required under this Contract for a period of not less than three (3) years after the date of termination or expiration of this Contract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until Public Agency, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. b) Permit any of the foregoing parties to inspect all work, materials, payrolls, and other data and records with regard to the Project, and to audit the books, records, and accounts with regard to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. FTA does not require the inclusion of these requirements of Article 1.01 in subcontracts. Reference 49 CFR 18.39 (i)(11). CIVIL RIGHTS / TITLE VI REQUIREMENTS 1) Non-­‐discrimination. In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, Section 202 of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.C. § 5332, Contractor or subcontractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, marital status age, or disability. In addition, Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2) Equal Employment Opportunity. The following Equal Employment Opportunity requirements apply to this Contract: a. Race, Color, Creed, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal Transit Law at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable Equal Employment Opportunity requirements of U.S. Dept. of Labor regulations, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, 41 CFR, Parts 60 et seq., and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of this Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, marital status, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, Contractor agrees to comply with any implementing requirements FTA may issue.


. Age. In accordance with the Age Discrimination in Employment Act (ADEA) of 1967, as amended, 29 U.S.C. Sections 621 through 634, and Equal Employment Opportunity Commission (EEOC) implementing regulations, “Age Discrimination in Employment Act”, 29 CFR Part 1625, prohibit employment discrimination by Contractor against individuals on the basis of age, including present and prospective employees. In addition, Contractor agrees to comply with any implementing requirements FTA may issue. c. Disabilities. In accordance with Section 102 of the Americans with Disabilities Act of 1990, as amended (ADA), 42 U.S.C. Sections 12101 et seq., prohibits discrimination against qualified individuals with disabilities in programs, activities, and services, and imposes specific requirements on public and private entities. Contractor agrees that it will comply with the requirements of the Equal Employment Opportunity Commission (EEOC), “Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,” 29 CFR, Part 1630, pertaining to employment of persons with disabilities and with their responsibilities under Titles I through V of the ADA in employment, public services, public accommodations, telecommunications, and other provisions. d. Segregated Facilities. Contractor certifies that their company does not and will not maintain or provide for their employees any segregated facilities at any of their establishments, and that they do not and will not permit their employees to perform their services at any location under the Contractor’s control where segregated facilities are maintained. As used in this certification the term “segregated facilities” means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom, or otherwise. Contractor agrees that a breach of this certification will be a violation of this Civil Rights clause. 