Loading...
HomeMy WebLinkAboutA9089 - WAXIE ENTERPRISES, LLCCity Clerk Form Updated 7/21/2021 CONTRACT ABSTRACT Contract prepared by: ____________________________________________________ Submitted on: __________________ By: __________________________________ Note: _________________________________________________________________ Contract Compliance Exhibits: Yes ___ No ___ Signatures: Yes ___ No ___ Insurance: Yes ___ No ___ Bonds: Yes ___ No ___ Contract Approvals Council/ Community Redevelopment Agency Approval Date: __________________________ Agenda Item No./ Resolution No.: _______________________________________________ Agreement No: _____________________________________________________________ Contract Administration Lead Department: ___________________________________________________________ Contract Administrator: _______________________________________________________ Contract Company Name: __________________________________________________________ Company Contact: _________________________________________________________ Summary of Services: ______________________________________________________ Contract Price: ____________________________________________________________ Funding Source: ___________________________________________________________ Contract Term: ____________________________________________________________ Munis Contract Number: _____________________________________________________ WAXIE'S ENTERPRISES, LLC JEFF OLINGER - SENIOR ACCOUNT EXECUTIVE - (760) 895-7476 PROVISION OF JANITORIAL GOODS AND JANITORIAL EQUIPMENT MAINTENANCE $210,000 AIRPORT ACCOUNT 4157050-50035 APRIL 25, 2022 TO APRIL 24, 2023 Vendor No. 100156 AVIATION HARRY BARRETT JR. / VICTORIA CARPENTER 05-12-2022 1 F A9089 X X X N/A AVIATION DEPARTMENT 5/19/22 Christina Brown DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 1 of 55 CONTRACT SERVICES AGREEMENT A9089 WAXIE’S ENTERPRISES, LLC PROVISION OF JANITORIAL GOODS AND JANITORIAL EQUIPMENT MAINTENANCE SERVICES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT THIS AGREEMENT FOR CONTRACT SERVICES (“Agreement”) is made and entered into on April 25, 2022, by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation (“City”), and WAXIE’S ENTERPRISES, LLC, a Limited Liability Company, (“Contractor”). City and Contractor are individually referred to as “Party” and are collectively referred to as the “Parties”. RECITALS A. City requires the services of a Janitorial Goods Company for the Palm Springs International Airport, (“Project”). B. Contractor is under a cooperative contract through OMNIA Partners Contract 202329-01 to provide janitorial and sanitation supplies, equipment, and related services, to public entities including the City under the terms of this Agreement. C. Based on its experience, education, training, and reputation, Contractor is qualified and desires to provide the necessary services to City for the Project. D. City desires to retain the services of Contractor for the Project. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consider ation, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: AGREEMENT 1. CONTRACTOR SERVICES 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor shall provide services to City as described in the Scope of Services/Work attached to this Agreement as Exhibit “A” and incorporated herein by reference (the “Services” or “Work”). Exhibit "A" includes the agreed upon schedule of performance and the schedule of fees. Contractor warrants that the Services shall be performed in a competent, professional, and satisfactory manner consistent with the level of care and skill ordinarily exercised by high quality, experienced, and well qualified members of the profession currently practicing under similar conditions. In the event of any inconsistency between the terms contained in the Scope of Services/Work and the terms set forth in this Agreement, the terms set forth in this Agreement shall govern. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 2 of 55 1.2 Compliance with Law. Contractor shall comply with all applicable federal, state, and local laws, statutes and ordinances and all lawful orders, rules, and regulations when performing the Services. Contractor shall be liable for all violations of such laws and regulations in connection with the Services and this Agreement. 1.3 Licenses and Permits. Contractor shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Contractor warrants that it has carefully considered how the Work should be performed and fully understands the facilities, difficulties, and restrictions attending performance of the Work under this Agreement. 2. TIME FOR COMPLETION The time for completion of the Services to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the work of this Agreement according to the agreed upon schedule of performance set forth in Exhibit “A.” Neither Party shall be accountable for delays in performance caused by any condition beyond the reasonable control and without the fault or negligence of the non-performing Party. Delays shall not entitle Contractor to any additional compensation regardless of the Party responsible for the delay. 3. COMPENSATION OF CONTRACTOR 3.1 Compensation of Contractor. Contractor shall be compensated and reimbursed for the services rendered under this Agreement in accordance with the schedule of fees set forth in Exhibit “A”. The total amount of Compensation shall not exceed $ 210,000. 3.2 Method of Payment. In any month in which Contractor wishes to receive payment, Contractor shall submit to City an invoice for Services rendered prior to the date of the invoice, no later than the first working day of such month, in the form approved by City’s finance director. Payments shall be based on the hourly rates set forth in Exhibit “A” for authorized services performed. City shall pay Contractor for all expenses stated in the invoice that are approved by City and consistent with this Agreement, within thirty (30) days of receipt of Contractor’s invoice. 3.3 Changes. In the event any change or changes in the Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to docu ments, work product, or Work, when required by the enactment or revision of any subsequent law; or DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 3 of 55 B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor’s profession. 3.4 Appropriations. This Agreement is subject to, and contingent upon, funds being appropriated by the City Council of City for each fiscal year. If such appropriations are not made, this Agreement shall automatically terminate without penalty to City. 4. PERFORMANCE SCHEDULE 4.1 Time of Essence. Time is of the essence in the performance of this Agreement. 4.2 Schedule of Performance. All Services rendered under this Agreement shall be performed under the agreed upon schedule of performance set forth in Exhibit “A.” Any time period extension must be approved in writing by the Contract Officer. 4.3 Force Majeure. The time for performance of Services to be rendered under this Agreement may be extended because of any delays due to a Force Majeure Event, if Contractor notifies the Contract Officer within ten (10) days of the commencement of the Force Majeure Event. A Force Majeure Event shall mean an event that materially affects the Contractor’s performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the Work); and (4) pandemics, epidemics or quarantine restrictions. For purposes of this section, “orders of governmental authorities,” includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. After Contractor notification, the Contract Officer shall investigate the facts and the extent of any necessary delay and extend the time for performing the Services for the period of the enforced delay when and if, in the Contract Officer’s judgment, such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the Parties to this Agreement. The Contractor will not receive an adjustment to the contract price or any other compensation. Notwithstanding the foregoing, the City may still terminate this Agreement in accordance with the termination provisions of this Agreement. 4.4 Term. Unless earlier terminated in accordance with Section 4.5 of this Agreement, this Agreement shall continue in full force and effect for a period of twelve months, commencing on April 25, 2022, and ending on April 24, 2023, unless extended by mutual written agreement of the Parties. 4.5 Termination Prior to Expiration of Term. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 4 of 55 such shorter time as may be determined by the City. Upon receipt of the notice of termination, Contractor shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Contractor shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Contractor shall not be entitled to payment for unperformed Services and shall not be entitled to damages or compensation for termination of Work. If the termination is for cause, the City shall have the right to take whatever steps it deems necessary to correct Contractor's deficiencies and charge the cost thereof to Contractor, who shall be liable for the full cost of the City's corrective action. Contractor may not terminate this Agreement except for cause, upon thirty (30) days written notice to City. 5. COORDINATION OF WORK 5.1 Representative of Contractor. The following principal of Contractor is designated as being the principal and representative of Contractor authorized to act and make all decisions in its behalf with respect to the specified Services: Jeff Olinger, Senior Account Executive. It is expressly understood that the experience, knowledge, education, capability, and reputation of the foregoing principal is a substant ial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the Services under this Agreement. The foregoing principal may not be changed by Contractor without prior written approval of the Contract Officer. 5.2 Contract Officer. The Contract Officer shall be the City Manager or his/her designee ("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer fully informed of the progress of the performance of the Services. Contractor shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 5.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, education, capability, and reputation of Contractor, its principals and employees, were a substantial inducement for Cit y to enter into this Agreement. Contractor shall not contract with any other individual or entity to perform any Services required under this Agreement without the City's express written approval. In addition, neither this Agreement nor any interest may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement including without limitation the insurance and indemnification requirements. If Contractor is permitted to subcontract any part of this Agreement by City, Contractor shall be responsible to City for the acts and omissions of its subcontractor(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subcontractor and City. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 5 of 55 5.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode , or means by which Contractor, its agents or employees, perform the Services required, except as otherwise specified. Contractor shall perform all required Services as an independent contractor of City and shall not be an employee of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role; however, City shall have the right to review Contractor’s work product, result, and advice. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Contractor shall pay all wages, salaries, and other amounts due personnel in connection with their performance under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, and workers’ compensation insurance. Contractor shall not have any authority to bind City in any manner. 5.5 Personnel. Contractor agrees to assign the following individuals to perform the services in this Agreement. Contractor shall not alter the assignment of the following personnel without the prior written approval of the Contract Officer. Acting through the City Manager, the City shall have the unrestricted right to order the removal of any personnel assigned by Contractor by providing written notice to Contractor. Name: Title: Jeff Olinger Senior Account Executive 5.6 California Labor Code Requirements. A. Contractor is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects (“Prevailing Wage Laws”). If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, insta llation, or repair, Contractor agrees to fully comply with such Prevailing Wage Laws. Contractor shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Contractor and all subcontractors to comply with all California Labor Code provisions, which include but are not limited to preva iling wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment of contractors a nd subcontractors (Labor Code Section 1777.1). B. If the Services are being performed as part of an applicable “public works” or “maintenance” project and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, al teration, demolition, installation, or DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 6 of 55 repair, then pursuant to Labor Code Sections 172 5.5 and 1771.1, the Contractor and all subcontractors performing such Services must be registered with the Department of Industrial Relations. Contractor shall maintain registration for the duration of the Project and require the same of any subcontractors, as applicable. This Agreement may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Contractor’s sole responsibility to comply with all applicable registration and labor compliance requirements. 6. INSURANCE Contractor shall procure and maintain, at its sole cost and expense, policies of insurance as set forth in the attached Exhibit "B", incorporated herein by reference. 7. INDEMNIFICATION. 7.1 Indemnification. To the fullest extent permitted by law, Contractor shall defend (at Contractor’s sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the “Indemnified Parties”), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and attorney fees (collectively “Claims”), including but not limited to Claims arising from injuries to or death of persons (Contractor’s employees included), for damage to property, including property owned by City, for any violation of any federal, state, or local law or ordinance or in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct committed by Contractor, its officers, employees, representatives, and agents, that arise out of or relate to Contractor’s performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the Indemnified Parties. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Contractor’s indemnification obligation or other liability under this Agreement. Contractor’s indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. 7.2 Design Professional Services Indemnification and Reimbursement. If Contractor’s obligation to defend, indemnify, and/or hold ha rmless arises out of Contractor’s performance as a “design professional” (as that t erm is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to the extent which the Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor in the performance of the Services or this Agreement, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction, Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. 8. RECORDS AND REPORTS DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 7 of 55 8.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer reports concerning the performance of the Services required by this Agreement, or as the Contract Officer shall require. 8.2 Records. Contractor shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Contractor shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 8.3 Ownership of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of this Agreement shall be the property of City. Contractor shall deliver all above-referenced documents to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights or ownership of the documents and materials. Contractor may retain copies of such documents for Contractor's own use. Contractor shall have an unrestricted right to use the concepts embodied in such documents. 8.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Contractor in the performance of Services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 8.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Contractor shall provide City, or other agents of City, such access to Contractor’s books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Contractor’s performance under this Agreement. Contractor shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 9. ENFORCEMENT OF AGREEMENT 9.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 8 of 55 9.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 9.3 Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting Party on any default shall impair such right or remedy or be construed as a waiver. No consent or approval of City shall be deemed to waive or render unnecessary City’s consent to or approval of any subsequent act of Contractor. Any waiver by either Party of any default must be in writing. No such waiver shall be a waiver of any other default concerning the same or any other provision of this Agreement. 9.4 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative. The exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 9.5 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, a declaratory judgment, or any other remedy consistent with the purposes of this Agreement. 9.6 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses. These include but are not limited to reasonable attorney fees, expert contractor fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. 10. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 10.1 Non-Liability of City Officers and Employees. No officer or employee of City shall be personally liable to the Contractor, or any successor-in-interest, in the event of any default or breach by City or for any amount which may become due to the Contractor or its successor, or for breach of any obligation of the terms of this Agreement. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 9 of 55 10.2 Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement, nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one (1) year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 10.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a “prohibited basis”). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City’s lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not 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; and further, that Contractor is in full compliance with the provisions o f Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 11. MISCELLANEOUS PROVISIONS 11.1 Notice. Any notice, demand, request, consent, approval, or communication that either Party desires, or is required to give to the other Party or any other person shall be in writing and either served personally or sent by pre-paid, first- class mail to the address set forth below. Notice shall be deemed communicated seventy-two (72) hours from the time of mailing if mailed as provided in this Section. Either Party may change its address by notifying the other Party of the change of address in writing. To City: City of Palm Springs Attention: City Manager/ City Clerk 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 To Contractor: Waxie’s Enterprises, LLC 9353 Waxie Way San Diego, CA 92193 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 10 of 55 11.2 Integrated Agreement. This Agreement constitutes the entire understanding between the Parties and supersedes and cancels all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter in this Agreement. 11.3 Amendment. No amendments or other modifications of this Agreement shall be binding unless through written agreement signed by all Parties. 11.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement, which shall be interpreted to carry out the intent of the Parties. 11.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties’ successors and assignees. 11.6 Third Party Beneficiary. Except as may be expressly provided for in this Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party to this Agreement. 11.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 11.8 Authority. The persons executing this Agreement on behalf of the Parties warrant that they are duly authorized to execute this Agreement on behalf of Parties and that by so executing this Agreement the Parties are formally bound to the provisions of this Agreement. 11.9 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 12. FEDERAL PROVISIONS Since funding for the Goods is provided, in wh ole or in part, by the Federal Aviation Administration, Supplier shall also fully and adequately comply with the provisions included in Exhibit “D” attached hereto and i ncorporated herein by reference (“Federal Provisions”). With respect to any conflict between such Federal Provisions and the terms of this Agreement and/or the provisions of state law, the more stringent requirement shall control. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 11 of 55 [SIGNATURES ON NEXT PAGE] DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 12 of 55 SIGNATURE PAGE TO AGREEMENT No. A9089 BY AND BETWEEN THE CITY OF PALM SPRINGS AND WAXIE’S ENTERPRISES, LLC IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. CONTRACTOR: By: _____________________________ By: _____________________________ Signature Signature Name: Alice Sawaya Name: Grant Holm Title: Vice President, General Manager Title: Chief Financial Officer Date: _____________________________ Date: ____________________________ Corporations require two signatures. One signature must be from Chairman of Board, President or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CITY OF PALM SPRINGS: APPROVED BY CITY COUNCIL: Date: 5-12-22 Item No. 1 F APPROVED AS TO FORM: ATTEST: By: ___________________________ By: ____________________________ Jeffrey S. Ballinger Monique Lomeli City Attorney Interim City Clerk APPROVED: By: _______________________________ Date: Justin Clifton, City Manager DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551 5/19/2022 5/18/2022 DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E 5/23/2022 Revised 2.9.22 Page 13 of 55 EXHIBIT “A” CONTRACTOR’S SCOPE OF SERVICES/WORK Including, Schedule of Fees And Schedule of Performance DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 14 of 55 The scope of the services will be as outlined in the OMNIA Partners Contract 202329- 01. Services include janitorial and sanitation supplies, equipment, and related services. Prices are as outlined on the following pages for the current year. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E JANITORIAL RFP 2019 PRICE WORKSHEET DO NOT DELETE ANY TABS, ROWS, COLUMNS OR CHANGE THE WORKBOOK FORMAT. This workbook includes the following tabs: Chemicals Equipment and Dispensers Gloves Hand Soaps and Sanitizers Liners Paper Supplies Category Discount The table below lists the number of SKUs per category. The table will count the number of SKUs and extended cost submitted in this worksheet. CATEGORY SKU Count PROPOSED SKUs ALT SKUs TOTAL SKUS PROPOSED EXT ALT EXT Chemicals 108 108 0 108 1,528,647.28$ -$ Equipment & Dispensers 22 22 0 22 217,050.31$ -$ Gloves 33 33 0 33 275,035.82$ -$ Hand Soaps & Sanitizers 29 29 0 29 1,288,778.75$ -$ Liners 74 74 0 74 1,655,541.75$ -$ Paper 81 81 3 84 6,180,693.26$ -$ Supplies 153 153 8 161 850,983.86$ -$ TOTALS 500 500 11 511 11,996,731.03$ -$ Each category tab includes the following headers. Reference the header and definitions below. Category: This is the Janitorial category, i.e. Chemicals, Gloves, etc. Record ID: UC record ID to track each item in this worksheet. Item #: Current catalog item number Item Description: This is the product description Vendor Name: Manufacturer of the product MPC: Manufacturer product number UOM: Unit of measure for the particular item UOM 2: Secondary unit of measure with this product (if there is any depending on the packaging) UOM Conversion: Unit of measure conversion if there is any with this product Your Price: Supplier's price to the specified product description. Current Qty: EstimateD annual UC usage Your UOM: This is the UOM product you are proposing Ext Cost: Qty x Your Price Your Brand (If Different): Enter your alternative product brand equivalent to the Item Description. Submit if you are not able to supply original item. Your UOM (If Different): Enter alternative UOM if different to the Item Description. Green Description: Use drop-down and select the alternative product's green description Your MPC: Enter alternative manufacturer product code if different to the Item Description Alternative Price: Enter product price for the alternative product Alt Qty: Enter corresponding quantity that corresponds to Your UOM header Alt Product Ext: Alternative Price x Alt Qty The CATEGORY DISCOUNT tab is where the supplier should input the percent discount on all products they offer in that category other than the parts already captured in each individual category tab. The SUGGESTED BASKET is where the supplier should input any recommended items to be added to the market basket for each category. 1 EXHIBIT "A"DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Category Record ID Item #Item Description Vendor Name MPC UOM UOM 2 UOM Conversion 1 YOUR PRICE CURRENT QTY YOUR UOM EXT COST YOUR BRAND (IF DIFFERENT)YOUR UOM (IF DIFFERENT)GREEN DESCRIPTION YOUR MPC (IF DIFFERENT)ALT. PRICE (IF DIFFERENT)ALT QTY (IF DIFFERENT)ALT. PRODUCT EXT BIDDER COMMENTS Paper SP1 856065 290088 TORK H1 NATURAL ROLL TOWEL 6/700 ESSITY NORTH AMERICA INC 290088 CS 0 38.29$ 20,115 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP2 856262 290087 TORK ADVANCED HAND ROLL TOWEL WHITE 6/700 ESSITY NORTH AMERICA INC 290087 CS 0 41.51$ 19,266 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP3 856170 12024402 TORK ADVANCED MINI JUMBO 2-PLY BATH TISSUE 12/751 ESSITY NORTH AMERICA INC 12024402 CS 0 30.62$ 18,406 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP4 851659 SCA TORK ADVANCED JUMBO BATH TISSUE 2-PLY 6/1600 ESSITY NORTH AMERICA INC 12021502 CS 0 33.42$ 8,814 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP5 851672 TJ0924 TORK UNIVERSAL 2-PLY JUMBO ROLL BATH TISSUE 12/1000 ESSITY NORTH AMERICA INC TJ0924 CS 0 28.42$ 8,704 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP6 851530 WAXIE 041 TOILET SEAT COVERS 20/250 (5000/CS) CASE ONLY HOSPECO WAXIE-5000 CS PK 20 38.43$ 7,764 CS ##########GREEN DESCRIPTION TYPE RP-5000 35.00$ -$ Alternate provided. Same spec but providing cost savings Paper SP7 850594 290095 TORK ADVANCED MATIC ROLL TOWEL WHITE 6/900 ESSITY NORTH AMERICA INC 290095 CS 0 50.07$ 6,707 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP8 851088 SA APC ECO GREEN RECYCLED SMALL CORE BATH TISSUE 2-PLY 24/1500 AMERICAN PAPER CONVERTING INC EB5725 CS 0 40.97$ 6,343 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP9 856164 RK1000 TORK UNIVERSAL HAND ROLL TOWEL NATURAL 6X1000 ESSITY NORTH AMERICA INC RK1000 CS 0 32.53$ 4,439 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP10 851675 472886 TORK CORELESS 2-PLY HIGH CAPACITY BATH TISSUE 36/900 ESSITY NORTH AMERICA INC 472886 CS 0 50.07$ 4,264 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP11 856093 TM6120S TORK ADVANCED 2-PLY STANDARD BATH TISSUE 96/500 ESSITY NORTH AMERICA INC TM6120S CS 0 44.73$ 4,176 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP12 