3) Solicitations for Subcontracts, Including Procurements of Materials and <strong>Equipment</strong>. In all solicitations, either by competitive bidding or negotiation, made by Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Contract and the regulations relative to non-­‐discrimination on the grounds of race, color, creed, sex, disability, age or national origin. 4) Sanctions of Non-­‐Compliance. In the event of Contractor's non-­‐compliance with the non-­‐discrimination provisions of this Contract, Public Agency shall impose such Contract sanctions as it or the FTA may determine to be appropriate, including, but not limited to: 1) Withholding of payments to Contractor under the Contract until Contractor complies, and/or; 2) Cancellation, termination or suspension of the Contract, in whole or in part. Contractor agrees to include the requirements of this clause in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. DISADVANTAGED BUSINESS PARTICIPATION This Contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs”, therefore, it is the policy of the Department of Transportation (DOT) to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in the performance of DOT-­‐assisted contracts. 1) Non-­‐Discrimination Assurances. Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicablerequirements of 49 CFR Part 26 in the award and administration of DOT-­‐assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this Contract, which may result in the


termination of this Contract or other such remedy as public agency deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13(b)). 2) Prompt Payment. Contractor is required to pay each subcontractor performing Work under this prime Contract for satisfactory performance of that work no later than thirty (30) days after Contractor’s receipt of payment for that Work from public agency. In addition, Contractor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor’s work related to this Contract is satisfactorily completed and any liens have been secured. Any delay or postponement of payment from the above time frames may occur only for good cause following written approval of public agency. This clause applies to both DBE and non-­‐DBE subcontractors. Contractor must promptly notify public agency whenever a DBE subcontractor performing Work related to this Contract is terminated or fails to complete its Work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. Contractor may not terminate any DBE subcontractor and perform that Work through its own forces, or those of an affiliate, without prior written consent of public agency. 3) DBE Program. In connection with the performance of this Contract, Contractor will cooperate with public agency in meeting its commitments and goals to ensure that DBEs shall have the maximum practicable opportunity to compete for subcontract work, regardless of whether a contract goal is set for this Contract. Contractor agrees to use good faith efforts to carry out a policy in the award of its subcontracts, agent agreements, and procurement contracts which will, to the fullest extent, utilize DBEs consistent with the efficient performance of the Contract. ENERGY CONSERVATION REQUIREMENTS Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plans issued under the Energy Policy and Conservation Act, as amended, 42 U.S.C. Sections 6321 et seq. and 41 CFR Part 301-­‐10. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Contract between public agency and the FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor’s failure to so comply shall constitute a material breach of this Contract. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The provisions include, in part, certain Standard Terms and Conditions required by the U.