851660 TM1616S TORK STANDARD BATH TISSUE 2-PLY 96/500 ESSITY NORTH AMERICA INC TM1616S CS 0 40.82$ 3,998 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP13 851658 110291A TORK ADVANCED HIGH CAPACITY BATH TISSUE 1-PLY 36/2 ESSITY NORTH AMERICA INC 110291A CS 0 51.51$ 3,446 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP14 856091 TJ1222A TORK UNIVERSAL 12 IN JUMBO SR 2-PLY BATH TISSUE 6/20 ESSITY NORTH AMERICA INC TJ1222A CS 0 29.04$ 3,170 CS 92,056.80$ GREEN DESCRIPTION TYPE -$ Paper SP15 851218 13217 SCOTT ECOLOGO 2-PLY STANDARD BATH TISSUE 80X506 KIMBERLY-CLARK CORPORATION 13217 CS 0 43.36$ 3,093 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP16 851730 HEALTH GARDS GREEN SEAT COVER 1/2 FOLD 20 PKS OF 250 PER CS HOSPECO GRN-5000 CS 0 50.00$ 3,045 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP17 851665 110292A TORK ADVANCED HIGH CAPACITY BATH TISSUE 2-PLY 36/1 ESSITY NORTH AMERICA INC 110292A CS 0 47.33$ 3,045 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP18 855991 MB540A TORK UNIVERSAL WHITE MULTIFOLD HAND TOWEL 16/250 ESSITY NORTH AMERICA INC MB540A CS 0 21.30$ 2,619 CS 55,784.70$ GREEN DESCRIPTION TYPE -$ Paper SP19 855122 TORK UNIVERSAL HAND TOWEL ROLL BROWN 6X1000 ESSITY NORTH AMERICA INC 8031000 CS 0 42.47$ 2,340 CS 99,379.80$ GREEN DESCRIPTION TYPE -$ Paper SP20 850232 WAXIE 2001 CLEAN & SOFT WHITE MULTIFOLD TOWEL EPA CPG 16X250 KIMBERLY-CLARK CORPORATION 88001 CS 0 23.26$ 1,877 CS 43,659.02$ GREEN DESCRIPTION TYPE -$ Paper SP21 850410 20887 PACIFIC BLUE ULTRA BIGFOLD TOWEL WHITE 10X220 GEORGIA PACIFIC 20887 CS 0 33.29$ 1,495 CS 49,768.55$ GREEN DESCRIPTION TYPE -$ Paper SP22 850864 01000 SCOTT HIGH CAPACITY ROLL TOWEL WHITE 12/1000 KIMBERLY-CLARK CORPORATION 01000 CS 0 78.97$ 1,450 CS ##########GREEN DESCRIPTION TYPE -$ Paper SP23 850390 01804 SCOTT MULTIFOLD TOWELS WHITE 16X250 KIMBERLY-CLARK CORPORATION 01804 CS 0 25.21$ 1,260 CS 31,764.60$ GREEN DESCRIPTION TYPE -$ Paper SP24 850024 23504 PACIFIC BLUE BASIC SINGLEFOLD TOWEL BROWN 16X250 GEORGIA PACIFIC 23504 CS 0 22.40$ 1,039 CS 23,273.60$ ESSITY NORTH AMERICA INC UL ECOLOGO SK1850A 20.00$ -$ Paper SP25 851157 WAXIE 1500 CLEAN & SOFT SUPER ROLL BATH TISSUE 8/1500 AMERICAN PAPER CONVERTING INC WAXIE-1500 CS 0 32.01$ 1,001 CS 32,042.01$ GREEN DESCRIPTION TYPE -$ Paper SP26 850035 01700 SCOTT SINGLEFOLD TOWELS 16X250 KIMBERLY-CLARK CORPORATION 01700 CS 0 34.11$ 978 CS 33,359.58$ GREEN DESCRIPTION TYPE -$ Paper SP27 851235 GP 19510 (19500) SOFPULL 2-PLY CENTERPULL BATH TISS-6X1000 GEORGIA PACIFIC 19510 CS 0 32.19$ 875 CS 28,166.25$ GREEN DESCRIPTION TYPE -$ Paper SP28 850539 89440 ENMOTION 8-IN BROWN EPA COMPLIANT ROLL TOWEL 6X700 GEORGIA PACIFIC 89440 CS 0 55.07$ 830 CS 45,708.10$ GREEN DESCRIPTION TYPE -$ Paper SP29 850237 20904 PACIFIC BLUE BASIC WHITE SINGLEFOLD TOWEL 16X250 GEORGIA PACIFIC 20904 CS 0 29.86$ 829 CS 24,753.94$ GREEN DESCRIPTION TYPE -$ Paper SP30 851191 04460 SCOTT 2-PLY STANDARD ROLL BATHROOM TISSUE - 80X550 KIMBERLY-CLARK CORPORATION 04460 CS 0 49.32$ 782 CS 38,568.24$ GREEN DESCRIPTION TYPE -$ Paper SP31 851247 WAXIE-GREEN 8036 SMALL CORE 2-PLY BATH TISSUE 36/1000 AMERICAN PAPER CONVERTING INC WG-8036 CS 0 44.89$ 767 CS 34,430.63$ GREEN DESCRIPTION TYPE -$ Paper SP32 851166 WAXIE 1965 CLEAN & SOFT WHITE 2-PLY BATH TISSUE 96/500 ROYAL PAPER CONVERTING 566188 CS 0 53.00$ 739 CS 39,167.00$ GREEN DESCRIPTION TYPE -$ Paper SP33 851178 WAXIE 1855 CLEAN & SOFT WHITE 2-PLY BATH TISSUE 80/550 ROYAL PAPER CONVERTING 566186 CS 0 49.39$ 707 CS 34,918.73$ GREEN DESCRIPTION TYPE -$ Paper SP34 851151 WAXIE-GREEN 8500 SUPER ROLL 2-PLY BATH TISSUE 8/1500 AMERICAN PAPER CONVERTING INC WG-8500 CS 0 33.86$ 680 CS 23,024.80$ GREEN DESCRIPTION TYPE -$ Paper SP35 851255 WAXIE -GREEN 8600-01 WHITE 2-PLY BATH TISSUE 80/500 AMERICAN PAPER CONVERTING INC WG-8600-01 CS 0 36.19$ 624 CS 22,582.56$ GREEN DESCRIPTION TYPE -$ Paper SP36 851177 WAXIE 1912 CLEAN & SOFT 2-PLY JUMBO ROLL BATH TISSUE 12/1000 AMERICAN PAPER CONVERTING INC WAXIE-1912 CS 0 27.55$ 605 CS 16,667.75$ GREEN DESCRIPTION TYPE -$ Paper SP37 850865 01040 SCOTT UNIVERSAL ROLL TOWELS - 12 PER CS KIMBERLY-CLARK CORPORATION 01040 CS 0 68.15$ 559 CS 38,095.85$ GREEN DESCRIPTION TYPE -$ Paper SP38 855992 SK1850A TORK UNIVERSAL NATURAL SINGLEFOLD HAND TOWEL 16/250 ESSITY NORTH AMERICA INC SK1850A CS 0 20.00$ 521 CS 10,420.00$ GREEN DESCRIPTION TYPE -$ Paper SP39 850636 WAXIE 6800 CLEAN & SOFT WHITE UNIVERSAL ROLL TOWEL 6/800 AMERICAN PAPER CONVERTING INC WAXIE-6800 CS 0 32.60$ 486 CS 15,843.60$ GREEN DESCRIPTION TYPE -$ Paper SP40 851193 07805 SCOTT JRT JR JUMBO ROLL TISSUE 2-PLY - 12X1000 KIMBERLY-CLARK CORPORATION 07805 CS 0 32.67$ 476 CS 15,550.92$ GREEN DESCRIPTION TYPE -$ Paper SP41 850013SA 23000 SIGNATURE (PREFERENCE) C-FOLD TWL 12-120 SHTS PER CASE GEORGIA PACIFIC 23000 CS 0 25.34$ 471 CS 11,935.14$ GREEN DESCRIPTION TYPE -$ Paper SP42 856066 290089 TORK ADVANCED MATIC ROLL TOWEL WHITE 6/700 ESSITY NORTH AMERICA INC 290089 CS 0 40.34$ 438 CS 17,668.92$ GREEN DESCRIPTION TYPE -$ Paper SP43 850550 89480 ENMOTION BROWN ECO LOGO HIGH CAPACITY ROLL TOWEL 6X800 GEORGIA PACIFIC 89480 CS 0 56.37$ 393 CS 22,153.41$ GREEN DESCRIPTION TYPE -$ Paper SP44 850848 MB578 TORK PREMIUM SOFT WHITE MULTIFOLD HAND TOWEL 16/135 ESSITY NORTH AMERICA INC MB578 CS 0 28.63$ 383 CS 10,965.29$ GREEN DESCRIPTION TYPE -$ Paper SP45 856084 SB1840A TORK UNIVERSAL WHITE SINGLEFOLD HAND TOWEL 16/250 ESSITY NORTH AMERICA INC SB1840A CS 0 29.52$ 377 CS 11,129.04$ GREEN DESCRIPTION TYPE -$ Paper SP46 850016 23304 PACIFIC BLUE BASIC MULTIFOLD TOWEL BROWN 16X250 GEORGIA PACIFIC 23304 CS 0 22.05$ 369 CS 8,136.45$ GREEN DESCRIPTION TYPE -$ Paper SP47 850455 01510 SCOTT C-FOLD TOWELS WHITE 12X200 KIMBERLY-CLARK CORPORATION 01510 CS 0 29.04$ 363 CS 10,541.52$ GREEN DESCRIPTION TYPE -$ Paper SP48 850955 19375 COMPACT CORELESS HI-CAP 2-PLY BATH TISSUE 36/1000 GEORGIA PACIFIC 19375 CS 0 54.52$ 362 CS 19,736.24$ GREEN DESCRIPTION TYPE -$ Paper SP49 851167 37541 SUPER SOFT WHITE 2-PLY BATH TISSUE 96X500 ROYAL PAPER CONVERTING 300188 CS 0 44.07$ 360 CS 15,865.20$ GREEN DESCRIPTION TYPE -$ Paper SP50 851342 16880 ANGEL SOFT PS WHITE 2-PLY PREMIUM BATH TISSUE 80X450 GEORGIA PACIFIC 16880 CS 0 53.56$ 351 CS 18,799.56$ GREEN DESCRIPTION TYPE -$ Paper SP51 850572 WAXIE 3600 CLEAN & SOFT WHITE UNIVERSAL ROLL TOWEL 12/600 AMERICAN PAPER CONVERTING INC WAXIE-3600 CS 0 48.63$ 347 CS 16,874.61$ GREEN DESCRIPTION TYPE -$ Paper SP52 856076 P/O-M SCA MB550A CORONET TOWEL 16/250 WHITE ESSITY NORTH AMERICA INC MB550A CS 0 24.11$ 321 CS 7,739.31$ GREEN DESCRIPTION TYPE -$ Paper SP53 850661 KC 12388 SCOTT SLIMROLL HARD ROLL TOWELS 6/580FT KIMBERLY-CLARK CORPORATION 12388 CS 0 42.60$ 300 CS 12,780.00$ GREEN DESCRIPTION TYPE -$ Paper SP54 850008 24590 PACIFIC BLUE BASIC WHITE MULTIFOLD TOWEL 16X250 GEORGIA PACIFIC 24590 CS 0 24.59$ 266 CS 6,540.94$ GREEN DESCRIPTION TYPE -$ Paper SP55 850235 21000 PACIFIC BLUE SELECT MULTIFOLD TOWEL WHITE 16X125 GEORGIA PACIFIC 21000 CS 0 20.96$ 253 CS 5,302.88$ GREEN DESCRIPTION TYPE -$ Paper SP56 851500 21400 WHITE KLEENEX FACIAL TISSUE - 36X100 KIMBERLY-CLARK CORPORATION 21400 CS 0 37.81$ 250 CS 9,452.50$ GREEN DESCRIPTION TYPE -$ Paper SP57 850002 20241 PACIFIC BLUE SELECT C-FOLD TOWEL WHITE 12X200 GEORGIA PACIFIC 20241 CS 0 31.99$ 243 CS 7,773.57$ GREEN DESCRIPTION TYPE -$ Paper SP58 856086 TF6810 TORK ADVANCED FACIAL TISSUE FLAT BOX 30/100 ESSITY NORTH AMERICA INC TF6810 CS 0 24.73$ 241 CS 5,959.93$ ROYAL PAPER CONVERTING UL ECOLOGO 566713 20.01$ -$ Paper SP59 850951 50606 KLEENEX HARD ROLL TOWELS WHITE 6/600' ROLLS 1.75" CORE KIMBERLY-CLARK CORPORATION 50606 CS 0 43.22$ 222 CS 9,594.84$ GREEN DESCRIPTION TYPE -$ Paper SP60 856090 TJ0922A TORK UNIVERSAL 2-PLY JUMBO ROLL BATH TISSUE 12/1000 ESSITY NORTH AMERICA INC TJ0922A CS 0 26.85$ 220 CS 5,907.00$ GREEN DESCRIPTION TYPE -$ Paper SP61 855001 101293 TORK SOFT XPRESS WHITE MULTIFOLD HAND TOWEL 16/189 ESSITY NORTH AMERICA INC 101293 CS 0 35.48$ 209 CS 7,415.32$ GREEN DESCRIPTION TYPE -$ Paper SP62 850332 KC 01807 SCOTT WHITE MULTIFOLD TOWELS 16/250 KIMBERLY-CLARK CORPORATION 01807 CS 0 24.79$ 205 CS 5,081.95$ GREEN DESCRIPTION TYPE -$ Paper SP63 850040 00350 PACIFIC BLUE SELECT WINDSHIELD TOWEL BLUE 9X250 GEORGIA PACIFIC 350 CS 0 34.52$ 191 CS 6,593.32$ GREEN DESCRIPTION TYPE -$ Paper SP64 851410 48100 PREFERENCE WHITE FACIAL TISSUE - 30X100 GEORGIA PACIFIC 48100 CS 0 24.45$ 189 CS 4,621.05$ GREEN DESCRIPTION TYPE -$ Paper SP65 851443 WAXIE 5100 CLEAN & SOFT 2-PLY FACIAL TISSUE FLAT BOX 30/100 ROYAL PAPER CONVERTING 566713 CS 0 20.01$ 180 CS 3,601.80$ GREEN DESCRIPTION TYPE -$ Paper SP66 850045 WAXIE 2010 KLEENLINE MULTIFOLD TOWEL WHITE 16/250 (4000/CS)ORCHIDS PAPER PRODUCTS CO TI18710 CS 0 22.14$ 171 CS 3,785.94$ GREEN DESCRIPTION TYPE -$ Paper SP67 851467 21606 WHITE KLEENEX FACIAL TISSUE - 48X125 KIMBERLY-CLARK CORPORATION 21606 CS 0 54.93$ 163 CS 8,953.59$ GREEN DESCRIPTION TYPE -$ Paper SP68 856000 27300 PACIFIC BLUE SELECT WHITE PERFORATED ROLL TOWEL 30/100 GEORGIA PACIFIC 27300 CS 0 33.22$ 163 CS 5,414.86$ GREEN DESCRIPTION TYPE -$ Paper SP69 850630 WAXIE 3085 CLEAN & SOFT KITCHEN ROLL TOWEL 30/85 ROYAL PAPER CONVERTING 566316 CS 0 29.47$ 154 CS 4,538.38$ GREEN DESCRIPTION TYPE -$ Paper SP70 851248 WAXIE-GREEN 8800 UNIVERSAL NATURAL WHITE ROLL TOWEL 6/800 AMERICAN PAPER CONVERTING INC WG-8800 CS 0 30.29$ 141 CS 4,270.89$ GREEN DESCRIPTION TYPE -$ Paper SP71 851197 02129 SCOTT (TRADITION) JRT JR JUMBO ROLL TISSUE 2-PLY 12X1000 KIMBERLY-CLARK CORPORATION 02129 CS 0 29.18$ 130 CS 3,793.40$ GREEN DESCRIPTION TYPE -$ Paper SP72 850261 20204 PACIFIC BLUE BASIC MULTIFOLD TOWEL WHITE 16X250 GEORGIA PACIFIC 20204 CS 0 24.45$ 129 CS 3,154.05$ GREEN DESCRIPTION TYPE -$ Paper SP73 851127 18280/01 PREFERENCE WHITE 2-PLY EMBOSSED BATHROOM TISSUE 80X550 GEORGIA PACIFIC 18280/01 CS 0 50.14$ 128 CS 6,417.92$ GREEN DESCRIPTION TYPE -$ Paper SP74 851455 21270 KLEENEX BOUTIQUE FACIAL TISSUE DECORATIVE BOX 36X95 KIMBERLY-CLARK CORPORATION 21270 CS 0 44.59$ 126 CS 5,618.34$ GREEN DESCRIPTION TYPE -$ Paper SP75 855995 SCA RB8004 TORK UNIVERSAL HAND TOWEL ROLL WHITE 6/800 ESSITY NORTH AMERICA INC RB8004 CS 0 26.92$ 120 CS 3,230.40$ GREEN DESCRIPTION TYPE -$ Paper SP76 851504 WAXIE SELECT PREMIUM FACIAL TISSUE 2-PLY FLAT BOX 30/100 ROYAL PAPER CONVERTING 965714 CS 0 22.97$ 117 CS 2,687.49$ GREEN DESCRIPTION TYPE -$ Paper SP77 850450 01500 KLEENEX C-FOLD TOWELS 16X150 KIMBERLY-CLARK CORPORATION 01500 CS 0 38.01$ 117 CS 4,447.17$ GREEN DESCRIPTION TYPE -$ Paper SP78 851531 HSC RECYCLED HALF-FOLD TOILET SEAT COVERS 250CT (CS OF 20)HOSPECO RP-5000 CS 0 35.00$ 109 CS 3,815.00$ GREEN DESCRIPTION TYPE -$ Paper SP79 850225 20389 PACIFIC BLUE SELECT MULTIFOLD TOWEL WHITE 16X250 GEORGIA PACIFIC 20389 CS 0 27.40$ 108 CS 2,959.20$ GREEN DESCRIPTION TYPE -$ Paper SP80 850088 WAXIE 2800 KLEENLINE WHITE UNIV ROLL TOWEL 6X800 - 2-IN CORE ORCHIDS PAPER PRODUCTS CO TR18660 CS 0 27.71$ 107 CS 2,964.97$ GREEN DESCRIPTION TYPE -$ Paper SP81 856087 TF6910A TORK PREMIUM FACIAL TISSUE CUBE BOX 36/94 ESSITY NORTH AMERICA INC TF6910A CS 0 34.11$ 105 CS 3,581.55$ GREEN DESCRIPTION TYPE -$ 2 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Category Record ID Item #Item Description Vendor Name MFI Dilution Min Strength (1:XXX)Dilution Probable Strength (1:XXX)Dilution Max Strength (1:XXX)UOM UOM 2 UOM Conversion 1 YOUR PRICE CURRENT QTY YOUR UOM EXT COST YOUR BRAND (IF DIFFERENT)YOUR UOM (IF DIFFERENT)GREEN DESCRIPTION YOUR MPC (IF DIFFERENT)ALT. PRICE (IF DIFFERENT)ALT QTY (IF DIFFERENT)ALT. PRODUCT EXT Dilution Min Strength (1:XXX)Dilution Probable Strength (1:XXX)Dilution Max Strength (1:XXX)BIDDER COMMENTS Chemicals CH1 5117062 APEX POWER 6/6.75#ECOLAB INSTITUTIONAL DIVISION 6117062 N/A N/A N/A CS 0 254.34$ 465 CS #########GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH2 328121 RTD ALPHA HP MULTI-SURFACE CLEANER 2X1.5L DIVERSEY INC 3350727 256 128 64 CS EA 2 52.27$ 862 CS 45,056.74$ GREEN DESCRIPTION TYPE -$ Chemicals CH3 870370 COMET CLEANER WITH BLEACH 8/32-OZ. PGC 02287 NP&PC / ESSENDANT CO.PGC02287CT N/A N/A N/A CS QT 8 58.15$ 797 CS 46,345.55$ GREEN DESCRIPTION TYPE -$ Chemicals CH4 931013 VECTRA FLOOR FINISH 5 GAL DIVERSEY INC 5105047 RTU RTU RTU BX 0 86.72$ 461 BX 39,977.92$ GREEN DESCRIPTION TYPE -$ Chemicals CH5 546100081 FACILIPRO CONCENTRATED NEUTRAL FLOOR CLEANER 1.3L - 2/CS ECOLAB INSTITUTIONAL DIVISION 6100081 512 256 128 CS 0 59.37$ 654 CS 38,827.98$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH6 5110362 APEX MANUAL DETERGENT 2/3#ECOLAB INSTITUTIONAL DIVISION 6110362 N/A N/A N/A CS 0 193.82$ 432 CS 83,730.24$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH7 546100300 FACILIPRO 93 CONCENTRATED ACID BATHROOM CLEANER GS 2/1.3L ECOLAB INSTITUTIONAL DIVISION 6100300 64 32 32 CS 0 64.81$ 575 CS 37,265.75$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH8 546100082 EID HI PERF UC NEUT FLR CLEANER 2/1.3L ECOLAB INSTITUTIONAL DIVISION 6100082 512 256 128 CS 0 82.01$ 718 CS 58,883.18$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH9 1030400 WAXIE-GREEN SOLSTA 300 NON-ACID BATHROOM CLEANER GENLABS 055470403W 16 16 16 CS EA 4 52.51$ 529 CS 27,777.79$ GREEN DESCRIPTION TYPE -$ Chemicals CH10 546100176 ECOLAB APEX SOLID QUAT BROAD RANGE SANITIZER 2/2 LBS ECOLAB INSTITUTIONAL DIVISION 6100176 N/A N/A N/A CS 0 166.37$ 318 CS 52,905.66$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH11 328077 DL ALPHA HP MULTI-SURFACE DISINFECT CLNR 1.5 L (CS OF 2)DIVERSEY INC 5549254 64 64 64 CS EA 2 53.82$ 453 CS 24,380.46$ GREEN DESCRIPTION TYPE -$ Chemicals CH12 170401 WAXIE SOLSTA 710 MULTI-PURPOSE DISINFECTANT CLEANER 3L 4/CS GENLABS 051390403W 256 256 256 CS EA 4 115.54$ 197 CS 22,761.38$ GREEN DESCRIPTION TYPE -$ Chemicals CH13 5413094 LEMON-EZE CREME CLEANSER QT 12/CS ECOLAB INSTITUTIONAL DIVISION 6113094 RTU RTU RTU CS 0 138.39$ 271 CS 37,503.69$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH14 516100185 EID SOLID POWER XL MACHINE WAREWASH DETERGENT 4/9LBS ECOLAB INSTITUTIONAL DIVISION 6100185 N/A N/A N/A CS 0 308.72$ 217 CS 66,992.24$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH15 170018 WAXIE GERMICIDAL ULTRA BLEACH GL 3/CS KIK INTERNATIONAL INC 11003428431 N/A N/A N/A CS GL 3 10.28$ 2,240 CS 23,027.20$ GREEN DESCRIPTION TYPE -$ Chemicals CH16 160115 WAXIE-GREEN SOLSTA 330 FRESH MIST LIQUID MICROBES 3 L 4/CS WHOLE EARTH LABORATORIES INC WEFMS_CASE 64 64 64 CS EA 4 110.28$ 180 CS 19,850.40$ GREEN DESCRIPTION TYPE -$ Chemicals CH17 326415 CREW BATHROOM CLEANER AND SCALE REMOVER 2X1.5 GL CC GS CERT DIVERSEY INC 95271230 18 18 18 CS 0 148.60$ 138 CS 20,506.80$ GREEN DESCRIPTION TYPE -$ Chemicals CH18 170094 LAG CLOROX BLEACH LIQUID COMM SOLUT GERMICIDAL CONC 3/121 OZ NP&PC / ESSENDANT CO.CLO30966CT N/A N/A N/A CS EA 3 19.66$ 1,080 CS 21,232.80$ GREEN DESCRIPTION TYPE -$ Chemicals CH19 321422 DL 5GL PRO STRIP ULTRA HEAVY DUTY FLOOR STRIPPER BIB DIVERSEY INC 95386176 10 4 4 BX 0 104.39$ 194 BX 20,251.66$ GREEN DESCRIPTION TYPE -$ Chemicals CH20 160384 BREAKDOWN ENZYME ODOR ELIMINATOR 4X1 DIVERSEY INC 94291110 128 64 10 CS GL 4 75.70$ 224 CS 16,956.80$ GREEN DESCRIPTION TYPE -$ Chemicals CH21 326414 DL CC PER DIEM GENERAL PURPOSE CLEANER 2X1.5GL DIVERSEY INC 94998832 256 256 256 CS 0 169.25$ 100 CS 16,925.00$ GREEN DESCRIPTION TYPE -$ Chemicals CH22 934506 MONOSTAR PHAZER FINISH 2/2 GAL BAGS ECOLAB INSTITUTIONAL DIVISION 6195513 RTU RTU RTU CS 0 266.22$ 105 CS 27,953.10$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH23 931062 5GL AMPLIFY HIGH SOLIDS FLOOR FINISH DIVERSEY INC 5104714 RTU RTU RTU BX 0 108.40$ 170 BX 18,428.00$ GREEN DESCRIPTION TYPE -$ Chemicals CH24 320101 WAXIE-GREEN SOLSTA 255 ALL- PURPOSE CLEANER 3L 4/CS GENLABS 052750403W 32 32 32 CS EA 4 76.82$ 179 CS 13,750.78$ GREEN DESCRIPTION TYPE -$ Chemicals CH25 546100795 FACILIPRO 57 PEROXIDE MULTI SURFACE CLEANER & DISINF 2/1.3L ECOLAB INSTITUTIONAL DIVISION 6100795 32 21 21 CS 0 30.93$ 504 CS 15,588.72$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH26 5464895701 EID POLARIS PHAZER MULTI 25 FLOOR FINISH 2/2GL ECOLAB INSTITUTIONAL DIVISION 6195701 RTU RTU RTU CS 0 165.96$ 131 CS 21,740.76$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH27 5417708 2.5/GL OASIS 146 MULTI-QUAT SANITIZER ECOLAB INSTITUTIONAL DIVISION 6100536 N/A N/A N/A EA 0 216.75$ 214 EA 46,384.50$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH28 329130 CREW BATHROOM CLEANER AND SCALE REMOVER 2X2.5L J-FILL DIVERSEY INC 93172650 18 18 18 CS EA 2 71.57$ 172 CS 12,310.04$ GREEN DESCRIPTION TYPE -$ Chemicals CH29 546100280 EID UC NEUTRAL BATHROOM CLEANER 2-1.3L ECOLAB INSTITUTIONAL DIVISION 6100280 128 64 32 CS 0 112.57$ 219 CS 24,652.83$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH30 546100295 EID ULTRA CONCENTRATED ACID BATHROOM CLEANER 2-1.3L ECOLAB INSTITUTIONAL DIVISION 6100295 64 32 32 CS 0 134.73$ 174 CS 23,443.02$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH31 328111 CREW BATHROOM CLEANER & SCALE REMOVER 2X1.5L RTD DIVERSEY INC 93145310 18 18 18 CS EA 2 51.36$ 264 CS 13,559.04$ GREEN DESCRIPTION TYPE -$ Chemicals CH32 170261 WIPES PLUS DISINFECTING WIPES 800 COUNT - 3200 PER CASE PROGRESSIVE PRODUCTS LLC 37301 N/A N/A N/A CS 0 117.34$ 109 CS 12,790.06$ GREEN DESCRIPTION TYPE -$ Chemicals CH33 1030350 KAIBLOOEY SHOWER AND RESTROOM CLEANER 4/GL KAIVAC INC KBLOOEY 32 32 32 CS 0 76.49$ 138 CS 10,555.62$ GREEN DESCRIPTION TYPE -$ Chemicals CH34 5117063 APEX POWER 4/6.75#ECOLAB INSTITUTIONAL DIVISION 6117063 N/A N/A N/A CS 0 220.03$ 127 CS 27,943.81$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH35 410016 WAXIE BRK-AWAY FS CLEANER/ DEGREASER GL 4/CS GENLABS 052780401W 32 32 32 CS GL 4 51.60$ 218 CS 11,248.80$ GREEN DESCRIPTION TYPE -$ Chemicals CH36 5414541 QC NEUTRAL DISINFECTANT CLEANER 2X1.3-LITER ECOLAB INSTITUTIONAL DIVISION 6114541 512 256 256 CS 0 79.16$ 365 CS 28,893.40$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH37 321528 DL PRO STRIP RTD SC HIGH EFFICIENCY FLOOR STRIPPER 1/5L DIVERSEY INC 95547312 20 15 13 EA 0 115.28$ 104 EA 11,989.12$ GREEN DESCRIPTION TYPE -$ Chemicals CH38 5112971 5GL LIQUID PANTASTIC MANUAL WAREWASH DETERGENT ECOLAB INSTITUTIONAL DIVISION 6112971 N/A N/A N/A DM 0 242.60$ 129 DM 31,295.40$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH39 1090131 WAXIE BRITE-N-WHITE COMMERCIAL LAUNDRY BLEACH 25 LB BOX CUSTOM CHEMICAL FORMULATORS WAXIEE-005-025 N/A N/A N/A BX 0 22.76$ 451 BX 10,264.76$ GREEN DESCRIPTION TYPE -$ Chemicals CH40 163500 FALCON CARTRIDGE SINGLE BOBRICK WASHROOM EQUIP FWFC-1 N/A N/A N/A EA 0 50.24$ 193 EA 9,696.32$ GREEN DESCRIPTION TYPE -$ Chemicals CH41 410056 WAXIE-GREEN SOLSTA 143 CLEANER DEGREASER 3L 4/CS GENLABS 051040403W 64 64 64 CS EA 4 63.78$ 139 CS 8,865.42$ GREEN DESCRIPTION TYPE -$ Chemicals CH42 1030451 PUMIE SCOURING STICK PUMICE BAR UNITED STATES PUMICE CO JAN-12 N/A N/A N/A BX EA 12 25.79$ 363 BX 9,361.77$ GREEN DESCRIPTION TYPE -$ Chemicals CH43 546101039 EID QC 73 DISINFECTING ACID BATHROOM CLEANER 2/1.3L ECOLAB INSTITUTIONAL DIVISION 6101039 16 16 11 CS 0 77.76$ 124 CS 9,642.24$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH44 88LAGPGC84998TIDE ULTRA LAUNDRY DETÿPOWDER W/BLCH ORIG 144 OZ BX 2/CS NP&PC / ESSENDANT CO.PGC84998CT N/A N/A N/A CS 0 53.10$ 151 CS 8,018.10$ GREEN DESCRIPTION TYPE -$ Chemicals CH45 1404704 SPARTAN FLOORFRONT GS-40 4/GL SPARTAN CHEMICAL CO INC 404704 RTU RTU RTU CS 0 81.28$ 100 CS 8,128.00$ GREEN DESCRIPTION TYPE -$ Chemicals CH46 5410126 GREASE EXPRESS FAST FOAM DEGREASER - 6/QT ECOLAB INSTITUTIONAL DIVISION 6110126 N/A N/A N/A CS 0 173.25$ 165 CS 28,586.25$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH47 546100391 FACILIPRO 53 CONCENTRATED MULTI PURPOSE DEGREASER 2/1.3L ECOLAB INSTITUTIONAL DIVISION 6100391 128 32 11 CS 0 32.87$ 269 CS 8,842.03$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH48 161364 WAXIE WAVE 3D URINAL DEODORANT SCREEN COTTON BLOSS 10/BX 6BXCS FRESH PRODUCTS LLC 3WDS-P-06-AAG77 N/A N/A N/A CS BX 6 122.45$ 60 CS 7,347.00$ GREEN DESCRIPTION TYPE -$ Chemicals CH49 325785 3M PEROXIDE CLEANER CONCENTRATE 34A 4/.5 GAL PER CS 3M COMPANY 50051125857920 100 100 100 CS EA 4 91.78$ 108 CS 9,912.24$ GREEN DESCRIPTION TYPE -$ Chemicals CH50 1034009 SPARTAN RJ8 TILE-GROUT REJUVENATOR QRTS 12/CS SPARTAN CHEMICAL CO INC 711003 RTU RTU RTU CS QT 12 36.99$ 201 CS 7,434.99$ GREEN DESCRIPTION TYPE -$ Chemicals CH51 162070 WAXIE-GREEN SPRING MINT PLUS LIQUID MICROBES CLNR QT 12/CS WHOLE EARTH LABORATORIES INC WESMQ_CASE 16 10 8 CS QT 12 52.75$ 135 CS 7,121.25$ GREEN DESCRIPTION TYPE -$ Chemicals CH52 530584SA DAWN DISH SOAP 8/38-OZ NP&PC / ESSENDANT CO.PGC45112CT RTU RTU RTU CS EA 8 49.31$ 159 CS 7,840.29$ GREEN DESCRIPTION TYPE -$ Chemicals CH53 1031510 WAXIE W-600 OVEN CLEANER QT 12/ CS GENLABS 020571232W RTU RTU RTU CS QT 12 46.75$ 150 CS 7,012.50$ GREEN DESCRIPTION TYPE -$ Chemicals CH54 546100610 EID PEROXIDE 54 GLASS AND SURF. CLEANER 2/1.3L ECOLAB INSTITUTIONAL DIVISION 6100610 128 64 32 CS EA 2 102.55$ 129 CS 13,228.95$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH55 1033401 COMET CREME DEODORIZING CLEANER 32 OZ 10/CS NP&PC / ESSENDANT CO.PGC73163 RTU RTU RTU CS EA 10 55.07$ 136 CS 7,489.52$ GREEN DESCRIPTION TYPE -$ Chemicals CH56 530050 WAXIE SURE BRITE LAUNDRY DETERGENT 25 LB BOX CUSTOM CHEMICAL FORMULATORS WAXIEE-009-025 N/A N/A N/A BX 0 15.30$ 455 BX 6,961.50$ GREEN DESCRIPTION TYPE -$ Chemicals CH57 870114 WAXIE LIMELITE LIME & SCALE REMOVER GL 4/CS GENLABS 020680401W 20 11.5 3 CS GL 4 56.84$ 116 CS 6,593.44$ GREEN DESCRIPTION TYPE -$ Chemicals CH58 1030271 CREW TILE AND GROUT REJUVENATOR 12X1 QT DIVERSEY INC 100919352 RTU RTU RTU CS EA 12 40.49$ 170 CS 6,883.30$ GREEN DESCRIPTION TYPE -$ Chemicals CH59 870021 WAXIE KNOCK OUT MILDEW STAIN RE MOVER QT 12/CS GENLABS 080701232W RTU RTU RTU CS QT 12 52.31$ 122 CS 6,381.82$ GREEN DESCRIPTION TYPE -$ Chemicals CH60 323101 DL EMEREL PLUS CREME CLEANSER 12/QT DIVERSEY INC 94496138 RTU RTU RTU CS QT 12 70.73$ 105 CS 7,426.65$ GREEN DESCRIPTION TYPE -$ Chemicals CH61 170700 WAXIE SOLSTA 764 LEMON QUAT DISINFECTANT CLEANER 3L 4/CS GENLABS 011320403W 64 64 64 CS EA 4 44.73$ 129 CS 5,770.17$ GREEN DESCRIPTION TYPE -$ Chemicals CH62 870530 SPEEDBALL 2000 12 QUARTS/CASE DIVERSEY INC 95891164 RTU RTU RTU CS QT 12 50.79$ 114 CS 5,790.06$ GREEN DESCRIPTION TYPE -$ Chemicals CH63 328102 DL MORNING MIST NEUTRAL DISINFECT CLNR 2.5 L (CS OF 2)DIVERSEY INC 5773934 64 64 64 CS 0 38.42$ 180 CS 6,915.60$ GREEN DESCRIPTION TYPE -$ Chemicals CH64 546100710 EID FACILIPRO MILD FOAMING HAND SOAP 2/1250ML ECOLAB INSTITUTIONAL DIVISION 6100710 RTU RTU RTU CS 0 31.60$ 213 CS 6,730.80$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH65 1008404 SPARTAN EMF SHINELINE- 4X1 GL SPARTAN CHEMICAL CO INC 008404 64 32 12 CS GL 4 57.36$ 100 CS 5,736.00$ GREEN DESCRIPTION TYPE -$ Chemicals CH66 170715 LYSOL SANITIZING WIPES CITRUS CITRUS SCENT -6X80 CT NP&PC / ESSENDANT CO.RAC77182CT N/A N/A N/A CS TB 6 38.24$ 157 CS 6,003.68$ GREEN DESCRIPTION TYPE -$ Chemicals CH67 320007 WAXIE-GREEN SOLSTA 243 NEUTRAL CLEANER 3L 4/CS GENLABS 051030403W 128 128 128 CS EA 4 45.25$ 114 CS 5,158.50$ GREEN DESCRIPTION TYPE -$ Chemicals CH68 546000064 EID TOTAL BODY SHAMPOO 6/750ML ECOLAB INSTITUTIONAL DIVISION 6000064 RTU RTU RTU CS 0 53.31$ 167 CS 8,902.77$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH69 1070324 WAXIE DEFOAMER FOAM DISSIPATOR GL 4/CS NILODOR INC NP&PC WS1070324 1280 1280 1280 CS GL 4 40.90$ 128 CS 5,235.20$ GREEN DESCRIPTION TYPE -$ Chemicals CH70 870071 WAXIE KLEEN-BRITE RESTROOM CLEANER CHERRY QT 12/CS GENLABS 020741232W 4 4 4 CS QT 12 38.28$ 131 CS 5,014.68$ GREEN DESCRIPTION TYPE -$ Chemicals CH71 320100 WAXIE SOLSTA 200 GENERAL PURPOSE CLEANER 3L 4/CS GENLABS 016800403W 32 32 32 CS EA 4 47.54$ 100 CS 4,754.00$ GREEN DESCRIPTION TYPE -$ Chemicals CH72 410098 WAXIE SOLSTA 110 HEAVY DUTY DEGREASER 3L 4/CS GENLABS 019150403W 32 32 32 CS EA 4 43.63$ 105 CS 4,581.15$ GREEN DESCRIPTION TYPE -$ Chemicals CH73 546100608 FACILIPRO 54 PEROXIDE GLASS & SURFACE CLEANER 2/1.3L ECOLAB INSTITUTIONAL DIVISION 6100608 128 64 32 CS EA 2 29.00$ 173 CS 5,017.00$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH74 170752 CLOROX DISINFECTING WIPES FRESH SCENT 6/75 CT NP&PC / ESSENDANT CO.CLO15949CT N/A N/A N/A CS TB 6 35.91$ 119 CS 4,273.29$ GREEN DESCRIPTION TYPE -$ Chemicals CH75 161990 WAXIE-GREEN ORANGE PLUS LIQUID MICROBES CLEANER QT 12/CS WHOLE EARTH LABORATORIES INC WEOPQ_CASE 16 12 8 CS QT 12 52.79$ 76 CS 4,012.04$ GREEN DESCRIPTION TYPE -$ Chemicals CH76 170046 PURELL PROFESSIONAL SURFACE DISINFECTANT QT 6/CS GOJO INDUSTRIES INC 3342-06 RTU RTU RTU CS EA 6 29.01$ 138 CS 4,003.38$ GREEN DESCRIPTION TYPE -$ Chemicals CH77 1032020 CBC PLUS BOWL CLEANER 61143699-QUARTS ECOLAB INSTITUTIONAL DIVISION 6100487 RTU RTU RTU CS QT 12 101.31$ 55 CS 5,572.05$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH78 1031552 BREAK-UP OVEN CLEANER 19 OZ AEROSOL 6/CS NP&PC / ESSENDANT CO.DVOCBD991206 RTU RTU RTU CS 0 39.33$ 101 CS 3,972.33$ GREEN DESCRIPTION TYPE -$ Chemicals CH79 170110 CLOROX DISINFECTANT WIPES LEMON SCENT 6/75 NP&PC / ESSENDANT CO.CLO15948CT RTU RTU RTU CS TB 6 35.91$ 106 CS 3,806.46$ GREEN DESCRIPTION TYPE -$ Chemicals CH80 546100724 FACILIPRO HAND SANITIZER GEL 2/1200ML ECOLAB INSTITUTIONAL DIVISION 6100724 RTU RTU RTU CS 0 35.25$ 119 CS 4,194.75$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH81 5289990011 EID OASIS PRO ROLL IT CLEAN LINT ROLLER REFILL 12/CS ECOLAB INSTITUTIONAL DIVISION 89990011 N/A N/A N/A CS EA 12 37.91$ 103 CS 3,904.73$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH82 1030200 CREW CLINGING DISINFECTANT TOILET BOWL CLEANER 12X1 QT DIVERSEY INC 04578.RTU RTU RTU CS QT 12 30.93$ 100 CS 3,093.00$ GREEN DESCRIPTION TYPE -$ Chemicals CH83 950131 WAXIE-GREEN GLASS/SURFACE CLEANER QT 8/CS W/2 SPRAYERS GENLABS 010560832W RTU RTU RTU CS QT 8 22.10$ 125 CS 2,762.50$ GREEN DESCRIPTION TYPE -$ Chemicals CH84 1030310 WAXIE ENZYMATIC LUSTER CREME CLEANSER QT 12/CS GENLABS 016921232W RTU RTU RTU CS QT 12 43.28$ 59 CS 2,553.52$ GREEN DESCRIPTION TYPE -$ Chemicals CH85 750321 WAXIE SELECT METAL BRITE STEEL STAINLESS MAINTAINER & POLISH AMREP INC 1039480 RTU RTU RTU CS EA 12 39.96$ 61 CS 2,437.56$ GREEN DESCRIPTION TYPE -$ Chemicals CH86 1031531 WAXIE EASY OVEN CLEANER 19 OZ CAN 6/CS AMREP INC 1015792 RTU RTU RTU CS EA 6 24.09$ 101 CS 2,433.09$ GREEN DESCRIPTION TYPE -$ Chemicals CH87 160115 WAXIE-GREEN SOLSTA 330 FRESH MIST LIQUID MICROBES 3 L 4/CS WHOLE EARTH LABORATORIES INC WEFMS_CASE 64 64 64 EA EA 4 27.57$ 62 EA 1,709.34$ GREEN DESCRIPTION TYPE -$ Chemicals CH88 750321 WAXIE SELECT METAL BRITE STEEL STAINLESS MAINTAINER & POLISH AMREP INC 1039480 RTU RTU RTU EA EA 12 3.33$ 485 EA 1,615.05$ GREEN DESCRIPTION TYPE -$ Chemicals CH89 180391 WAXIE SELECT MAGNET DUST MOP TREATMENT AMREP INC 1039483 RTU RTU RTU CS EA 12 46.25$ 27 CS 1,248.75$ GREEN DESCRIPTION TYPE -$ Chemicals CH90 680007 HYGIEIA DUSTLESS BOARD CHALK 3-1/4 X 3/8 WHITE 12 EA/BX NP&PC / ESSENDANT CO.DIX31144 N/A N/A N/A BX 0 0.64$ 1,791 BX 1,146.24$ GREEN DESCRIPTION TYPE -$ Chemicals CH91 161364 WAXIE WAVE 3D URINAL DEODORANT SCREEN COTTON BLOSS 10/BX 6BXCS FRESH PRODUCTS LLC 3WDS-P-06-AAG77 N/A N/A N/A BX BX 6 20.41$ 43 BX 877.63$ GREEN DESCRIPTION TYPE -$ Chemicals CH92 180391 WAXIE SELECT MAGNET DUST MOP TREATMENT AMREP INC 1039483 RTU RTU RTU EA EA 12 3.85$ 158 EA 608.30$ GREEN DESCRIPTION TYPE -$ Chemicals CH93 1030451 PUMIE SCOURING STICK PUMICE BAR UNITED STATES PUMICE CO JAN-12 N/A N/A N/A EA EA 12 2.15$ 276 EA 593.40$ GREEN DESCRIPTION TYPE -$ Chemicals CH94 1030310 WAXIE ENZYMATIC LUSTER CREME CLEANSER QT 12/CS GENLABS 016921232W RTU RTU RTU QT QT 12 