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding Contract provisions. All contractual provisions required by the DOT, as set forth in the most current FTA Circular 4220.1F, dated November 1, 2008, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. Contractor agrees not to perform any act, fail to perform any act, or refuse to comply with any public agency requests that would cause public agency to be in violation of the FTA terms and conditions. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES Agency and Contractor acknowledge and agree that, absent the Federal Government’s express written consent and notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, the Federal Government is not a party to this Contract and shall not be subject to any obligations or


liabilities to agency, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. Contractor agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, “Program Fraud Civil Remedies,” 49 CFR Part 31, apply to its actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining to the underlying Contract or the FTA assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate. Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307 (n)(1) on the Contractor, to the extent the Federal Government deems appropriate. Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 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 requirement of said statutes: Nationwide: http://www.usa.gov/Agencies/Local_Government/Cities.shtml Other States: Cities, Towns, Villages, and Boroughs No. Cities, Towns, Villages and Boroughs in Oregon 1 CEDAR MILL COMMUNITY LIBRARY 2 CITY COUNTY INSURANCE SERVICES 3 CITY OF ADAIR VILLAGE 4 CITY OF ALBANY 5 CITY OF ASHLAND 6 CITY OF ASTORIA OREGON 7 CITY OF AUMSVILLE 8 CITY OF AURORA 9 CITY OF BEAVERTON 10 CITY OF BOARDMAN 11 CITY OF BURNS 12 CITY OF CANBY 13 CITY OF CANNON BEACH OR 14 CITY OF CANYONVILLE 15 CITY OF CENTRAL POINT POLICE DEPARTMENT 16 CITY OF CLATSKANIE 17 CITY OF COBURG 18 CITY OF CONDON 19 CITY OF COOS BAY 20 CITY OF CORVALLIS 21 CITY OF COTTAGE GROVE 22 CITY OF CRESWELL 23 CITY OF DALLAS


24 CITY OF DAMASCUS 25 CITY OF DUNDEE 26 CITY OF EAGLE POINT 27 CITY OF ECHO 28 CITY OF ESTACADA 29 CITY OF EUGENE 30 CITY OF FAIRVIEW 31 CITY OF FALLS CITY 32 CITY OF GATES 33 CITY OF GEARHART 34 CITY OF GERVAIS 35 CITY OF GOLD HILL 36 CITY OF GRANTS PASS 37 CITY OF GRESHAM 38 CITY OF HAPPY VALLEY 39 CITY OF HILLSBORO 40 CITY OF HOOD RIVER 41 CITY OF JOHN DAY 42 CITY OF KLAMATH FALLS 43 CITY OF LA GRANDE 44 CITY OF LAKE OSWEGO 45 CITY OF LAKESIDE 46 CITY OF LEBANON 47 CITY OF MALIN 48 CITY OF MCMINNVILLE 49 CITY OF MEDFORD 50 CITY OF MILL CITY 51 CITY OF MILLERSBURG 52 CITY OF MILWAUKIE 53 CITY OF MORO 54 CITY OF MOSIER 55 CITY OF NEWBERG 56 CITY OF NORTH PLAINS 57 CITY OF OREGON CITY 58 CITY OF PHOENIX 59 CITY OF PILOT ROCK 60 CITY OF PORT ORFORD 61 CITY OF PORTLAND 62 CITY OF POWERS 63 CITY OF REDMOND 64 CITY OF REEDSPORT 65 CITY OF RIDDLE 66 CITY OF SALEM 67 CITY OF SANDY 68 CITY OF SANDY 69 CITY OF SCAPPOOSE 70 CITY OF SEASIDE 71 CITY OF SHADY COVE 72 CITY OF SHERWOOD 73 CITY OF SPRINGFIELD 74 CITY OF ST. PAUL 75 CITY OF STAYTON 76 CITY OF TIGARD, OREGON 77 CITY OF TUALATIN, OREGON 78 CITY OF WARRENTON 79 CITY OF WEST LINN/PARKS 80 CITY OF WILSONVILLE 81 CITY OF WINSTON 82 CITY OF WOOD VILLAGE 83 CITY OF WOODBURN 84 CITY OF YACHATS 85 FLORENCE AREA CHAMBER OF COMMERCE 86 GASTON RURAL FIRE DEPARTMENT 87 GLADSTONE POLICE DEPARTMENT 88 HOUSING AUTHORITY OF THE CITY OF SALEM 89 KEIZER POLICE DEPARTMENT 90 LEAGUE OF OREGON CITIES 91 MALIN COMMUNITY PARK AND RECREATION DISTRICT 92 METRO 93 MONMOUTH -­‐ INDEPENDENCE NETWORK 94 PORTLAND DEVELOPMENT COMMISSION 95 RAINIER POLICE DEPARTMENT 