3.61$ 154 QT 555.94$ GREEN DESCRIPTION TYPE -$ Chemicals CH95 325785 3M PEROXIDE CLEANER CONCENTRATE 34A 4/.5 GAL PER CS 3M COMPANY 50051125857920 100 100 100 EA EA 4 22.94$ 30 EA 688.20$ GREEN DESCRIPTION TYPE -$ Chemicals CH96 160384 BREAKDOWN ENZYME ODOR ELIMINATOR 4X1 DIVERSEY INC 94291110 128 64 10 GL GL 4 18.93$ 27 GL 511.11$ GREEN DESCRIPTION TYPE -$ Chemicals CH97 161990 WAXIE-GREEN ORANGE PLUS LIQUID MICROBES CLEANER QT 12/CS WHOLE EARTH LABORATORIES INC WEOPQ_CASE 16 12 8 QT QT 12 4.40$ 98 QT 431.20$ GREEN DESCRIPTION TYPE -$ Chemicals CH98 1032020 CBC PLUS BOWL CLEANER 61143699-QUARTS ECOLAB INSTITUTIONAL DIVISION 6100487 RTU RTU RTU QT QT 12 8.44$ 54 QT 455.76$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH99 546100610 EID PEROXIDE 54 GLASS AND SURF. CLEANER 2/1.3L ECOLAB INSTITUTIONAL DIVISION 6100610 128 64 32 EA EA 2 51.28$ 5 EA 256.40$ GREEN DESCRIPTION TYPE -$ Manufacture not supportive of national contract. Local cost support will be needed for pricing Chemicals CH100 1070324 WAXIE DEFOAMER FOAM DISSIPATOR GL 4/CS NILODOR INC NP&PC WS1070324 1280 1280 1280 GL GL 4 10.22$ 10 GL 102.20$ GREEN DESCRIPTION TYPE -$ Chemicals CH101 870114 WAXIE LIMELITE LIME & SCALE REMOVER GL 4/CS GENLABS 020680401W 20 11.5 3 GL GL 4 14.21$ 3 GL 42.63$ GREEN DESCRIPTION TYPE -$ Chemicals CH102 320101 WAXIE-GREEN SOLSTA 255 ALL- PURPOSE CLEANER 3L 4/CS GENLABS 052750403W 32 32 32 EA EA 4 19.21$ 2 EA 38.42$ GREEN DESCRIPTION TYPE -$ Chemicals CH103 870370 COMET CLEANER WITH BLEACH 8/32-OZ. PGC 02287 NP&PC / ESSENDANT CO.PGC02287CT N/A N/A N/A QT QT 8 7.27$ 5 QT 36.35$ GREEN DESCRIPTION TYPE -$ Chemicals CH104 170401 WAXIE SOLSTA 710 MULTI-PURPOSE DISINFECTANT CLEANER 3L 4/CS GENLABS 051390403W 256 256 256 EA EA 4 28.88$ 1 EA 28.88$ GREEN DESCRIPTION TYPE -$ Chemicals CH105 870530 SPEEDBALL 2000 12 QUARTS/CASE DIVERSEY INC 95891164 RTU RTU RTU QT QT 12 4.23$ 6 QT 25.38$ GREEN DESCRIPTION TYPE -$ Chemicals CH106 320007 WAXIE-GREEN SOLSTA 243 NEUTRAL CLEANER 3L 4/CS GENLABS 051030403W 128 128 128 EA EA 4 11.31$ 2 EA 22.62$ GREEN DESCRIPTION TYPE -$ Chemicals CH107 170046 PURELL PROFESSIONAL SURFACE DISINFECTANT QT 6/CS GOJO INDUSTRIES INC 3342-06 RTU RTU RTU EA EA 6 4.84$ 4 EA 19.36$ GREEN DESCRIPTION TYPE -$ Chemicals CH108 1030400 WAXIE-GREEN SOLSTA 300 NON-ACID BATHROOM CLEANER GENLABS 055470403W 16 16 16 EA EA 4 13.13$ 1 EA 13.13$ GREEN DESCRIPTION TYPE -$ 3 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Category Record ID Item #Item Description Vendor Name MFI UOM UOM 2 UOM Conversion 1 YOUR PRICE CURRENT QTY YOUR UOM EXT COST YOUR BRAND (IF DIFFERENT)YOUR UOM (IF DIFFERENT)GREEN DESCRIPTION YOUR MPC (IF DIFFERENT)ALT. PRICE (IF DIFFERENT)ALT QTY (IF DIFFERENT)ALT. PRODUCT EXT BIDDER COMMENTS Liners L1 708413 HER 42X48 1.0 MIL BIOTUF COMPOSTABLE LINERS 100/CS HERITAGE BAG COMPANY Y8448YE R01 CS 0 99.20$ 1,898 CS #########GREEN DESCRIPTION TYPE -$ Liners L2 708433 HER 33X39 BIOTUF 0.9 MIL COMPOSTABLE LINERS 200/CS.HERITAGE BAG COMPANY Y6639TE R01 CS 0 113.60$ 1,248 CS #########GREEN DESCRIPTION TYPE -$ Liners L3 703085 WAXIE 40X46 2 MIL BLACK MAX LINER 100/CS HERITAGE BAG COMPANY W8046QKIX01 CS 0 31.92$ 3,164 CS #########GREEN DESCRIPTION TYPE -$ Liners L4 708190 HER 43X48 22 MIC BLACK CORELESS ROLL LINER 6X25 HERITAGE BAG COMPANY Z8648WKIR01 CS 0 25.77$ 2,993 CS 77,129.61$ GREEN DESCRIPTION TYPE -$ Liners L5 708414 34X48 BIOTUF 1.0 MIL COMPOSTABLE LINERS 100/CS HERITAGE BAG COMPANY Y6848YE R01 CS 0 80.00$ 801 CS 64,080.00$ GREEN DESCRIPTION TYPE -$ Liners L6 700014 40X46 1.5MIL LT GREEN TRASH BAG 100/CS HERITAGE BAG COMPANY H8046AE X01 CS 0 40.37$ 1,737 CS 70,122.69$ GREEN DESCRIPTION TYPE -$ Liners L7 702500 WAXIE 40X48 1.15 MIL CORELESS ROLL LINE CLEAR 10/15 (150/CS)HERITAGE BAG COMPANY W8048HCIR01 CS 0 34.20$ 1,588 CS 54,309.60$ GREEN DESCRIPTION TYPE -$ Liners L8 703530 WAXIE 40X48 1.15 MIL BLUE SUPER STAR FLAT PACK LINER 150/CS HERITAGE BAG COMPANY W8048HXI CS 0 36.04$ 1,398 CS 50,383.92$ GREEN DESCRIPTION TYPE -$ Liners L9 703084 WAXIE 40X46 1.5 MIL BLACK MAX LINER 100/CS HERITAGE BAG COMPANY W8046SKI CS 0 23.99$ 1,872 CS 44,909.28$ GREEN DESCRIPTION TYPE -$ Liners L10 702480 WAXIE 30X37 .75 MIL SUPER CLEAR CORELESS ROLL LINER 10/25 HERITAGE BAG COMPANY W6037MCIR01 CS 0 20.76$ 1,830 CS 37,990.80$ GREEN DESCRIPTION TYPE -$ Liners L11 704500 WAXIE 40X48 16 MIC NAT CORELESS ROLL LINER 10/25 (250/CS)HERITAGE BAG COMPANY Z8048VNIR01 CS 0 29.13$ 1,359 CS 39,587.67$ GREEN DESCRIPTION TYPE -$ Liners L12 709426 40X46 1.5 MIL BLUE LINER 125/CS HERITAGE BAG COMPANY W8046SX CS 0 40.52$ 907 CS 36,751.64$ GREEN DESCRIPTION TYPE -$ Liners L13 704534 WAXIE 33X40 16 MIC NAT CORELESS ROLL LINER 10/25 (250/CS)HERITAGE BAG COMPANY Z6640VNIR01 CS 0 20.49$ 1,772 CS 36,308.28$ GREEN DESCRIPTION TYPE -$ Liners L14 704544 WAXIE 40X48 22 MIC BLK CORELESS ROLL LINER 6/25 (150/CS)HERITAGE BAG COMPANY Z8048WKIR01 CS 0 24.03$ 1,227 CS 29,484.81$ GREEN DESCRIPTION TYPE -$ Liners L15 704730 WAXIE 33X40 13 MIC NAT CORELESS ROLL LINER 20/25 (500/CS)HERITAGE BAG COMPANY Z6640HNIR02 CS 0 32.52$ 838 CS 27,251.76$ GREEN DESCRIPTION TYPE -$ Liners L16 704515 WAXIE 24X33 8 MIC NAT CORELESS ROLL LINER 20/50 (1000/CS)HERITAGE BAG COMPANY Z4833LNIR01 CS 0 25.53$ 998 CS 25,478.94$ GREEN DESCRIPTION TYPE -$ Liners L17 705111 WAXIE-GREEN 24X31 .95 MIL BLACK ROLL LINER 20/25 500/CS HERITAGE BAG COMPANY L4831TKIRO1 CS 0 35.68$ 741 CS 26,438.88$ GREEN DESCRIPTION TYPE -$ Liners L18 700430 WAXIE MAXIE 30X37 1.5 MIL WHITE 30 GL FLAT PACK LINER 275/CS HERITAGE BAG COMPANY W6037SWI CS 0 44.71$ 474 CS 21,192.54$ GREEN DESCRIPTION TYPE -$ Liners L19 700470 WAXIE MAXIE 40X48 1.5 MIL WHITE 45 GL FLAT PACK LINER 150/CS HERITAGE BAG COMPANY W8048SWI CS 0 42.21$ 564 CS 23,806.44$ GREEN DESCRIPTION TYPE -$ Liners L20 708435 HER 30X39 BIOTUF 0.88 MIL COMPOSTABLE LINER 6/25 HERITAGE BAG COMPANY Y6039EE R01 CS 0 75.13$ 314 CS 23,590.82$ GREEN DESCRIPTION TYPE -$ Liners L21 708432 HER 24X32 BIOTUF 1.0 MIL COMPOSTABLE LINERS 200/CASE HERITAGE BAG COMPANY Y4832YER01 CS 0 75.73$ 299 CS 22,643.27$ GREEN DESCRIPTION TYPE -$ Liners L22 703570 WAXIE 42X48 1.15 MIL BLUE SUPER STAR FLAT PACK LINER 100/CS HERITAGE BAG COMPANY W8448HXI CS 0 25.27$ 952 CS 24,057.04$ GREEN DESCRIPTION TYPE -$ Liners L23 708434 HER 24X32 BIOTUF 0.88 MIL COMPOSTABLE LINER 8/25 HERITAGE BAG COMPANY Y4832EE R01 CS 0 65.79$ 329 CS 21,644.91$ GREEN DESCRIPTION TYPE -$ Liners L24 701102 WAXIE-GREEN 24X33 16 MIC NAT CORELESS RL LINER 10/25(250/CS)HERITAGE BAG COMPANY E4833VNIR01 CS 0 16.16$ 1,287 CS 20,797.92$ GREEN DESCRIPTION TYPE -$ Liners L25 709438 40X48 22 MIC CLEAR LINER 6/25/CS HERITAGE BAG COMPANY Z8048WNIR01 CS 0 24.03$ 846 CS 20,329.38$ GREEN DESCRIPTION TYPE -$ Liners L26 708437 HER 42X48 BIOTUF 0.80 MIL COMPOSTABLE LINER 5/25 HERITAGE BAG COMPANY Y8448EE R01 CS 0 98.05$ 211 CS 20,688.55$ GREEN DESCRIPTION TYPE -$ Liners L27 703155SA 38X47 1.6 MIL UCSD RED AUTOCLAVE LINER 100/CS PACIFIC MEDICAL SPECIALTIES AR16-3847/UCSD CS 0 94.67$ 230 CS 21,774.10$ GREEN DESCRIPTION TYPE -$ Liners L28 703510 WAXIE 32X42 1.15 MIL BLUE SUPER STAR FLAT PACK LINER 250/CS HERITAGE BAG COMPANY W6442HXI CS 0 42.08$ 436 CS 18,346.88$ GREEN DESCRIPTION TYPE -$ Liners L29 702520 WAXIE 42X48 1.15 MIL SUPER CLEAR CORELESS ROLL LINER 10/10 HERITAGE BAG COMPANY W8448HCIR01 CS 0 23.37$ 535 CS 12,502.95$ GREEN DESCRIPTION TYPE -$ Liners L30 704525 WAXIE 30X37 10 MIC NAT CORELESS ROLL LINER 20/25 (500/CS)HERITAGE BAG COMPANY Z6037MNIR01 CS 0 21.05$ 765 CS 16,103.25$ GREEN DESCRIPTION TYPE -$ Liners L31 702105 WAXIE 43X48 22 MIC STEEL-GRAY FLAT PACK LINER 150/CS HERITAGE BAG COMPANY Z8648WSI CS 0 27.17$ 508 CS 13,802.36$ GREEN DESCRIPTION TYPE -$ Liners L32 700170 WAXIE 24X32 .4 MIL BLACK TUFF N STRETCH LINER FLAT PK 1000/CS HERITAGE BAG COMPANY U4832RKI CS 0 30.92$ 454 CS 14,037.68$ GREEN DESCRIPTION TYPE -$ Liners L33 705113 WAXIE-GREEN 33X39 1.25 MIL BLACK ROLL LINER 10/10 100/CS HERITAGE BAG COMPANY L6639SKIR01 CS 0 20.13$ 666 CS 13,406.58$ GREEN DESCRIPTION TYPE -$ Liners L34 700026 30X37 LT. GREEN 0.75 MIL LINER 250/CS HERITAGE BAG COMPANY H6037EER01 CS 0 32.43$ 537 CS 17,414.91$ GREEN DESCRIPTION TYPE -$ Liners L35 709458 40X46 1.5 MIL CLEAR LINER 125/CS HERITAGE BAG COMPANY W8046SC CS 0 33.73$ 388 CS 13,087.24$ GREEN DESCRIPTION TYPE -$ Liners L36 705116 WAXIE-GREEN 40X46 1.25 MIL BLACK ROLL LINER 10/10 100/CS HERITAGE BAG COMPANY L8046SKIR01 CS 0 28.77$ 428 CS 12,313.56$ GREEN DESCRIPTION TYPE -$ Liners L37 703590 HER 33X40 22 MIC CLEAR LINER 250/CS HERITAGE BAG COMPANY Z6640UN R01 CS 0 28.01$ 439 CS 12,296.39$ GREEN DESCRIPTION TYPE -$ Liners L38 704510 WAXIE 24X24 6 MIC NAT CORELESS ROLL LINER 20/50 (1000/CS)HERITAGE BAG COMPANY Z4824RNIR01 CS 0 13.72$ 841 CS 11,538.52$ GREEN DESCRIPTION TYPE -$ Liners L39 708411 HER 30X39 1.2 MIL BIOTUF COMPOSTABLE LINERS 125/CS HERITAGE BAG COMPANY Y6039SE R01 CS 0 86.40$ 128 CS 11,059.20$ GREEN DESCRIPTION TYPE -$ Liners L40 704048 HER 40X46 1.2 MIL BLACK LINER ON ROLLS 100/CS HERITAGE BAG COMPANY X8046SK R01 CS 0 21.93$ 631 CS 13,837.83$ GREEN DESCRIPTION TYPE -$ Liners L41 703082 WAXIE 43X47 1.5 MIL BLACK MAX LINER 100/CS HERITAGE BAG COMPANY W8647SKI CS 0 26.33$ 431 CS 11,348.23$ GREEN DESCRIPTION TYPE -$ Liners L42 704541 40X48 18 MIC CORELESS ROLL LINER 200/CS HERITAGE BAG COMPANY Z8048YNIR01 CS 0 25.29$ 388 CS 9,812.52$ GREEN DESCRIPTION TYPE -$ Liners L43 702090 WAXIE 40X48 22 MIC STEEL-GRAY FLAT PACK LINER 150/CS HERITAGE BAG COMPANY Z8048WSI CS 0 25.33$ 391 CS 9,904.03$ GREEN DESCRIPTION TYPE -$ Liners L44 700230 WAXIE 40X46 .75 MIL BLACK TUFF N STRETCH FLAT PK LINER 250/CS HERITAGE BAG COMPANY W8046MKI CS 0 33.73$ 296 CS 9,984.08$ GREEN DESCRIPTION TYPE -$ Liners L45 704543 WAXIE 40X48 19 MIC BLK CORELESS ROLL LINER 8/25 (200/CS)HERITAGE BAG COMPANY Z8048EKIR01 CS 0 27.69$ 369 CS 10,217.61$ GREEN DESCRIPTION TYPE -$ Liners L46 704530 WAXIE 33X40 11 MIC NAT CORELESS ROLL LINER 20/25 (500/CS)HERITAGE BAG COMPANY Z6640MNIR03 CS 0 28.04$ 351 CS 9,842.04$ GREEN DESCRIPTION TYPE -$ Liners L47 702490 WAXIE 32X42 1.15 MIL SUPER CLEAR CORELESS ROLL LINER 10/25 HERITAGE BAG COMPANY W6442HCIR01 CS 0 38.53$ 224 CS 8,630.72$ GREEN DESCRIPTION TYPE -$ Liners L48 700032 WAXIE 30.5X43 14 MIC WHITE LINER 250/CS HERITAGE BAG COMPANY Z6043HWI CS 0 17.12$ 485 CS 8,303.20$ GREEN DESCRIPTION TYPE -$ Liners L49 709337 SA HER 51 X 61 CLEAR 1.25 MIL LINER 100/CS HERITAGE BAG COMPANY W0261TC CS 0 39.93$ 174 CS 6,947.82$ GREEN DESCRIPTION TYPE -$ Liners L50 705112 WAXIE-GREEN 33X39 1.0 MIL BLACK ROLL LINER 10/25 250/CS HERITAGE BAG COMPANY L6639TKIR01 CS 0 40.99$ 204 CS 8,361.96$ GREEN DESCRIPTION TYPE -$ Liners L51 700005 33X44 1.3 MIL 32 GAL ACCUFIT LINER BLACK 5/20 HERITAGE BAG COMPANY H6644PK R01 CS 0 18.51$ 398 CS 7,366.98$ GREEN DESCRIPTION TYPE -$ Liners L52 700096 24X23 .7 MIL CLEAR 8-10 GL LINER 1000 PER CASE HERITAGE BAG COMPANY D4823HC X01 CS 0 39.01$ 170 CS 6,631.70$ GREEN DESCRIPTION TYPE -$ Liners L53 709040 WAXIE 24X33 6 MIC NAT CORELESS ROLL LINER 20/50 (1000/CS)HERITAGE BAG COMPANY Z4833RNIR01 CS 0 19.01$ 335 CS 6,368.35$ GREEN DESCRIPTION TYPE -$ Liners L54 703079 WAXIE 36X58 1.5 MIL BLACK MAX LINER 100/CS HERITAGE BAG COMPANY W7258SKIX01 CS 0 27.24$ 221 CS 6,020.04$ GREEN DESCRIPTION TYPE -$ Liners L55 700560 WAXIE 24X32 .6 MIL BUFF INSTITUTE FLAT PK LINER 500/CS HERITAGE BAG COMPANY W4832MTI CS 0 24.51$ 200 CS 4,902.00$ GREEN DESCRIPTION TYPE -$ Liners L56 702475 24X32 .4 MIL SUPER CLEAR LINER CORELESS ROLL 10/50 500/CS HERITAGE BAG COMPANY H4832RCIR01 CS 0 15.37$ 359 CS 5,517.83$ GREEN DESCRIPTION TYPE -$ Liners L57 700150 WAXIE 24X23 .4 MIL BLACK TUFF N STRETCH LINER FLAT PK 1000/CS HERITAGE BAG COMPANY U4823RKI CS 0 22.19$ 247 CS 5,480.93$ GREEN DESCRIPTION TYPE -$ Liners L58 704513 WAXIE 24X24 8 MIC NAT CORELESS ROLL LINER 20/50 (1000/CS)HERITAGE BAG COMPANY Z4824LNIR01 CS 0 18.59$ 284 CS 5,279.56$ GREEN DESCRIPTION TYPE -$ Liners L59 709082 24X32 .4 MIL CLEAR LINER 1000/CASE HERITAGE BAG COMPANY U4832RC CS 0 47.63$ 120 CS 5,715.60$ GREEN DESCRIPTION TYPE -$ Liners L60 709334 WAXIE 51X48 1.5 MIL BLACK LINER 100/CS HERITAGE BAG COMPANY H1048ABI CS 0 35.92$ 132 CS 4,741.44$ GREEN DESCRIPTION TYPE -$ Liners L61 703074 WAXIE 33X39 1.5 MIL BLACK MAX LINER 150/CS HERITAGE BAG COMPANY W6639SKIX02 CS 0 25.16$ 204 CS 5,132.64$ GREEN DESCRIPTION TYPE -$ Liners L62 702529 33X39 1.5-MIL CLEAR LINER 250/CS HERITAGE BAG COMPANY W6639SC CS 0 47.19$ 105 CS 4,954.95$ GREEN DESCRIPTION TYPE -$ Liners L63 704591 WAXIE 43X48 16 MIC NAT CORELESS ROLL LINER 8/25 (200/CS)HERITAGE BAG COMPANY Z8648VNIR01 CS 0 25.01$ 201 CS 5,027.01$ GREEN DESCRIPTION TYPE -$ Liners L64 88HERH4831TXR01 24X31 0.95MILCORELESS ROLL BLUE 20/25 500/CS HERITAGE BAG COMPANY H4831TXR01 CS 0 51.64$ 119 CS 6,145.16$ GREEN DESCRIPTION TYPE -$ Liners L65 700190 WAXIE 30X36 .5 MIL BLACK TUFF N STRETCH FLAT PK LINER 500/CS HERITAGE BAG COMPANY U6036LKI CS 0 26.40$ 131 CS 3,458.40$ GREEN DESCRIPTION TYPE -$ Liners L66 700215 WAXIE 33X39 .8 MIL BLACK TUFF N STRETCH FLAT PK LINER 250/CS HERITAGE BAG COMPANY W6639MKI CS 0 26.59$ 166 CS 4,413.94$ GREEN DESCRIPTION TYPE -$ Liners L67 703075 WAXIE 33X39 2 MIL BLACK MAX LINER 150/CS HERITAGE BAG COMPANY W6639QKI CS 0 33.51$ 113 CS 3,786.63$ GREEN DESCRIPTION TYPE -$ Liners L68 704522 WAXIE 30X37 8 MIC NAT CORELESS LINER 20/25 (500/CS)HERITAGE BAG COMPANY Z6037LNIR01 CS 0 17.37$ 219 CS 3,804.03$ GREEN DESCRIPTION TYPE -$ Liners L69 701100 WAXIE-GREEN 40X48 16 MIC NAT CORELESS RL LINER 6/25 (150/CS)HERITAGE BAG COMPANY E8048VNIR01 CS 0 20.40$ 153 CS 3,121.20$ GREEN DESCRIPTION TYPE -$ Liners L70 704536 WAXIE 33X40 19 MIC BLK CORELESS ROLL LINER 10/25 HERITAGE BAG COMPANY Z6640EKIR01 CS 0 23.73$ 134 CS 3,179.82$ GREEN DESCRIPTION TYPE -$ Liners L71 700550 WAXIE 24X23 .6 MIL BUFF INSTITUTE FLAT PK LINER 500/CS HERITAGE BAG COMPANY W4823MTI CS 0 17.51$ 153 CS 