96 RIVERGROVE WATER DISTRICT 97 SUNSET EMPIRE PARK AND RECREATION 98 THE NEWPORT PARK AND RECREATION CENTER 99 TILLAMOOK PEOPLES UTILITY DISTRICT 100 TUALATIN VALLEY FIRE & RESCUE 101 WEST VALLEY HOUSING AUTHORITY No. Counties and Parishes 1 ASSOCIATION OF OREGON COUNTIES 2 BENTON COUNTY 3 CLACKAMAS COUNTY DEPT OF TRANSPORTATION 4 CLATSOP COUNTY 5 COLUMBIA COUNTY, OREGON 6 COOS COUNTY HIGHWAY DEPARTMENT 7 CROOK COUNTY ROAD DEPARTMENT 8 CURRY COUNTY OREGON 9 DESCHUTES COUNTY 10 DOUGLAS COUNTY 11 GILLIAM COUNTY 12 GILLIAM COUNTY OREGON 13 GRANT COUNTY, OREGON 14 HARNEY COUNTY SHERIFFS OFFICE 15 HOOD RIVER COUNTY 16 HOUSING AUTHORITY OF CLACKAMAS COUNTY 17 JACKSON COUNTY HEALTH AND HUMAN SERVICES 18 JEFFERSON COUNTY 19 KLAMATH COUNTY VETERANS SERVICE OFFICE 20 LAKE COUNTY 21 LANE COUNTY 22 LINCOLN COUNTY 23 LINN COUNTY 24 MARION COUNTY , SALEM, OREGON 25 MORROW COUNTY 26 MULTNOMAH COUNTY 27 MULTNOMAH COUNTY 28 MULTNOMAH LAW LIBRARY 29 NAMI LANE COUNTY 30 POLK COUNTY 31 SHERMAN COUNTY 32 UMATILLA COUNTY, OREGON 33 UNION COUNTY 34 WALLOWA COUNTY 35 WASCO COUNTY 36 WASHINGTON COUNTY 37 YAMHILL COUNTY 1 BOARD OF WATER SUPPLY 2 COUNTY OF HAWAII 3 MAUI COUNTY COUNCIL No. Higher Education 1 BIRTHINGWAY COLLEGE OF MIDWIFERY 2 BLUE MOUNTAIN COMMUNITY COLLEGE 3 CENTRAL OREGON COMMUNITY COLLEGE 4 CHEMEKETA COMMUNITY COLLEGE 5 CLACKAMAS COMMUNITY COLLEGE 6 COLUMBIA GORGE COMMUNITY COLLEGE 7 GEORGE FOX UNIVERSITY 8 KLAMATH COMMUNITY COLLEGE DISTRICT 9 LANE COMMUNITY COLLEGE 10 LEWIS AND CLARK COLLEGE 11 LINFIELD COLLEGE 12 LINN-­‐BENTON COMMUNITY COLLEGE 13 MARYLHURST UNIVERSITY 14 MT. HOOD COMMUNITY COLLEGE 15 MULTNOMAH BIBLE COLLEGE 16 NATIONAL COLLEGE OF NATURAL MEDICINE 17 NORTHWEST CHRISTIAN COLLEGE 18 OREGON HEALTH AND SCIENCE UNIVERSITY 19 OREGON UNIVERSITY SYSTEM 20 PACIFIC UNIVERSITY 21 PORTLAND COMMUNITY COLLEGE 22 PORTLAND STATE UNIV. 23 REED COLLEGE


24 ROGUE COMMUNITY COLLEGE 25 SOUTHWESTERN OREGON COMMUNITY COLLEGE 26 TILLAMOOK BAY COMMUNITY COLLEGE 27 UMPQUA COMMUNITY COLLEGE 28 WESTERN STATES CHIROPRACTIC COLLEGE 29 WILLAMETTE UNIVERSITY 1 ARGOSY UNIVERSITY 2 BRIGHAM YOUNG UNIVERSITY -­‐ HAWAII 3 COLLEGE OF THE MARSHALL ISLANDS 4 RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII 5 UNIVERSITY OF HAWAII AT MANOA No. K -­‐ 12 1 ARCHBISHOP FRANCIS NORBERT BLANCHET SCHOOL 2 BAKER COUNTY SCHOOL DIST. 16J -­‐ MALHEUR ESD 3 BAKER SCHOOL DISTRICT 5-­‐J 4 BANDON SCHOOL DISTRICT 5 BANKS SCHOOL DISTRICT 6 BEAVERTON SCHOOL DISTRICT 7 BEND / LA PINE SCHOOL DISTRICT 8 BEND-­‐LA PINE SCHOOL DISTRICT 9 BROOKING HARBOR SCHOOL DISTRICT NO.17-­‐C 10 CANBY SCHOOL DISTRICT 11 CANYONVILLE CHRISTIAN ACADEMY 12 CASCADE SCHOOL DISTRICT 13 CASCADES ACADEMY OF CENTRAL OREGON 14 CENTENNIAL SCHOOL DISTRICT 15 CENTRAL CATHOLIC HIGH SCHOOL 16 CENTRAL POINT SCHOOL DISTRICT NO. 6 17 CENTRAL SCHOOL DISTRICT 13J 18 CLACKAMAS EDUCATION SERVICE DISTRICT 19 COOS BAY SCHOOL DISTRICT 20 COOS BAY SCHOOL DISTRICT NO.9 21 COQUILLE SCHOOL DISTRICT 8 22 COUNTY OF YAMHILL SCHOOL DISTRICT 29 23 CRESWELL SCHOOL DISTRICT 24 CROSSROADS CHRISTIAN SCHOOL 25 CULVER SCHOOL DISTRICT NO. 26 DALLAS SCHOOL DISTRICT NO. 2 27 DAVID DOUGLAS SCHOOL DISTRICT 28 DAYTON SCHOOL DISTRICT NO.8 29 DE LA SALLE N CATHOLIC HS 30 DESCHUTES COUNTY SD NO.6 -­‐ SISTERS SD 31 DOUGLAS COUNTY SCHOOL DISTRICT 116 32 DOUGLAS EDUCATION SERVICE DISTRICT 33 DUFUR SCHOOL DISTRICT NO.29 34 ELKTON SCHOOL DISTRICT NO.34 35 ESTACADA SCHOOL DISTRICT NO.108 36 FOREST GROVE SCHOOL DISTRICT 37 GASTON SCHOOL DISTRICT 511J 38 GEN CONF OF SDA CHURCH WESTERN OR 39 GLADSTONE SCHOOL DISTRICT 40 GLENDALE SCHOOL DISTRICT 41 GLIDE SCHOOL DISTRICT NO.12 42 GRANTS PASS SCHOOL DISTRICT 7 43 GREATER ALBANY PUBLIC SCHOOL DISTRICT 44 GRESHAM-­‐BARLOW SCHOOL DISTRICT 45 HARNEY COUNTY SCHOOL DIST. NO.3 46 HARNEY EDUCATION SERVICE DISTRICT 47 HEAD START OF LANE COUNTY 48 HERITAGE CHRISTIAN SCHOOL 49 HIGH DESERT EDUCATION SERVICE DISTRICT 50 HOOD RIVER COUNTY SCHOOL DISTRICT 51 JACKSON CO SCHOOL DIST NO.9 52 JEFFERSON COUNTY SCHOOL DISTRICT 509-­‐J 53 JEFFERSON SCHOOL DISTRICT 54 KLAMATH FALLS CITY SCHOOLS 55 LA GRANDE SCHOOL DISTRICT 56 LAKE OSWEGO SCHOOL DISTRICT 7J 57 LANE COUNTY SCHOOL DISTRICT 4J 58 LANE COUNTY SCHOOL DISTRICT 69 59 LEBANON COMMUNITY SCHOOLS NO.9 60 LINCOLN COUNTY SCHOOL DISTRICT 61 LINN CO. SCHOOL DIST. 95C -­‐ SCIO SD 62 LOST RIVER JR/SR HIGH SCHOOL 63 LOWELL SCHOOL DISTRICT NO.71 64 MARION COUNTY SCHOOL DISTRICT 103 -­‐ WASHINGTON ES 65 MCMINNVILLE SCHOOL DISTRICT NO.40 66 MEDFORD SCHOOL DISTRICT 549C 67 MITCH CHARTER SCHOOL 68 MOLALLA RIVER ACADEMY 69 MOLALLA RIVER SCHOOL DISTRICT NO.35 70 MONROE SCHOOL DISTRICT NO.1J 71 MORROW COUNTY SCHOOL DISTRICT 72 MT. ANGEL SCHOOL DISTRICT NO.91 73 MT.SCOTT LEARNING CENTERS 74 MULTISENSORY LEARNING ACADEMY 75 MULTNOMAH EDUCATION SERVICE DISTRICT 76 MYRTLE POINT SCHOOL DISTRICT NO.41 77 NEAH-­‐KAH-­‐NIE DISTRICT NO.56 78 NESTUCCA VALLEY SCHOOL DISTRICT NO.101 79 NOBEL LEARNING COMMUNITIES 80 NORTH BEND SCHOOL DISTRICT 13 81 NORTH CLACKAMAS SCHOOL DISTRICT 82 NORTH SANTIAM SCHOOL DISTRICT 29J 83 NORTH WASCO CTY SCHOOL DISTRICT 21 -­‐ CHENOWITH 84 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT 85 NYSSA SCHOOL DISTRICT NO. 26 86 ONTARIO MIDDLE SCHOOL 87 OREGON TRAIL SCHOOL DISTRICT NO.46 88 OUR LADY OF THE LAKE SCHOOL 89 PHILOMATH SCHOOL DISTRICT 90 PHOENIX-­‐TALENT SCHOOL DISTRICT NO.4 91 PORTLAND ADVENTIST ACADEMY 92 PORTLAND JEWISH ACADEMY 93 PORTLAND PUBLIC SCHOOLS 94 RAINIER SCHOOL DISTRICT 95 REDMOND SCHOOL DISTRICT 96 REEDSPORT SCHOOL DISTRICT 97 REYNOLDS SCHOOL DISTRICT 98 ROGUE RIVER SCHOOL DISTRICT NO.35 99 ROSEBURG PUBLIC SCHOOLS 100 SALEM-­‐KEIZER PUBLIC SCHOOLS 101 SCAPPOOSE SCHOOL DISTRICT 1J 102 SEASIDE SCHOOL DISTRICT 10 103 SEVEN PEAKS SCHOOL 104 SHERWOOD SCHOOL DISTRICT 88J 105 SILVER FALLS SCHOOL DISTRICT 106 SIUSLAW SCHOOL DISTRICT 107 SOUTH COAST EDUCATION SERVICE DISTRICT 108 SOUTH LANE SCHOOL DISTRICT 45J3 109 SOUTHERN OREGON EDUCATION SERVICE DISTRICT 110 SOUTHWEST CHARTER SCHOOL 111 SPRINGFIELD SCHOOL DISTRICT NO.19 112 STANFIELD SCHOOL DISTRICT 113 SWEET HOME SCHOOL DISTRICT NO.55 114 THE CATLIN GABEL SCHOOL 115 TIGARD-­‐TUALATIN SCHOOL DISTRICT 116 UMATILLA-­‐MORROW ESD 117 VERNONIA SCHOOL DISTRICT 47J 118 WEST HILLS COMMUNITY CHURCH 119 WEST LINN WILSONVILLE SCHOOL DISTRICT 120 WHITEAKER MONTESSORI SCHOOL 121 YONCALLA SCHOOL DISTRICT NO.32 1 CONGREGATION OF CHRISTIAN BROTHERS OF HAWAII, INC. 2 EMMANUAL LUTHERAN SCHOOL 3 HANAHAU`OLI SCHOOL 4 HAWAII TECHNOLOGY ACADEMY 5 ISLAND SCHOOL 6 KAMEHAMEHA SCHOOLS 7 KE KULA O S. M. KAMAKAU 8 MARYKNOLL SCHOOL 9 PACIFIC BUDDHIST ACADEMY No. Nonprofit & Other 1 211INFO


2 ACUMENTRA HEALTH 3 ADDICTIONS RECOVERY CENTER, INC 4 ALLFOURONE/CRESTVIEW CONFERENCE CTR. 5 ALVORD-­‐TAYLOR INDEPENDENT LIVING SERVICES 6 ALZHEIMERS NETWORK OF OREGON 7 ASHLAND COMMUNITY HOSPITAL 8 ATHENA LIBRARY FRIENDS ASSOCIATION 9 BARLOW YOUTH FOOTBALL 10 BAY AREA FIRST STEP, INC. 11 BENTON HOSPICE SERVICE 12 BETHEL CHURCH OF GOD 13 BIRCH COMMUNITY SERVICES, INC. 14 BLACHLY LANE ELECTRIC COOPERATIVE 15 BLIND ENTERPRISES OF OREGON 16 BONNEVILLE ENVIRONMENTAL FOUNDATION 17 BOYS AND GIRLS CLUBS OF PORTLAND METROPOLITAN AREA 18 BROAD BASE PROGRAMS INC. 19 CANBY FOURSQUARE CHURCH 20 CANCER CARE RESOURCES 21 CASCADIA BEHAVIORAL HEALTHCARE 22 CASCADIA REGION GREEN BUILDING COUNCIL 23 CATHOLIC CHARITIES 24 CATHOLIC