2,679.03$ GREEN DESCRIPTION TYPE -$ Liners L72 701405 WAXIE 51X60 2 MIL LOW-DENSITY LINER 50/CS HERITAGE BAG COMPANY X0260QKI CS 0 32.11$ 100 CS 3,211.00$ GREEN DESCRIPTION TYPE -$ Liners L73 704508 WAXIE 17X18 6 MIC NAT CORELESS ROLL LINER 40/50 (2000/CS)HERITAGE BAG COMPANY Z3418RNIR01 CS 0 14.65$ 156 CS 2,285.40$ GREEN DESCRIPTION TYPE -$ Liners L74 702470 WAXIE 24X24 .40 MIL SUPER CLEAR CORELESS ROLL LINER 10/50 HERITAGE BAG COMPANY H4824RCIR01 CS 0 11.61$ 122 CS 1,416.42$ GREEN DESCRIPTION TYPE -$ 4 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Category Record ID Item #Item Description Vendor Name MFI UOM UOM 2 UOM Conversion 1 YOUR PRICE CURRENT QTY YOUR UOM EXT COST YOUR BRAND (IF DIFFERENT)YOUR UOM (IF DIFFERENT)GREEN DESCRIPTION YOUR MPC (IF DIFFERENT)ALT. PRICE (IF DIFFERENT)ALT QTY (IF DIFFERENT)ALT. PRODUCT EXT BIDDER COMMENTS Equipment & Dispensers ED1 574140 30563B BULK ROUND BELT - SANITAIRE 16-1919 BELT GRACO MANUFACTURING CO 8.660-088.0 EA 0 0.49$ 2,075 EA 1,016.75$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED2 574660 WIN 5300 PAPER FILTER BAGS OEM (FITS SENSOR & VSP VACS) 10/PK KARCHER FLOOR CARE 9.840-643.0 PK 0 14.34$ 905 PK 12,977.70$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED3 440623 05120 WYPALL L10 WINDSHIELD WIPERS BLUE - 16X140 KIMBERLY-CLARK CORPORATION 05120 CS 0 36.78$ 905 CS 33,285.90$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED4 820715 WAXED PAPER LINERS FOR WALL UNIT-250 PER CASE HOSPECO HS-6141 CS 0 12.47$ 817 CS 10,187.99$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED5 820765 WAXED KRAFT LINERS FOR WALL UNIT 500 PER CASE HOSPECO KL CS 0 16.03$ 736 CS 11,798.08$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED6 440631 20070-03 BRAWNY D400 TALL BOX DISPOSABLE WIPER WHITE 10/90 GEORGIA PACIFIC 20070/03 CS 0 90.00$ 585 CS 52,650.00$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED7 820720 WHITE METAL FLOOR RECEPTACLE HOSPECO 2201 EA 0 26.58$ 484 EA 12,864.72$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED8 440125 34256 KIMTECH SCIENCE KIMWIPES DELICATE TASK WIPERS - 15X140 KIMBERLY-CLARK CORPORATION 34256 CS BX 15 67.67$ 327 CS 22,128.09$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED9 822200 HSC NECESSITITES SANITARY NAPKN COURTESY DISPOSAL BAG 500CT HOSPECO HOTEL-500 CS 0 13.97$ 300 CS 4,191.00$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED10 573130 PROTEAM ANTIBAC MICRO FILTER BAG FOR SUPER COACHVAC 10/PK PROTEAM,INC.100331 PK 0 10.66$ 259 PK 2,760.94$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED11 574657 WIN 2003 PAPER FILTER BAG OEM FITS VS14 & VS18 10/PK KARCHER FLOOR CARE 8.600-046.0 PK 0 10.53$ 214 PK 2,253.42$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED12 573160 PRO INTERCEPT MICRO FILTERS FOR QUARTER TAIL & PROVAC PROTEAM,INC.100431 PK 0 8.16$ 194 PK 1,583.04$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED13 440110 34155 KIMTECH SCIENCE KIMWIPES DELICATE TASK WIPERS 60X280 KIMBERLY-CLARK CORPORATION 34155 CS 0 95.27$ 189 CS 18,006.03$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED14 440740 WAXIE 2925 DUSTCARE 24X24 CLEANING CLOTHS 4/50 HOSPECO 2925 CS PK 4 44.25$ 169 CS 7,478.25$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED15 820735 PAPER LINER FOR FLOOR RECEPTACLE - 500 PER CS HOSPECO 6802W CS 0 20.55$ 165 CS 3,390.75$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED16 578753 WIN SENSOR MICRO FILTER 5301ER KARCHER FLOOR CARE 8.600-522.0 EA 0 21.95$ 164 EA 3,599.80$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED17 573138 PRO SUPER COACH PRO 6 INTERCEPT MICRO FILTERS 10/PK PROTEAM,INC.107314 PK 0 8.16$ 153 PK 1,248.48$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED18 574515 5290WI 15-IN SENSOR REPLCMENT BRUSH KARCHER FLOOR CARE 8.613-881.0 EA 0 35.93$ 129 EA 4,634.97$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED19 820750 WHITE METAL WALL MOUNT RECEPTACLE HOSPECO ND-1W EA 0 14.52$ 125 EA 1,815.00$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED20 580522 BAT 12-VOLT 18AH AGM BATTERY BATTERY SYSTEMS PS-12180NB EA 0 67.29$ 116 EA 7,805.64$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED21 573902 PROTEAM PROGEN 12/15 INTERCEPT MICRO FILTER BAGS 10/PK PROTEAM,INC.107377 PK 0 8.36$ 116 PK 969.76$ GREEN DESCRIPTION TYPE -$ Equipment & Dispensers ED22 58EUR65297 P/O-M SANITAIRE STYLE MM 5/PK BISSELL INTER TRADING CO B.V.65297 EA 0 4.04$ 100 EA 404.00$ GREEN DESCRIPTION TYPE -$ 5 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Category Record ID Item #Item Description Vendor Name MFI UOM UOM 2 UOM Conversion 1 YOUR PRICE CURRENT QTY YOUR UOM EXT COST YOUR BRAND (IF DIFFERENT)YOUR UOM (IF DIFFERENT)GREEN DESCRIPTION YOUR MPC (IF DIFFERENT)ALT. PRICE (IF DIFFERENT)ALT QTY (IF DIFFERENT)ALT. PRODUCT EXT BIDDER COMMENTS Hand Soaps & Sanitizers HSS1 386310 WAXIE-GREEN CLEAN TOUCH CLEAR & MILD FOAM HNDWSH 1250 ML 3/CS GOJO INDUSTRIES INC 8811-03-BCE00YL CS 0 35.16$ 8,574 CS ##########GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS2 385792 GOJO LTX TOUCH FREE FOAM HANDWASH POMEBERRY 2/1200ML GOJO INDUSTRIES INC 1916-02 CS 0 42.37$ 4,031 CS ##########GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS3 389223 GOJO ADX-12 CLEAR & MILD FOAM HANDWASH NO FRAGR 3/1250ML GOJO INDUSTRIES INC 8811-03 CS 0 35.16$ 5,263 CS ##########GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS4 386411 WAXIE-GREEN CLEAN TOUCH LX POMEBERRY HANDWASH 1200ML 2/CS GOJO INDUSTRIES INC 1916-02-BCE00YL CS 0 42.37$ 3,480 CS ##########GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS5 546100870 EID FACILIPRO CONCENTRATED MILD FOAM HAND SOAP 2/1.3 L ECOLAB INSTITUTIONAL DIVISION 6100870 CS 0 248.24$ 384 CS 95,324.16$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS6 386311 WAXIE-GREEN CLEANTOUCH CITRUS GINGER FOAM HAND/SHOWER WASH 1 GOJO INDUSTRIES INC 8813-03-BCE00YL CS 0 43.69$ 1,089 CS 47,578.41$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS7 386410 WAXIE-GREEN CLEANTOUCH LX CLEAR & MILD FOAM HNDWSH 1200ML 2/CS GOJO INDUSTRIES INC 1911-02-BCE00YL CS 0 42.37$ 1,194 CS 50,589.78$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS8 387401 5263-02 GOJO LUXURY FOAM HAIR & BODY WASH - GENERIC KEY GOJO INDUSTRIES INC 5263-02 CS 0 46.07$ 1,041 CS 47,958.87$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS9 88STO32084 STOKO REFRESH DYE & FRAGRANCE FREE FOAM SOAP 6/800ML DEB USA LLC 32084 CS 0 65.84$ 364 CS 23,965.76$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS10 380137 WAXIE NICE TOUCH PINK JADE HAND SOAP 800 ML 12/CS GOJO INDUSTRIES INC 1678-12-BCE00 CS 0 36.47$ 481 CS 17,542.07$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS11 381817 PURELL ADVANCED FOAM HAND SANITIZER GREEN CERT 2/1200 ML GOJO INDUSTRIES INC 1904-02 CS 0 67.19$ 262 CS 17,603.78$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS12 546000144 EQUISOFT HAND SOAP ECOLAB INSTITUTIONAL DIVISION 6000144 CS 0 125.81$ 169 CS 21,261.89$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS13 546101089 ADV AB DIGI FOAM HAND 6X750 ECOLAB INSTITUTIONAL DIVISION 6101089 CS 0 187.09$ 151 CS 28,250.59$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS14 385672 GOJO PREMIUM FOAM HANDWASH & SKIN CONDITIONER 2/1200 ML GOJO INDUSTRIES INC 5361-02 CS 0 44.50$ 258 CS 11,481.00$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS15 380051 GOJO INVIGORATING CONDITIONING SHAMPOO & BODY WASH 2/2000ML GOJO INDUSTRIES INC 5292-02 CS 0 57.94$ 235 CS 13,615.90$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS16 381625 PURELL INSTANT HAND SANITIZER FOAM - TFX 2 X 1200 ML GOJO INDUSTRIES INC 5392-02 CS 0 63.86$ 180 CS 11,494.80$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS17 385679 WAXIE-GREEN FOAM HAND SOAP COUNTER MOUNT 1500ML - 2/CS GOJO INDUSTRIES INC 8565-02-BCE00YL CS 0 38.99$ 293 CS 11,424.07$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS18 385675 WAXIE CRANBERRY FOAM HAND SOAP COUNTER MOUNT 1500 ML 2/CS GOJO INDUSTRIES INC 8561-02-BCE00YL CS 0 37.86$ 258 CS 9,767.88$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS19 385880 WAXIE SELECT MANUAL GREEN CERTIFIED FOAM HANDSOAP 1.25L 3 GOJO INDUSTRIES INC 5165-03-BCE00YL CS 0 47.93$ 347 CS 16,631.71$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS20 385860 WAXIE ANTIBACTERIAL FOAM HAND SOAP 1250 ML 3/CS GOJO INDUSTRIES INC 5162-03-BCE00YL CS 0 47.63$ 163 CS 7,763.69$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS21 385630 WAXIE-GREEN TOUCHFREE FOAM HAND SOAP 1200ML - 2/CS GOJO INDUSTRIES INC 5665-02-BCE00YL CS 0 45.84$ 208 CS 9,534.72$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS22 385800 WAXIE CRANBERRY PINK FOAM LOTION HAND SOAP 2000 ML 2/CS GOJO INDUSTRIES INC 5261-02-BCE00YL CS 0 43.26$ 147 CS 6,359.22$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS23 385820 WAXIE FOAM HAND HAIR AND BODY WASH 2000 ML 2/CS GOJO INDUSTRIES INC 5263-02-BCE00YL CS 0 46.07$ 171 CS 7,877.97$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS24 389191 PROVON ULTRA MILD FOAM HANDWASH LTX 2/1200 ML GOJO INDUSTRIES INC 1943-02 CS 0 46.54$ 147 CS 6,841.38$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS25 386312 WAXIE-GREEN CLEAN TOUCH BOTANIC AL FOAM HANDWASH 1250 ML 3/CS GOJO INDUSTRIES INC 8816-03-BCE00YL CS 0 35.16$ 200 CS 7,032.00$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS26 380079 WAXIE SELECT NRG NO-TOUCH CLEAR & MILD FOAM HANDWASH 1.2L 2/CS GOJO INDUSTRIES INC 7640-02-BCE00YL CS 0 47.09$ 113 CS 5,321.17$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS27 381816 PURELL ADVANCED GREEN CERT HAND SANITIZER GEL 2/1200 ML GOJO INDUSTRIES INC 1903-02 CS 0 32.29$ 141 CS 4,552.89$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS28 383082 WAXIE FOAMING ENRICHED HAND SOAP W/W-FITMENT 1000 ML 4/CS KUTOL PRODUCTS CO INC 64131CM2 CS 0 34.81$ 105 CS 3,655.05$ GREEN DESCRIPTION TYPE -$ Hand Soaps & Sanitizers HSS29 88ESNCPC26012EAP/O-W SOFTSOAP LIQ HAND SOAP W/ALOE 7.5-OZ BOTTLE NP&PC / ESSENDANT CO.CPC26012EA EA 0 2.00$ 300 EA 600.00$ GREEN DESCRIPTION TYPE -$ 6 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Category Record ID Item #Item Description Vendor Name MFI UOM UOM 2 UOM Conversion 1 YOUR PRICE CURRENT QTY YOUR UOM EXT COST YOUR BRAND (IF DIFFERENT)YOUR UOM (IF DIFFERENT)GREEN DESCRIPTION YOUR MPC (IF DIFFERENT)ALT. PRICE (IF DIFFERENT)ALT QTY (IF DIFFERENT)ALT. PRODUCT EXT BIDDER COMMENTS Supplies S1 2060430 WAXIE 204W LITTLE DIPPER TOILET BOWL MOP WHITE 12 IN IMPACT PRODUCTS INC 204W EA 0 0.87$ 8,076 EA 7,026.12$ GREEN DESCRIPTION TYPE -$ Supplies S2 890040 WAXIE TRIGGER SPRAYER FOR 24 OZ & 32 OZ SPRAY BOTTLE IMPACT PRODUCTS INC 5902W EA 0 0.58$ 6,603 EA 3,829.74$ GREEN DESCRIPTION TYPE -$ Supplies S3 890050 WAXIE SPRAY BOTTLE - 32OZ IMPACT PRODUCTS INC 890050 EA 0 0.89$ 3,352 EA 2,983.28$ GREEN DESCRIPTION TYPE -$ Supplies S4 730136 2956-73 DESKSIDE RECYCLING CONTAINER 28 QT BLUE RUBBERMAID COMMERCIAL PRODUCTS FG295673BLUE EA 0 5.41$ 3,142 EA 16,998.22$ GREEN DESCRIPTION TYPE -$ Supplies S5 2060440 3600 BIG DIPPER BOWL MOP IMPACT PRODUCTS INC 3600 EA 0 2.35$ 2,630 EA 6,180.50$ GREEN DESCRIPTION TYPE -$ Supplies S6 730082 RM 2950-73 WASTEBASKET RECYCLE SIDE BIN BLACK 13-5/8QT 12/CS RUBBERMAID COMMERCIAL PRODUCTS FG295073BLA CS EA 12 111.43$ 162 CS 18,051.66$ GREEN DESCRIPTION TYPE -$ Supplies S7 730082 RM 2950-73 WASTEBASKET RECYCLE SIDE BIN BLACK 13-5/8QT 12/CS RUBBERMAID COMMERCIAL PRODUCTS FG295073BLA EA EA 12 9.29$ 2,345 EA 21,785.05$ GREEN DESCRIPTION TYPE -$ Supplies S8 2060671 6310 RM TOILET BOWL BRUSH WHITE RUBBERMAID COMMERCIAL PRODUCTS FG631000WHT EA 0 2.03$ 2,367 EA 4,805.01$ GREEN DESCRIPTION TYPE -$ Supplies S9 2060670 GROUT AND CREVICE BRUSH RM 9B56 RUBBERMAID COMMERCIAL PRODUCTS FG9B5600BLA EA 0 1.21$ 1,835 EA 2,220.35$ GREEN DESCRIPTION TYPE -$ Supplies S10 290970 3410 SAFETY SCRAPER IMPACT PRODUCTS INC W3410 EA 0 1.70$ 1,777 EA 3,020.90$ GREEN DESCRIPTION TYPE -$ Supplies S11 2060560 STAINLESS STEEL WIRE TOOTHBRUSH STYLE DETAIL BRUSH GORDON BRUSH WISCONSIN LLC 578475 EA 0 1.16$ 1,603 EA 1,859.48$ GREEN DESCRIPTION TYPE -$ Supplies S12 655307 3M 55655W EASY TRAP 5X6 SWEEP AND DUST SHEETS 125 FT 2RL/CS 3M COMPANY 51125859202 CS 0 83.47$ 1,288 CS ##########GREEN DESCRIPTION TYPE -$ Supplies S13 655305 3M 553654W EASY TRAP 8X6 SWEEP AND DUST SHEETS 125 FT 1 RL/CS 3M COMPANY 50051125859191 CS 0 64.64$ 1,204 CS 77,826.56$ GREEN DESCRIPTION TYPE -$ Supplies S14 2051291 WAXIE 54 IN PLASTIC ANGLED UPRIGHT BROOM WITH WOOD HANDLE PREMIER MOP & BROOM 60824 EA 0 7.16$ 975 EA 6,981.00$ GREEN DESCRIPTION TYPE -$ Supplies S15 890057 24 - 32 OZ FLIP TOP CAP IMPACT PRODUCTS INC 5024FS100-91 EA 0 0.38$ 894 EA 339.72$ GREEN DESCRIPTION TYPE -$ Supplies S16 350632 P/O-M MR. CLEAN MAGIC ERASER-6 4 EA/BX PGC 82027CT NP&PC / ESSENDANT CO.PGC82027CT CS BX 6 35.06$ 874 CS 30,642.44$ GREEN DESCRIPTION TYPE -$ Supplies S17 730118 2956 - 28 QT PLASTIC WASTE BASKET - BLACK RUBBERMAID COMMERCIAL PRODUCTS FG295600BLA EA 0 5.44$ 841 EA 4,575.04$ GREEN DESCRIPTION TYPE -$ Supplies S18 730110 2956 - 28 QT PLASTIC WASTE BASKET - BEIGE RUBBERMAID COMMERCIAL PRODUCTS FG295600BEIG EA 0 5.44$ 821 EA 4,466.24$ GREEN DESCRIPTION TYPE -$ Supplies S19 890045 WAXIE SPRAY BOTTLE - 24OZ IMPACT PRODUCTS INC 890045 EA 0 0.64$ 784 EA 501.76$ GREEN DESCRIPTION TYPE -$ Supplies S20 350474 WAXIE W74 MEDIUM DUTY SCRUBBING SPONGE 20/CS 3M COMPANY 48011181929 CS EA 20 19.00$ 768 CS 14,592.00$ GREEN DESCRIPTION TYPE -$ Supplies S21 890900KIT 32-OZ SPRAY BOTTLE WITH 22-32- OZ TRIGGER SPRAYER IMPACT PRODUCTS INC KT 0 1.20$ 719 KT 862.80$ GREEN DESCRIPTION TYPE -$ Supplies S22 350494 WAXIE W96 MEDIUM DUTY SCOURING PAD 20/CS 3M COMPANY 48011181905 CS EA 20 7.49$ 715 CS 5,355.35$ GREEN DESCRIPTION TYPE -$ Supplies S23 2060550 NYLON TOOTHBRUSH STYLE DETAIL BRUSH GORDON BRUSH WISCONSIN LLC 578485 EA 0 1.16$ 701 EA 813.16$ GREEN DESCRIPTION TYPE -$ Supplies S24 730028 3540-07 SLIM JIM VENTED RECYCLE BLUE 23 GL 4 PER CASE RUBBERMAID COMMERCIAL PRODUCTS FG354007BLUE CS EA 4 144.23$ 59 CS 8,509.57$ GREEN DESCRIPTION TYPE -$ Supplies S25 730028 3540-07 SLIM JIM VENTED RECYCLE BLUE 23 GL 4 PER CASE RUBBERMAID COMMERCIAL PRODUCTS FG354007BLUE EA EA 4 36.06$ 599 EA 21,599.94$ GREEN DESCRIPTION TYPE -$ Supplies S26 190070 2600 PLASTIC LOBBY DUSTPAN IMPACT PRODUCTS INC 2600W EA 0 7.99$ 620 EA 4,953.80$ GREEN DESCRIPTION TYPE -$ Supplies S27 180105 WAXIE BLUE POLYPROPYLENE ROUND DUSTER BRUSH (HEAD ONLY)CARLISLE FOODSERVICE PRODUCTS 363404WX14 EA 0 3.56$ 619 EA 2,203.64$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S28 350484 WAXIE W86 HEAVY DUTY SCOURING PAD 15/CS 3M COMPANY 48011181912 CS EA 15 9.44$ 525 CS 4,956.00$ GREEN DESCRIPTION TYPE -$ Supplies S29 290910 3316 1-1/2IN STIFF PUTTY KNIFE IMPACT PRODUCTS INC 3316 EA 0 4.30$ 500 EA 2,150.00$ GREEN DESCRIPTION TYPE -$ Supplies S30 730029 3540-60 SLIM JIM VENTED GRAY 23 GL 4 PER CASE RUBBERMAID COMMERCIAL PRODUCTS FG354060GRAY CS EA 4 144.23$ 50 CS 7,211.50$ GREEN DESCRIPTION TYPE -$ Supplies S31 730029 3540-60 SLIM JIM VENTED GRAY 23 GL 4 PER CASE RUBBERMAID COMMERCIAL PRODUCTS FG354060GRAY EA EA 4 36.06$ 412 EA 14,856.72$ GREEN DESCRIPTION TYPE -$ Supplies S32 350360 3M 8541 DOODLEBUG BROWN PAD 5/BX 4BX/CS 3M COMPANY 50048011080043 BX BX 4 11.05$ 23 BX 254.15$ GREEN DESCRIPTION TYPE -$ Supplies S33 350360 3M 8541 DOODLEBUG BROWN PAD 5/BX 4BX/CS 3M COMPANY 50048011080043 CS BX 4 44.19$ 431 CS 19,045.89$ GREEN DESCRIPTION TYPE -$ Supplies S34 630060 3810 WAXIE HANDY BOX CUTTER IMPACT PRODUCTS INC W3810 EA 0 1.60$ 450 EA 720.00$ GREEN DESCRIPTION TYPE -$ Supplies S35 2050413 6375 RM UPRIGHT FLAGGED ANGLE BROOM-VINYL COATED METAL HANDLE RUBBERMAID COMMERCIAL PRODUCTS FG637500GRAY EA 0 11.70$ 415 EA 4,855.50$ GREEN DESCRIPTION TYPE -$ Supplies S36 350310 3M 6472 DOODLEBUG PAD HOLDER 4 PER CASE 3M COMPANY 50048011085420 CS EA 4 106.07$ 291 CS 30,866.37$ GREEN DESCRIPTION TYPE -$ Supplies S37 350310 3M 6472 DOODLEBUG PAD HOLDER 4 PER CASE 3M COMPANY 50048011085420 EA EA 4 26.52$ 99 EA 2,625.48$ GREEN DESCRIPTION TYPE -$ Supplies S38 180170 WAXIE #360 LAMBSWOOL DUSTER 30-59 IN LAMBSKIN SPECIALTIES 360-FLEX EA 0 7.10$ 381 EA 2,705.10$ GREEN DESCRIPTION TYPE -$ Supplies S39 292730 2617 - DIVIDED PAIL - 17 QT - GRAY RUBBERMAID COMMERCIAL PRODUCTS FG261700GRAY EA 0 21.60$ 370 EA 7,992.00$ GREEN DESCRIPTION TYPE -$ Supplies S40 2060565 GROUT LINE BRUSH CARLISLE FOODSERVICE PRODUCTS 365320WX00 EA 0 10.23$ 332 EA 3,396.36$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S41 652324 Q412 18-IN MICROFIBER ROOM DUST MOP PAD - WHITE 12/CS RUBBERMAID COMMERCIAL PRODUCTS FGQ41200WH00 CS EA 12 108.86$ 1 CS 108.86$ GREEN DESCRIPTION TYPE -$ Supplies S42 652324 Q412 18-IN MICROFIBER ROOM DUST MOP PAD - WHITE 12/CS RUBBERMAID COMMERCIAL PRODUCTS FGQ41200WH00 EA EA 12 9.07$ 318 EA 2,884.26$ GREEN DESCRIPTION TYPE -$ Supplies S43 660361 6112-77 RM CAUTION WET FLOOR 25IN SIGN RUBBERMAID COMMERCIAL PRODUCTS FG611277YEL EA 0 11.74$ 316 EA 3,709.84$ GREEN DESCRIPTION TYPE -$ Supplies S44 770401 GREEN MICROFIBER TERRY CLOTH 16 X 16 IN 15 DZ PER CASE IMPACT PRODUCTS INC 770401 CS DZ 15 113.55$ 181 CS 20,552.55$ GREEN DESCRIPTION TYPE -$ Supplies S45 770401 GREEN MICROFIBER TERRY CLOTH 16 X 16 IN 15 DZ PER CASE IMPACT PRODUCTS INC 770401 DZ DZ 15 7.57$ 126 DZ 953.82$ GREEN DESCRIPTION TYPE -$ Supplies S46 650921 WAXIE #524 DISPOSABLE DUST MOP HEAD 12/CS PREMIER MOP & BROOM 52224 CS EA 12 59.49$ 164 CS 9,756.36$ GREEN DESCRIPTION TYPE -$ Supplies S47 650921 WAXIE #524 DISPOSABLE DUST MOP HEAD 12/CS PREMIER MOP & BROOM 52224 EA EA 12 4.96$ 132 EA 654.72$ GREEN DESCRIPTION TYPE -$ Supplies S48 890870 KIT - 32-OZ WAXIE SPRAY BOTTLE WITH 22-32-OZ TRIGGER SPRAYER IMPACT PRODUCTS INC 932CG WITH 902BW9 KT 0 1.13$ 292 KT 329.96$ GREEN DESCRIPTION TYPE -$ Supplies S49 350177 3M SCOTCH-BRITE 74 MEDIUM DUTY SCRUBBING SPONGE - 20 PER CASE 3M COMPANY 50048011206887 CS 0 36.26$ 291 CS 10,551.66$ 3M COMPANY GREEN DESCRIPTION TYPE 48011181929 19.00$ -$ Supplies S50 890047 6149 JUMBO TRIGGER SPRAYER IMPACT PRODUCTS INC 6149 EA 0 2.05$ 283 EA 580.15$ GREEN DESCRIPTION TYPE -$ Supplies S51 770400 BLUE MICROFIBER TERRY CLOTH 16 X 16 IN 15 DZ PER CASE IMPACT PRODUCTS INC 770400 CS DZ 15 113.55$ 189 CS 21,460.95$ GREEN DESCRIPTION TYPE -$ Supplies S52 770400 BLUE MICROFIBER TERRY CLOTH 16 X 16 IN 15 DZ PER CASE IMPACT PRODUCTS INC 770400 DZ DZ 15 7.57$ 90 DZ 681.30$ GREEN DESCRIPTION TYPE -$ Supplies S53 730013 RM 3540-60 SLIM JIM VENTED 23GL BLACK - 4 PER CASE RUBBERMAID COMMERCIAL PRODUCTS FG354060BLA CS EA 4 135.83$ 29 CS 3,939.07$ GREEN DESCRIPTION TYPE -$ Supplies S54 730013 RM 3540-60 SLIM JIM VENTED 23GL BLACK - 4 PER CASE RUBBERMAID COMMERCIAL PRODUCTS FG354060BLA EA EA 4 33.96$ 232 EA 7,878.72$ GREEN DESCRIPTION TYPE -$ Supplies S55 730114 2956-06 DESKSIDE RECYCLING CONTAINER 28 QT GREEN RUBBERMAID COMMERCIAL PRODUCTS FG295606GRN EA EA 12 5.41$ 259 EA 1,401.19$ GREEN DESCRIPTION TYPE -$ Supplies S56 260150 3M 20-IN BLACK THICK STRIP PAD #7200 3M COMPANY 50048011083822 CS EA 5 32.01$ 259 CS 8,290.59$ 3M COMPANY GREEN DESCRIPTION TYPE 50048011597596 21.61$ -$ Supplies S57 2051301 WAXIE 54 IN METAL HANDLE PLASTIC UPRIGHT BROOM PREMIER MOP & BROOM 60820 EA 0 6.84$ 253 EA 1,730.52$ GREEN DESCRIPTION TYPE -$ Supplies S58 730280 2543 - 28 QT UL WASTE BASKET - BEIGE RUBBERMAID COMMERCIAL PRODUCTS FG254300BEIG EA 0 40.97$ 250 EA 10,242.50$ GREEN DESCRIPTION TYPE -$ Supplies S59 2030931 9200 (C-20X) INDUSTRIAL PLUNGER IMPACT PRODUCTS INC 9200W EA 0 5.53$ 243 EA 1,343.79$ GREEN DESCRIPTION TYPE -$ Supplies S60 630007 7260 (D-61) RUBBER DOOR STOP IMPACT PRODUCTS INC 7260 EA 0 0.76$ 242 EA 183.92$ GREEN DESCRIPTION TYPE -$ Supplies S61 2060673 WAXIE IRON-STYLE MEDIUM-DUTY SCRUB BRUSH RUBBERMAID COMMERCIAL PRODUCTS FG648200COBLT EA 0 2.21$ 239 EA 528.19$ GREEN DESCRIPTION TYPE -$ Supplies S62 650350 WAXIE BLUE WONDER JANITOR MOP HEAD 12/CS PREMIER MOP & BROOM 11803 CS EA 12 107.83$ 221 CS 23,830.43$ GREEN DESCRIPTION TYPE -$ Supplies S63 650350 WAXIE BLUE WONDER JANITOR MOP HEAD 12/CS PREMIER MOP & BROOM 11803 EA EA 12 8.99$ 11 EA 98.89$ GREEN DESCRIPTION TYPE -$ Supplies S64 350630 STAINLESS STEEL SCOURING PAD 12 EA PER BX ACS INDUSTRIES 434BX BX EA 12 0.95$ 227 BX 215.65$ GREEN DESCRIPTION TYPE -$ Supplies S65 730770 2642 - BRUTE CADDY BAG - YELLOW RUBBERMAID COMMERCIAL PRODUCTS FG264200YEL EA 0 24.31$ 222 EA 5,396.82$ GREEN DESCRIPTION TYPE -$ Supplies S66 180115 WAXIE ALUMINUM EXTENSION HANDLE FOR ROUND DUSTER HEAD CARLISLE FOODSERVICE PRODUCTS 365450WX00 EA 0 2.63$ 218 EA 573.34$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S67 2050911 WAXIE 60 IN WOOD THREAD BROOM HANDLE PREMIER MOP & BROOM 70103 EA 0 3.00$ 217 EA 651.00$ GREEN DESCRIPTION TYPE -$ Supplies S68 2050971 WAXIE 54 IN TAPERED BROOM HANDLE PREMIER MOP & BROOM 70009 EA 0 3.84$ 215 EA 825.60$ GREEN DESCRIPTION TYPE -$ Supplies S69 650701 H246 -GRIPPER CLAMP STYLE 60 IN MOP HANDLE - FIBERGLASS - GRAY RUBBERMAID COMMERCIAL PRODUCTS FGH24600GY00 EA 0 18.56$ 212 EA 3,934.72$ GREEN DESCRIPTION TYPE -$ Supplies S70 680005 CRAYOLA NONTOXIC ANTI-DUST CHALK-WHITE 12 STICKS/BX NP&PC / ESSENDANT CO.CYO501402 BX 0 0.70$ 210 BX 147.00$ GREEN DESCRIPTION TYPE -$ Supplies S71 730137 2957 41 QT PLASTIC WASTE BASKET GRAY RUBBERMAID COMMERCIAL PRODUCTS FG295700GRAY EA 0 8.21$ 204 EA 1,674.84$ GREEN DESCRIPTION TYPE -$ Supplies S72 350225 3M SCOTCH-BRITE 88 POT N PAN SCRUBBER - 10/BX - 4 BX PER CS 3M COMPANY 50048011082924 BX BX 4 10.75$ 7 BX 75.25$ GREEN DESCRIPTION TYPE -$ Supplies S73 350225 3M SCOTCH-BRITE 88 POT N PAN SCRUBBER - 10/BX - 4 BX PER CS 3M COMPANY 50048011082924 CS BX 4 43.01$ 196 CS 8,429.96$ GREEN DESCRIPTION TYPE -$ Supplies S74 730149 RM 2957 RECYCLE BLUE 41 QT WASTE BASKET 12/CS RUBBERMAID COMMERCIAL PRODUCTS FG295773BLUE EA 0 8.56$ 202 EA 1,729.12$ GREEN DESCRIPTION TYPE -$ Supplies S75 890040KIT 32-OZ BOTTLE & TRIGGER SPRAYER KIT IMPACT PRODUCTS INC 902BW9 & 932CG KT 0 1.20$ 201 KT 241.20$ GREEN DESCRIPTION TYPE -$ Supplies S76 652270 WAXIE LARGE GREEN SUPER LOOP MOP HEAD W/ GREEN HEADBAND PREMIER MOP & BROOM 12103 CS EA 12 107.83$ 29 CS 3,127.07$ GREEN DESCRIPTION TYPE -$ Supplies S77 652270 WAXIE LARGE GREEN SUPER LOOP MOP HEAD W/ GREEN HEADBAND PREMIER MOP & BROOM 12103 EA EA 12 8.99$ 172 EA 1,546.28$ GREEN DESCRIPTION TYPE -$ Supplies S78 350464 WAXIE W63 LIGHT DUTY SCRUBBING SPONGE 20/CS 3M COMPANY 48011181936 CS EA 20 19.00$ 201 CS 3,819.00$ GREEN DESCRIPTION TYPE -$ Supplies S79 233300 WAXIE URINAL MAT ORCHARD ZING GRAY 6/CS IMPACT PRODUCTS INC 1525W CS EA 6 36.12$ 196 CS 7,079.52$ GREEN DESCRIPTION TYPE -$ Supplies S80 791220 DURACELL PROCELL AA-CELL ALKALINE BATTERIES 24/CTN NP&PC / ESSENDANT CO.DURPC1500BKD CT 0 8.59$ 195 CT 1,675.05$ GREEN DESCRIPTION TYPE -$ Supplies S81 190100 LOBBY PRO UPRIGHT DUST PAN - BLACK RUBBERMAID COMMERCIAL PRODUCTS FG253100BLA EA 0 10.86$ 193 EA 2,095.98$ GREEN DESCRIPTION TYPE -$ Supplies S82 290915 3-IN STIFF PUTTY KNIFE IMPACT PRODUCTS INC 2238 EA 0 7.49$ 186 EA 1,393.14$ GREEN DESCRIPTION TYPE -$ Supplies S83 290980 3410B 100 BLADES FOR SAFETY SCRAPER IMPACT PRODUCTS INC 3410B BX 0 8.03$ 184 BX 1,477.52$ GREEN DESCRIPTION TYPE -$ Supplies S84 350195 3M SCOTCH-BRITE 96 MEDIUM DUTY SCOURING PAD - 20/BX - 3 BX/CS 3M COMPANY 50048011082931 BX BX 3 13.29$ 90 BX 1,196.10$ 3M COMPANY GREEN DESCRIPTION TYPE 48011181905 7.49$ -$ Supplies S85 350195 3M SCOTCH-BRITE 96 MEDIUM DUTY SCOURING PAD - 20/BX - 3 BX/CS 3M COMPANY 50048011082931 CS BX 3 39.86$ 93 CS 3,706.98$ 3M COMPANY GREEN DESCRIPTION TYPE 48011181905 0.37$ -$ Supplies S86 650931 WAXIE #536 DISPOSABLE DUST MOP HEAD 12/CS PREMIER MOP & BROOM 52236 CS EA 12 75.06$ 98 CS 7,355.88$ GREEN DESCRIPTION TYPE -$ Supplies S87 650931 WAXIE #536 DISPOSABLE DUST MOP HEAD 12/CS PREMIER MOP & BROOM 52236 EA EA 12 6.25$ 84 EA 525.00$ GREEN DESCRIPTION TYPE -$ Supplies S88 200004 SWIFFER DUSTER REFILLS PGC21459CT 4BX/CS NP&PC / ESSENDANT CO.PGC21459CT CS BX 4 35.43$ 181 CS 6,412.83$ GREEN DESCRIPTION TYPE -$ Supplies S89 650340 WAXIE BLUE WONDER MAID MOP HEAD 12/CS PREMIER MOP & BROOM 11802 CS EA 12 81.43$ 141 CS 11,481.63$ GREEN DESCRIPTION TYPE -$ Supplies S90 650340 WAXIE BLUE WONDER MAID MOP HEAD 12/CS PREMIER MOP & BROOM 11802 EA EA 12 6.79$ 38 EA 258.02$ GREEN DESCRIPTION TYPE -$ Supplies S91 630003 BIG FOOT DOOR STOP-BEIGE NP&PC / ESSENDANT CO.MAS00900 EA 0 4.44$ 175 EA 777.00$ GREEN DESCRIPTION TYPE -$ Supplies S92 791218 DURACELL PROCELL D-CELL ALKALINE BATTERIES 12/CTN NP&PC / ESSENDANT CO.DURPC1300 CT 0 12.67$ 171 CT 2,166.57$ GREEN DESCRIPTION TYPE -$ Supplies S93 2060260 8-IN HORSEHAIR BLEND COUNTER BRUSH CARLISLE FOODSERVICE PRODUCTS 36225WX03 EA 0 6.66$ 168 EA 1,118.88$ GREEN DESCRIPTION TYPE -$ Supplies S94 290120 BRASS SQUEEGEE HANDLE ETTORE PRODUCTS CO 1324 EA 0 5.26$ 162 EA 852.12$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S95 350215 3M SCOTCH-BRITE 98 LIGHT DUTY SCOURING PAD - 20/BX - 3 BX/CS 3M COMPANY 50048011074455 BX BX 3 27.64$ 127 BX 3,510.28$ GREEN DESCRIPTION TYPE -$ Supplies S96 350215 3M SCOTCH-BRITE 98 LIGHT DUTY SCOURING PAD - 20/BX - 3 BX/CS 3M COMPANY 50048011074455 CS BX 3 82.91$ 33 CS 2,736.03$ GREEN DESCRIPTION TYPE -$ Supplies S97 660253 35 QT WAVEBRAKE 2.0 DOWN-PRESS COMBO YELLOW ST RUBBERMAID COMMERCIAL PRODUCTS FG757788YEL ST 0 100.76$ 157 ST 15,819.32$ GREEN DESCRIPTION TYPE -$ Supplies S98 652131 F137 RM SECO HOT PINK HOT MOP RUBBERMAID COMMERCIAL PRODUCTS FGF13700PINK CS EA 6 37.46$ 72 CS 2,697.12$ GREEN DESCRIPTION TYPE -$ Supplies S99 652131 F137 RM SECO HOT PINK HOT MOP RUBBERMAID COMMERCIAL PRODUCTS FGF13700PINK EA EA 6 6.24$ 84 EA 524.16$ GREEN DESCRIPTION TYPE -$ Supplies S100 652316 D252-06 RM SUPER STITCH BLEND- MEDIUM-GREEN RUBBERMAID COMMERCIAL PRODUCTS FGD25206GR00 CS EA 6 37.54$ 8 CS 300.32$ GREEN DESCRIPTION TYPE -$ Supplies S101 652316 D252-06 RM SUPER STITCH BLEND- MEDIUM-GREEN RUBBERMAID COMMERCIAL PRODUCTS FGD25206GR00 EA EA 6 6.26$ 148 EA 926.48$ GREEN DESCRIPTION TYPE -$ Supplies S102 2050931 WAXIE 60 IN METAL THREAD BROOM HANDLE PREMIER MOP & BROOM 70303 EA 0 3.97$ 154 EA 611.38$ GREEN DESCRIPTION TYPE -$ Supplies S103 180550 12IN FINNEY ERASER FINNEY COMPANY, INC.12W DZ EA 12 159.66$ 105 DZ 16,764.30$ GREEN DESCRIPTION TYPE -$ Supplies S104 180550 12IN FINNEY ERASER FINNEY COMPANY, INC.12W EA EA 12 13.30$ 45 EA 598.50$ GREEN DESCRIPTION TYPE -$ Supplies S105 2060115 5310 SWIVEL SCRUB BRUSH CARLISLE FOODSERVICE PRODUCTS 365310WX27 EA 0 25.63$ 150 EA 3,844.50$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S106 650281 WAXIE LARGE WHITE SUPER LOOP MOP HEAD 12/CS PREMIER MOP & BROOM 11703 CS EA 12 101.31$ 6 CS 607.86$ GREEN DESCRIPTION TYPE -$ Supplies S107 650281 WAXIE LARGE WHITE SUPER LOOP MOP HEAD 12/CS PREMIER MOP & BROOM 11703 EA EA 12 8.44$ 141 EA 1,190.04$ GREEN DESCRIPTION TYPE -$ 7 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Supplies S108 290750 HEAVY DUTY 4-IN SCRAPER WITH 48-IN INCH HANDLE ETTORE PRODUCTS CO 2007 EA 0 13.49$ 146 EA 1,969.54$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S109 730005 2673 - SLIM JIM SWING LID FOR 23 GL WASTE BASKET - GRAY RUBBERMAID COMMERCIAL PRODUCTS FG267360GRAY EA 0 33.86$ 145 EA 4,909.70$ GREEN DESCRIPTION TYPE -$ Supplies S110 791221 DURACELL PROCELL AAA-CELL ALKALINE BATTERIES 24/CTN NP&PC / ESSENDANT CO.DURPC2400BKD CT 0 8.59$ 144 CT 1,236.96$ GREEN DESCRIPTION TYPE -$ Supplies S111 890055 IMPACT 5032WG 32-OZ. PLAIN CLEAR BOTTLE WITH GRADUATIONS IMPACT PRODUCTS INC 5032WG EA 0 0.57$ 144 EA 82.08$ GREEN DESCRIPTION TYPE -$ Supplies S112 180160 WAXIE #312 LAMBSWOOL DUSTER 28 IN LAMBSKIN SPECIALTIES 312FH EA 0 3.46$ 144 EA 498.24$ GREEN DESCRIPTION TYPE -$ Supplies S113 791219 DURACELL PROCELL C-CELL ALKALINE BATTERIES 12/CTN NP&PC / ESSENDANT