COMMUNITY SERVICES 25 CENTER FOR RESEARCH TO PRACTICE 26 CENTRAL BIBLE CHURCH 27 CENTRAL CITY CONCERN 28 CENTRAL DOUGLAS COUNTY FAMILY YMCA 29 CENTRAL OREGON COMMUNITY ACTION AGENCY NETWORK 30 CHILDPEACE MONTESSORI 31 CITY BIBLE CHURCH 32 CLACKAMAS RIVER WATER 33 CLASSROOM LAW PROJECT 34 COAST REHABILITATION SERVICES 35 COLLEGE HOUSING NORTHWEST 36 COLUMBIA COMMUNITY MENTAL HEALTH 37 COMMUNITY ACTION ORGANIZATION 38 COMMUNITY ACTION TEAM, INC. 39 COMMUNITY CANCER CENTER 40 COMMUNITY HEALTH CENTER, INC 41 COMMUNITY VETERINARY CENTER 42 CONFEDERATED TRIBES OF GRAND RONDE 43 CONSERVATION BIOLOGY INSTITUTE 44 CONTEMPORARY CRAFTS MUSEUM AND GALLERY 45 CORVALLIS MOUNTAIN RESCUE UNIT 46 COVENANT CHRISTIAN HOOD RIVER 47 COVENANT RETIREMENT COMMUNITIES 48 DECISION SCIENCE RESEARCH INSTITUTE, INC. 49 DELIGHT VALLEY CHURCH OF CHRIST 50 DOGS FOR THE DEAF, INC. 51 DOUGLAS ELECTRIC COOPERATIVE, INC. 52 EAST HILL CHURCH 53 EAST SIDE FOURSQUARE CHURCH 54 EAST WEST MINISTRIES INTERNATIONAL 55 EDUCATIONAL POLICY IMPROVEMENT CENTER 56 ELMIRA CHURCH OF CHRIST 57 EMERALD PUD 58 EMMAUS CHRISTIAN SCHOOL 59 EN AVANT, INC. 60 ENTERPRISE FOR EMPLOYMENT AND EDUCATION 61 EUGENE BALLET COMPANY 62 EUGENE SYMPHONY ASSOCIATION, INC. 63 EUGENE WATER & ELECTRIC BOARD 64 EVERGREEN AVIATION MUSEUM AND CAP. MICHAEL KING. 65 FAIR SHARE RESEARCH AND EDUCATION FUND 66 FAITH CENTER 67 FAITHFUL SAVIOR MINISTRIES 68 FAMILIES FIRST OF GRANT COUNTY, INC. 69 FANCONI ANEMIA RESEARCH FUND INC. 70 FARMWORKER HOUISNG DEV CORP 71 FIRST CHURCH OF THE NAZARENE 72 FIRST UNITARIAN CHURCH 73 FORD FAMILY FOUNDATION 74 FOUNDATIONS FOR A BETTER OREGON 75 FRIENDS OF THE CHILDREN 76 GATEWAY TO COLLEGE NATIONAL NETWORK 77 GOAL ONE COALITION 78 GOLD BEACH POLICE DEPARTMENT 79 GOOD SHEPHERD COMMUNITIES 80 GOODWILL INDUSTRIES OF LANE AND SOUTH COAST COUNTIES 81 GRANT PARK CHURCH 82 GRANTS PASS MANAGEMENT SERVICES, DBA 83 GREATER HILLSBORO AREA CHAMBER OF COMMERCE 84 HALFWAY HOUSE SERVICES, INC. 85 HEARING AND SPEECH INSTITUTE INC 86 HELP NOW! ADVOCACY CENTER 87 HIGHLAND HAVEN 88 HIGHLAND UNITED CHURCH OF CHRIST 89 HIV ALLIANCE, INC 90 HOUSING AUTHORITY OF LINCOLN COUNTY 91 HOUSING AUTHORITY OF PORTLAND 92 HOUSING NORTHWEST 93 INDEPENDENT INSURANCE AGENTS AND BROKERS OF OREGON 94 INTERNATIONAL SOCIETY FOR TECHNOLOGY IN EDUCATION 95 INTERNATIONAL SUSTAINABLE DEVELOPMENT FOUNDATION 96 IRCO 97 JASPER MOUNTAIN 98 JUNIOR ACHIEVEMENT 99 KLAMATH HOUSING AUTHORITY 100 LA CLINICA DEL CARINO FAMILY HEALTH CARE CENTER 101 LA GRANDE UNITED METHODIST CHURCH 102 LANE ELECTRIC COOPERATIVE 103 LANE MEMORIAL BLOOD BANK 104 LANECO FEDERAL CREDIT UNION 105 LAUREL HILL CENTER 106 LIFEWORKS NW 107 LIVING WAY FELLOWSHIP 108 LOAVES & FISHES CENTERS, INC. 109 LOCAL GOVERNMENT PERSONNEL INSTITUTE 110 LOOKING GLASS YOUTH AND FAMILY SERVICES 111 MACDONALD CENTER 112 MAKING MEMORIES BREAST CANCER FOUNDATION, INC. 113 METRO HOME SAFETY REPAIR PROGRAM 114 METROPOLITAN FAMILY SERVICE 115 MID COLUMBIA COUNCIL OF GOVERNMENTS 116 MID-­‐COLUMBIA CENTER FOR LIVING 117 MID-­‐WILLAMETTE VALLEY COMMUNITY ACTION AGENCY, INC 118 MORNING STAR MISSIONARY BAPTIST CHURCH 119 MORRISON CHILD AND FAMILY SERVICES 120 MOSAIC CHURCH 121 NATIONAL PSORIASIS FOUNDATION 122 NATIONAL WILD TURKEY FEDERATION 123 NEW AVENUES FOR YOUTH INC 124 NEW BEGINNINGS CHRISTIAN CENTER 125 NEW HOPE COMMUNITY CHURCH 126 NEWBERG FRIENDS CHURCH 127 NORTH BEND CITY-­‐ COOS/URRY HOUSING AUTHORITY 128 NORTHWEST FOOD PROCESSORS ASSOCIATION 129 NORTHWEST LINE JOINT APPRENTICESHIP & TRAINING COMMITTEE 130 NORTHWEST REGIONAL EDUCATIONAL LABORATORY 131 NORTHWEST YOUTH CORPS 132 OCHIN 133 OHSU FOUNDATION 134 OLIVET BAPTIST CHURCH 135 OMNIMEDIX INSTITUTE 136 OPEN MEADOW ALTERNATIVE SCHOOLS, INC. 137 OREGON BALLET THEATRE 138 OREGON CITY CHURCH OF THE NAZARENE 139 OREGON COAST COMMUNITY ACTION 140 OREGON DEATH WITH DIGNITY 141 OREGON DONOR PROGRAM 142 OREGON EDUCATION ASSOCIATION 143 OREGON ENVIRONMENTAL COUNCIL 144 OREGON MUSUEM OF SCIENCE AND INDUSTRY 145 OREGON PROGRESS FORUM


146 OREGON REPERTORY SINGERS 147 OREGON STATE UNIVERSITY ALUMNI ASSOCIATION 148 OREGON SUPPORTED LIVING PROGRAM 149 OSLC COMMUNITY PROGRAMS 150 OUTSIDE IN 151 OUTSIDE IN 152 PACIFIC CASCADE FEDERAL CREDIT UNION 153 PACIFIC FISHERY MANAGEMENT COUNCIL 154 PACIFIC INSTITUTES FOR RESEARCH 155 PACIFIC STATES MARINE FISHERIES COMMISSION 156 PARALYZED VETERANS OF AMERICA 157 PARTNERSHIPS IN COMMUNITY LIVING, INC. 158 PENDLETON ACADEMIES 159 PENTAGON FEDERAL CREDIT UNION 160 PLANNED PARENTHOOD OF SOUTHWESTERN OREGON 161 PORT CITY DEVELOPMENT CENTER 162 PORTLAND ART MUSEUM 163 PORTLAND BUSINESS ALLIANCE 164 PORTLAND HABILITATION CENTER, INC. 165 PORTLAND SCHOOLS FOUNDATION 166 PORTLAND WOMENS CRISIS LINE 167 PREGNANCY RESOUCE CENTERS OF GRETER PORTLAND 168 PRINGLE CREEK SUSTAINABLE LIVING CENTER 169 PUBLIC DEFENDER SERVICES OF LANE COUNTY, INC. 170 QUADRIPLEGICS UNITED AGAINST DEPENDENCY, INC. 171 REBUILDING TOGETHER -­‐ PORTLAND INC. 172 REGIONAL ARTS AND CULTURE COUNCIL 173 RELEVANT LIFE CHURCH 174 RENEWABLE NORTHWEST PROJECT 175 ROGUE FEDERAL CREDIT UNION 176 ROSE VILLA, INC. 177 SACRED HEART CATHOLIC DAUGHTERS 178 SAIF CORPORATION 179 SAINT ANDREW NATIVITY SCHOOL 180 SAINT CATHERINE OF SIENA CHURCH 181 SAINT JAMES CATHOLIC CHURCH 182 SALEM ALLIANCE CHURCH 183 SALEM ELECTRIC 184 SALMON-­‐SAFE INC. 185 SCIENCEWORKS 186 SE WORKS 187 SECURITY FIRST CHILD DEVELOPMENT CENTER 188 SELF ENHANCEMENT INC. 189 SERENITY LANE 190 SEXUAL ASSAULT RESOURCE CENTER 191 SEXUAL ASSAULT RESOURCE CENTER 192 SHELTERCARE 193 SHERIDAN JAPANESE SCHOOL FOUNDATION 194 SHERMAN DEVELOPMENT LEAGUE, INC. 195 SILVERTON AREA COMMUNITY AID 196 SISKIYOU INITIATIVE 197 SMART 198 SOCIAL VENTURE PARTNERS PORTLAND 199 SOUTH COAST HOSPICE, INC. 200 SOUTH LANE FAMILY NURSERY DBA FAMILY RELIEF NURSE 201 SOUTHERN OREGON CHILD AND FAMILY COUNCIL, INC. 202 SOUTHERN OREGON HUMANE SOCIETY 203 SPARC ENTERPRISES 204 SPIRIT WIRELESS 205 SPONSORS, INC. 206 SPOTLIGHT THEATRE OF PLEASANT HILL 207 SPRINGFIELD UTILITY BOARD 208 ST VINCENT DE PAUL 209 ST. ANTHONY CHURCH 210 ST. ANTHONY SCHOOL 211 ST. MARYS OF MEDFORD, INC. 212 ST. VINCENT DEPAUL OF LANE COUNTY 213 STAND FOR CHILDREN 214 STAR OF HOPE ACTIVITY CENTER INC. 215 SUMMIT VIEW COVENANT CHURCH 216 SUNNYSIDE FOURSQUARE CHURCH 217 SUNRISE ENTERPRISES 218 SUSTAINABLE NORTHWEST 219 TENAS ILLAHEE CHILDCARE CENTER 220 THE EARLY EDUCATION PROGRAM, INC. 221 THE NATIONAL ASSOCIATION OF CREDIT MANAGEMENT-­‐OREGON, INC. 222 THE NEXT DOOR 223 THE OREGON COMMUNITY FOUNDATION 224 THE SALVATION ARMY -­‐ CASCADE DIVISION 225 TILLAMOOK CNTY WOMENS CRISIS CENTER 226 TILLAMOOK ESTUARIES PARTNERSHIP 227 TOUCHSTONE PARENT ORGANIZATION 228 TRAILS CLUB 229 TRAINING EMPLOYMENT CONSORTIUM 230 TRI-­‐COUNTY HEALTH CARE SAFETY NET ENTERPRISE 231 TRILLIUM FAMILY SERVICES, INC. 232 UMPQUA COMMUNITY DEVELOPMENT CORPORATION 233 UNION GOSPEL MISSION 234 UNITED CEREBRAL PALSY OF OR AND SW WA 235 UNITED WAY OF THE COLUMBIA WILLAMETTE 236 US CONFERENCE OF MENONNITE BRETHREN CHURCHES 237 US FISH AND WILDLIFE SERVICE 238 USAGENCIES CREDIT UNION 239 VERMONT HILLS FAMILY LIFE CENTER 240 VIRGINIA GARCIA MEMORIAL HEALTH CENTER 241 VOLUNTEERS OF AMERICA OREGON 242 WE CARE OREGON 243 WESTERN RIVERS CONSERVANCY 244 WESTERN STATES CENTER 245 WESTSIDE BAPTIST CHURCH 246 WILD SALMON CENTER 247 WILLAMETTE FAMILY 248 WILLAMETTE VIEW INC. 249 WOODBURN AREA CHAMBER OF COMMERCE 250 WORD OF LIFE COMMUNITY CHURCH 251 WORKSYSTEMS INC 252 YOUTH GUIDANCE ASSOC. 253 YWCA SALEM 1 ALOCHOLIC REHABILITATION SVS OF HI INC DBA HINA MAUKA 2 ALOHACARE 3 AMERICAN LUNG ASSOCIATION 4 BISHOP MUSEUM 5 BUILDING INDUSTRY ASSOCIATION OF HAWAII 6 CTR FOR CULTURAL AND TECH INTERCHNG BETW EAST AND WEST 7 EAH, INC. 8 EASTER SEALS HAWAII 9 GOODWILL INDUSTRIES OF HAWAII, INC. 10 HABITAT FOR HUMANITY MAUI 11 HALE MAHAOLU 12 HAROLD K.L. CASTLE FOUNDATION 13 HAWAII AGRICULTURE RESEARCH CENTER 14 HAWAII EMPLOYERS COUNCIL 15 HAWAII FAMILY LAW CLINIC DBA ALA KUOLA 16 HONOLULU HABITAT FOR HUMANITY 17 IUPAT, DISTRICT COUNCIL 50 18 LANAKILA REHABILITATION CENTER INC. 19 LEEWARD HABITAT FOR HUMANITY 20 MAUI COUNTY FCU 21 MAUI ECONOMIC DEVELOPMENT BOARD 22 MAUI ECONOMIC OPPORTUNITY, INC. 23 MAUI FAMILY YMCA 24 NA HALE O MAUI 25 NA LEI ALOHA FOUNDATION 26 NETWORK ENTERPRISES, INC. 27 ORI ANUENUE HALE, INC. 28 PARTNERS IN DEVELOPMENT FOUNDATION 29 POLYNESIAN CULTURAL CENTER 30 PUNAHOU SCHOOL 31 ST. THERESA CHURCH 32 WAIANAE COMMUNITY OUTREACH 33 WAILUKU FEDERAL CREDIT UNION 34 YMCA OF HONOLULU No. Special/Independent Districts


1 BAY AREA HOSPITAL DISTRICT 2 CENTRAL OREGON INTERGOVERNMENTAL COUNCIL 3 CENTRAL OREGON IRRIGATION DISTRICT 4 CHEHALEM PARK AND RECREATION DISTRICT 5 CITY COUNTY INSURANCE SERVICES 6 CLEAN WATER SERVICES 7 COLUMBIA 911 COMMUNICATIONS DISTRICT 8 COLUMBIA RIVER PUD 9 DESCHUTES COUNTY <strong>RFP</strong>D NO.2 10 DESCHUTES PUBLIC LIBRARY SYSTEM 11 EAST MULTNOMAH SOIL AND WATER CONSERVANCY 12 GASTON RURAL FIRE DEPARTMENT 13 GLADSTONE POLICE DEPARTMENT 14 GLENDALE RURAL FIRE DISTRICT 15 HOODLAND FIRE DISTRICT NO.74 16 HOODLAND FIRE DISTRICT #74 17 HOUSING AUTHORITY AND COMMUNITY SERVICES AGENCY 18 KLAMATH COUNTY 9-­‐1-­‐1 19 LANE EDUCATION SERVICE DISTRICT 20 LANE TRANSIT DISTRICT 21 MALIN COMMUNITY PARK AND RECREATION DISTRICT 22 MARION COUNTY FIRE DISTRCT #1 23 METRO 24 METROPOLITAN EXPOSITION-­‐RECREATION COMMISSION 25 MONMOUTH -­‐ INDEPENDENCE NETWORK 26 MULTONAH COUNTY DRAINAGE DISTRICT #1 27 NEAH KAH NIE WATER DISTRICT 28 NW POWER POOL 29 OAK LODGE WATER DISTRICT 30 OR INT'L PORT OF COOS BAY 31 PORT OF ST HELENS 32 PORT OF UMPQUA 33 REGIONAL AUTOMATED INFORMATION NETWORK 34 RIVERGROVE WATER DISTRICT 35 SALEM AREA MASS TRANSIT DISTRICT 36 SANDY FIRE DISTRICT NO. 72 37 SUNSET EMPIRE PARK AND RECREATION 38 THE NEWPORT PARK AND RECREATION CENTER 39 THE PORT OF PORTLAND 40 TILLAMOOK PEOPLES UTILITY DISTRICT 41 TUALATIN HILLS PARK AND RECREATION DISTRICT 42 TUALATIN VALLEY FIRE & RESCUE 43 TUALATIN VALLEY WATER DISTRICT 44 UNION SOIL & WATER CONSERVATION DISTRICT 45 WEST MULTNOMAH SOIL AND WATER CONSERVATION DISTRICT 46 WEST VALLEY HOUSING AUTHORITY 47 WILLAMALANE PARK AND RECREATION DISTRICT 48 YOUNGS RIVER LEWIS AND CLARK WATER DISTRICT No. State Agencies 1 BOARD OF MEDICAL EXAMINERS 2 OFFICE OF MEDICAL ASSISTANCE PROGRAMS 3 OFFICE OF THE STATE TREASURER 4 OREGON BOARD OF ARCHITECTS 5 OREGON CHILD DEVELOPMENT COALITION 6 OREGON DEPARTMENT OF EDUCATION 7 OREGON DEPARTMENT OF FORESTRY 8 OREGON DEPT OF TRANSPORTATION 9 OREGON DEPT. OF EDUCATION 10 OREGON LOTTERY 11 OREGON OFFICE OF ENERGY 12 OREGON STATE BOARD OF NURSING 13 OREGON STATE POLICE 14 OREGON TOURISM COMMISSION 15 OREGON TRAVEL INFORMATION COUNCIL 16 SANTIAM CANYON COMMUNICATION CENTER 17 SEIU LOCAL 503, OPEU 1 ADMIN. SERVICES OFFICE 2 HAWAII CHILD SUPPORT ENFORCEMENT AGENCY 3 HAWAII HEALTH SYSTEMS CORPORATION 4 SOH-­‐ JUDICIARY CONTRACTS AND PURCH 5 STATE DEPARTMENT OF DEFENSE 6 STATE OF HAWAII 7 STATE OF HAWAII 8 STATE OF HAWAII, DEPT. OF EDUCATION

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!