CO.DURPC1400 CT 0 9.17$ 141 CT 1,292.97$ GREEN DESCRIPTION TYPE -$ Supplies S114 290430 18-IN REFILL SQUEEGEE RUBBER ETTORE PRODUCTS CO 1427 EA 0 2.14$ 141 EA 301.74$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S115 2050412 6374 RM LOBBY DUST PAN BROOM BLACK RUBBERMAID COMMERCIAL PRODUCTS FG637400BLA EA 0 4.59$ 140 EA 642.60$ GREEN DESCRIPTION TYPE -$ Supplies S116 652177 MICROFIBER TUBE MOPS-21OZ-BLUE 1 DZ/CS IMPACT PRODUCTS INC 652177 DZ EA 12 146.20$ 18 DZ 2,631.60$ GREEN DESCRIPTION TYPE -$ Supplies S117 652177 MICROFIBER TUBE MOPS-21OZ-BLUE 1 DZ/CS IMPACT PRODUCTS INC 652177 EA EA 12 12.18$ 121 EA 1,473.78$ GREEN DESCRIPTION TYPE -$ Supplies S118 350180 3M SCOTCH-BRITE 86 HEAVY DUTY SCOURING PADS - 12/BX - 3BX/CS 3M COMPANY 50048011055096 BX BX 3 21.05$ 7 BX 147.35$ 3M COMPANY GREEN DESCRIPTION TYPE 48011181912 9.44$ -$ Supplies S119 350180 3M SCOTCH-BRITE 86 HEAVY DUTY SCOURING PADS - 12/BX - 3BX/CS 3M COMPANY 50048011055096 CS BX 3 63.14$ 132 CS 8,334.48$ 3M COMPANY GREEN DESCRIPTION TYPE 48011181912 0.63$ -$ Supplies S120 890190 WAXIE 16 OZ MEASURING CUP IMPACT PRODUCTS INC 2416W EA 0 2.47$ 136 EA 335.92$ GREEN DESCRIPTION TYPE -$ Supplies S121 297012 2963 BRUTE BUCKET-ROUND-10 QT GRAY RUBBERMAID COMMERCIAL PRODUCTS FG296300GRAY EA 0 8.64$ 136 EA 1,175.04$ GREEN DESCRIPTION TYPE -$ Supplies S122 652156 MICROFIBER TUBE MOP-14OZ-BLUE 1 DZ/CS IMPACT PRODUCTS INC 652156 DZ EA 12 102.83$ 87 DZ 8,946.21$ GREEN DESCRIPTION TYPE -$ Supplies S123 652156 MICROFIBER TUBE MOP-14OZ-BLUE 1 DZ/CS IMPACT PRODUCTS INC 652156 EA EA 12 8.57$ 48 EA 411.36$ GREEN DESCRIPTION TYPE -$ Supplies S124 630005 BIG FOOT DOOR STOP-GRAY NP&PC / ESSENDANT CO.MAS00941 EA 0 4.44$ 135 EA 599.40$ GREEN DESCRIPTION TYPE -$ Supplies S125 260220 3M 20-IN BLACK HI-PRO PAD #7300 3M COMPANY 50048011082788 CS EA 5 59.73$ 133 CS 7,944.09$ GREEN DESCRIPTION TYPE -$ Supplies S126 730021 BLUE SLIM JIM SWING TOP RUBBERMAID COMMERCIAL PRODUCTS FG267360BLUE EA 0 43.67$ 130 EA 5,677.10$ GREEN DESCRIPTION TYPE -$ Supplies S127 290920 1-1/2IN FLEX PUTTY KNIFE IMPACT PRODUCTS INC 3317 EA 0 4.30$ 129 EA 554.70$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S128 652171 F137 RM SECO LIME GREEN HOT MOP 24 OZ - 6/CS RUBBERMAID COMMERCIAL PRODUCTS FGF13700GR00 CS EA 6 37.46$ 127 CS 4,757.42$ GREEN DESCRIPTION TYPE -$ Supplies S129 180099 WAXIE 22 IN HIGH DUSTER WAND ONLY 48 EA/CS WIPER CENTRAL USA M700080 EA EA 48 9.87$ 126 EA 1,243.62$ GREEN DESCRIPTION TYPE -$ Supplies S130 260850 3M 20-IN RED PAD #5100 3M 20-IN RED PAD #5100 3M COMPANY 50048011083952 CS EA 5 31.13$ 125 CS 3,891.25$ 3M COMPANY GREEN DESCRIPTION TYPE 50048011597633 16.23$ -$ Supplies S131 730030 3540-07 SLIM JIM VENTED RECYCLE GREEN 23 GL 4 PER CASE RUBBERMAID COMMERCIAL PRODUCTS FG354007GRN CS EA 4 144.23$ 38 CS 5,480.74$ GREEN DESCRIPTION TYPE -$ Supplies S132 730030 3540-07 SLIM JIM VENTED RECYCLE GREEN 23 GL 4 PER CASE RUBBERMAID COMMERCIAL PRODUCTS FG354007GRN EA EA 4 36.06$ 86 EA 3,101.16$ GREEN DESCRIPTION TYPE -$ Supplies S133 180060 WAXIE 4603 23 IN FEATHER DUSTER WITH WOODEN HANDLE IMPACT PRODUCTS INC 4603W EA 0 7.74$ 124 EA 959.76$ GREEN DESCRIPTION TYPE -$ Supplies S134 630010 #5 KEY-BAK WEST COAST CORPORATION 0005-011 EA 0 7.64$ 123 EA 939.72$ GREEN DESCRIPTION TYPE -$ Supplies S135 651171 WAXIE 60 INCH WOOD SNAP-ON DUST HANDLE PREMIER MOP & BROOM 53302 EA 0 8.09$ 122 EA 986.98$ GREEN DESCRIPTION TYPE -$ Supplies S136 297010 WIPE N DRY FLOOR SQUEEGEE BLACK MOSS DUAL RUBBER 22 IN ETTORE PRODUCTS CO 1636 EA 0 6.01$ 122 EA 733.22$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S137 652162 MICROFIBER TUBE MOP-18OZ-BLUE 1 DZ/CS IMPACT PRODUCTS INC 652162 DZ EA 12 121.60$ 83 DZ 10,092.80$ GREEN DESCRIPTION TYPE -$ Supplies S138 652162 MICROFIBER TUBE MOP-18OZ-BLUE 1 DZ/CS IMPACT PRODUCTS INC 652162 EA EA 12 10.13$ 38 EA 384.94$ GREEN DESCRIPTION TYPE -$ Supplies S139 890420 WATER NOZZLE 572TFR FISKARS BRANDS,INC 805722-1001 EA 0 6.71$ 120 EA 805.20$ GREEN DESCRIPTION TYPE -$ Supplies S140 5492023329 EID 1250 ML BOTTLES WITH FOAM SPRAYERS 10/CS ECOLAB INSTITUTIONAL DIVISION 92023329 CS EA 10 10.71$ 98 CS 1,049.58$ GREEN DESCRIPTION TYPE -$ Supplies S141 5492023329 EID 1250 ML BOTTLES WITH FOAM SPRAYERS 10/CS ECOLAB INSTITUTIONAL DIVISION 92023329 EA EA 10 1.07$ 22 EA 23.54$ GREEN DESCRIPTION TYPE -$ Supplies S142 290260 14-IN STAINLESS STEEL WINDOW SQUEEGEE ETTORE PRODUCTS CO 1173 EA 0 4.74$ 118 EA 559.32$ GREEN DESCRIPTION TYPE -$ Possibly not available nationally. Similar options may be available. Supplies S143 180190 3120 POLY WOOL EXTENDABLE DUSTER IMPACT PRODUCTS INC 3120W EA 0 8.32$ 118 EA 981.76$ GREEN DESCRIPTION TYPE -$ Supplies S144 2051271 WAXIE 4 FT PLASTIC DUAL ANGLE UPRIGHT BROOM CARLISLE FOODSERVICE PRODUCTS 36884WX03 EA 0 10.54$ 110 EA 1,159.40$ GREEN DESCRIPTION TYPE -$ Supplies S145 2051295 6385 RM BROOM BRUTE FLAGGED POLYPROPYL.RUBBERMAID COMMERCIAL PRODUCTS FG638500GRAY EA 0 17.20$ 109 EA 1,874.80$ GREEN DESCRIPTION TYPE -$ Supplies S146 263620 3M 20-IN NATURAL BLEND TAN PADS #3500 3M COMPANY 50048011190087 CS EA 5 31.13$ 103 CS 3,206.39$ 3M COMPANY GREEN DESCRIPTION TYPE 50048011597688 31.13$ -$ Supplies S147 730012 2673 - SLIM JIM SWING LID FOR 23 GL WASTE BASKET - BLACK RUBBERMAID COMMERCIAL PRODUCTS FG267360BLA EA 0 22.13$ 103 EA 2,279.39$ GREEN DESCRIPTION TYPE -$ Supplies S148 2060220 8-IN NYLON UTILITY BRUSH CARLISLE FOODSERVICE PRODUCTS 36620WX00 EA 0 5.73$ 101 EA 578.73$ GREEN DESCRIPTION TYPE -$ Supplies S149 770095 WAXIE 16X19 NEW WHITE BAR TOWELS 25 LBS WIPER CENTRAL USA FNWTT25N BX 0 75.21$ 100 BX 7,521.00$ GREEN DESCRIPTION TYPE -$ Supplies S150 660385 WAXIE 9175W CLOSED FOR CLEANING SIGN 30"-44" (4-PIECE)IMPACT PRODUCTS INC 9175W EA 0 22.62$ 100 EA 2,262.00$ GREEN DESCRIPTION TYPE -$ Supplies S151 650271 WAXIE MED WHITE SUPER LOOP MOP HEAD 12/CS PREMIER MOP & BROOM 11702 CS EA 12 73.89$ 4 CS 295.56$ GREEN DESCRIPTION TYPE -$ Supplies S152 650271 WAXIE MED WHITE SUPER LOOP MOP HEAD 12/CS PREMIER MOP & BROOM 11702 EA EA 12 6.16$ 96 EA 591.36$ GREEN DESCRIPTION TYPE -$ Supplies S153 2060720 DISH AND SINK BRUSH GORDON BRUSH WISCONSIN LLC 575060 EA 0 1.50$ 100 EA 150.00$ GREEN DESCRIPTION TYPE -$ 8 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Category Record ID Item #Item Description Vendor Name MFI UOM UOM 2 UOM Conversion 1 YOUR PRICE CURRENT QTY YOUR UOM EXT COST YOUR BRAND (IF DIFFERENT)YOUR UOM (IF DIFFERENT)GREEN DESCRIPTION YOUR MPC (IF DIFFERENT)ALT. PRICE (IF DIFFERENT)ALT QTY (IF DIFFERENT)ALT. PRODUCT EXT BIDDER COMMENTS Gloves G1 791273 IMP 8649 NITRILE POWDER FREE EXAM GLOVES BLACK MED 10/100 IMPACT PRODUCTS INC 8649M BX BX 10 5.94$ 1,128 BX 6,700.32$ GREEN DESCRIPTION TYPE -$ Gloves G2 791273 IMP 8649 NITRILE POWDER FREE EXAM GLOVES BLACK MED 10/100 IMPACT PRODUCTS INC 8649M CS BX 10 59.42$ 59 CS 3,505.78$ GREEN DESCRIPTION TYPE -$ Gloves G3 791274 IMP 8649 NITRILE POWDER FREE EXAM GLOVES BLACK LARGE 10/100 IMPACT PRODUCTS INC 8649L BX BX 10 5.94$ 1,036 BX 6,153.84$ GREEN DESCRIPTION TYPE -$ Gloves G4 791274 IMP 8649 NITRILE POWDER FREE EXAM GLOVES BLACK LARGE 10/100 IMPACT PRODUCTS INC 8649L CS BX 10 59.42$ 61 CS 3,624.62$ GREEN DESCRIPTION TYPE -$ Gloves G5 791255 WAXIE SHIELD W8644M NITRILE PF GP GLOVES BLUE MEDIUM 10/100 IMPACT PRODUCTS INC 791255 BX BX 10 4.99$ 124 BX 618.76$ GREEN DESCRIPTION TYPE -$ Gloves G6 791255 WAXIE SHIELD W8644M NITRILE PF GP GLOVES BLUE MEDIUM 10/100 IMPACT PRODUCTS INC 791255 CS BX 10 49.87$ 873 CS 43,536.51$ GREEN DESCRIPTION TYPE -$ Gloves G7 791260 WAXIE SHIELD W8644L NITRILE PF GP GLOVES BLUE LARGE 10/100 IMPACT PRODUCTS INC 791260 BX BX 10 4.99$ 95 BX 474.05$ GREEN DESCRIPTION TYPE -$ Gloves G8 791260 WAXIE SHIELD W8644L NITRILE PF GP GLOVES BLUE LARGE 10/100 IMPACT PRODUCTS INC 791260 CS BX 10 49.87$ 894 CS 44,583.78$ GREEN DESCRIPTION TYPE -$ Gloves G9 790071 WAXIE SHIELD W8645M NITRILE PF EXAM GLOVES BLUE MED 10/100 IMPACT PRODUCTS INC 790071 BX BX 10 5.54$ 102 BX 565.08$ GREEN DESCRIPTION TYPE -$ Gloves G10 790071 WAXIE SHIELD W8645M NITRILE PF EXAM GLOVES BLUE MED 10/100 IMPACT PRODUCTS INC 790071 CS BX 10 55.40$ 745 CS 41,273.00$ GREEN DESCRIPTION TYPE -$ Gloves G11 791265 WAXIE SHIELD W8644XL NITRILE PF GP GLOVES BLUE EX-LG 10/100 IMPACT PRODUCTS INC 791265 BX BX 10 4.99$ 70 BX 349.30$ GREEN DESCRIPTION TYPE -$ Gloves G12 791265 WAXIE SHIELD W8644XL NITRILE PF GP GLOVES BLUE EX-LG 10/100 IMPACT PRODUCTS INC 791265 CS BX 10 49.87$ 504 CS 25,134.48$ GREEN DESCRIPTION TYPE -$ Gloves G13 791275 IMP 8649 NITRILE POWDER FREE EXAM GLOVES BLACK X-LG 10/100 IMPACT PRODUCTS INC 8649XL BX BX 10 5.94$ 527 BX 3,130.38$ GREEN DESCRIPTION TYPE -$ Gloves G14 791275 IMP 8649 NITRILE POWDER FREE EXAM GLOVES BLACK X-LG 10/100 IMPACT PRODUCTS INC 8649XL CS BX 10 59.42$ 43 CS 2,555.06$ GREEN DESCRIPTION TYPE -$ Gloves G15 790069 WAXIE SHIELD W8645L NITRILE PF EXAM GLOVES BLUE LG 10/100 IMPACT PRODUCTS INC 790069 BX BX 10 5.54$ 43 BX 238.22$ GREEN DESCRIPTION TYPE -$ Gloves G16 790069 WAXIE SHIELD W8645L NITRILE PF EXAM GLOVES BLUE LG 10/100 IMPACT PRODUCTS INC 790069 CS BX 10 55.40$ 509 CS 28,198.60$ GREEN DESCRIPTION TYPE -$ Gloves G17 790209 WAXIE W8217 FLOCKED LINED GREEN NITRILE GLOVES MEDIUM IMPACT PRODUCTS INC 790209 DZ PR 12 1.35$ 493 DZ 665.55$ GREEN DESCRIPTION TYPE -$ Gloves G18 790210 WAXIE W8217 FLOCKED LINED GREEN NITRILE GLOVES LARGE IMPACT PRODUCTS INC 790210 DZ PR 12 16.19$ 273 DZ 4,419.87$ GREEN DESCRIPTION TYPE -$ Gloves G19 790210 WAXIE W8217 FLOCKED LINED GREEN NITRILE GLOVES LARGE IMPACT PRODUCTS INC 790210 PR PR 12 1.35$ 24 PR 32.40$ GREEN DESCRIPTION TYPE -$ Gloves G20 791250 WAXIE SHIELD W8644S NITRILE PF GP GLOVES BLUE SMALL 10/100 IMPACT PRODUCTS INC 791250 CS BX 10 49.87$ 290 CS 14,462.30$ GREEN DESCRIPTION TYPE -$ Gloves G21 790208 WAXIE W8217 FLOCKED LINED GREEN NITRILE GLOVES SMALL IMPACT PRODUCTS INC 790208 DZ PR 12 1.35$ 269 DZ 363.15$ GREEN DESCRIPTION TYPE -$ Gloves G22 790073 WAXIE SHIELD W8645XL NITRILE PF EXAM GLOVES BLUE XL 10/100 IMPACT PRODUCTS INC 790073 BX BX 10 5.54$ 26 BX 144.04$ GREEN DESCRIPTION TYPE -$ Gloves G23 790073 WAXIE SHIELD W8645XL NITRILE PF EXAM GLOVES BLUE XL 10/100 IMPACT PRODUCTS INC 790073 CS BX 10 55.40$ 245 CS 13,573.00$ GREEN DESCRIPTION TYPE -$ Gloves G24 791272 IMP 8649 NITRILE POWDER FREE EXAM GLOVES BLACK SMALL 10/100 IMPACT PRODUCTS INC 8649S BX BX 10 5.94$ 225 BX 1,336.50$ GREEN DESCRIPTION TYPE -$ Gloves G25 791272 IMP 8649 NITRILE POWDER FREE EXAM GLOVES BLACK SMALL 10/100 IMPACT PRODUCTS INC 8649S CS BX 10 59.42$ 17 CS 1,010.14$ GREEN DESCRIPTION TYPE -$ Gloves G26 790072 WAXIE SHIELD W8645S NITRILE PF EXAM GLOVES BLUE SMALL 10/100 IMPACT PRODUCTS INC 790072 BX BX 10 5.54$ 21 BX 116.34$ GREEN DESCRIPTION TYPE -$ Gloves G27 790072 WAXIE SHIELD W8645S NITRILE PF EXAM GLOVES BLUE SMALL 10/100 IMPACT PRODUCTS INC 790072 CS BX 10 55.40$ 198 CS 10,969.20$ GREEN DESCRIPTION TYPE -$ Gloves G28 790381 WAXIE SHIELD W8642M NITRILE PF GP GLOVES BLACK MEDIUM 10/100 IMPACT PRODUCTS INC 790381 BX BX 10 4.99$ 21 BX 104.79$ GREEN DESCRIPTION TYPE -$ Gloves G29 790381 WAXIE SHIELD W8642M NITRILE PF GP GLOVES BLACK MEDIUM 10/100 IMPACT PRODUCTS INC 790381 CS BX 10 49.87$ 177 CS 8,826.99$ GREEN DESCRIPTION TYPE -$ Gloves G30 790235 WAXIE W8118 NATURAL LATEX GLOVES MEDIUM IMPACT PRODUCTS INC 790235 DZ PR 12 1.03$ 182 DZ 187.46$ GREEN DESCRIPTION TYPE -$ Gloves G31 790382 WAXIE SHIELD W8642L NITRILE PF GP GLOVES BLACK LARGE 10/100 IMPACT PRODUCTS INC 790382 BX BX 10 4.99$ 45 BX 224.55$ GREEN DESCRIPTION TYPE -$ Gloves G32 790382 WAXIE SHIELD W8642L NITRILE PF GP GLOVES BLACK LARGE 10/100 IMPACT PRODUCTS INC 790382 CS BX 10 49.87$ 128 CS 6,383.36$ GREEN DESCRIPTION TYPE -$ Gloves G33 790141 SA IMP 8118 SMALL UNLINED LATEX GLOVES USDA APPROVED IMPACT PRODUCTS INC 8118S DZ 0 12.30$ 128 DZ 1,574.40$ GREEN DESCRIPTION TYPE -$ 9 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E CATEGORY DISCOUNT % Paper 50 Chemicals 25 Liners 50 Equipment & Dispensers 10 Hand Soaps & Sanitizers 25 Supplies 25 Gloves 40 Other 10 10 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 15 of 55 EXHIBIT “B” INSURANCE PROVISIONS Including Verification of Coverage, Sufficiency of Insurers, Errors and Omissions Coverage, Minimum Scope of Insurance, Deductibles and Self-Insured Retentions, and Severability of Interests (Separation of Insureds) DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 16 of 55 INSURANCE 1. Procurement and Maintenance of Insurance. Contractor shall procure and maintain public liability and property damage insurance against all claims for injuries against persons or damages to property resulting from Contractor’s performance under this Agreement. Contractor shall procure and maintain all insurance at its sole cost and expense, in a form and content satisfactory to the City, and submit concurrently with its execution of this Agreement. Contractor shall also carry workers’ compensation insurance in accordance with California workers’ compensation laws. Such insurance shall be kept in full force and effect during the term of this Agreement, including any extensions. Such insurance shall not be cancelable without thirty (30) days advance written notice to City of any proposed cancellation. Certificates of insurance evidencing the foregoing and designating the City, its elected officials, officers, employees, agents, and volunteers as additional named insureds by original endorsement shall be delivered to and approved by City prior to commencement of services. The procuring of such insurance and the delivery of policies, certificates, and endorsements evidencing the same shall not be construed as a limitation of Contractor’s obligation to indemnify City, its elected officials, officers, agents, employees, and volunteers. 2.Minimum Scope of Insurance. The minimum amount of insurance required under this Agreement shall be as follows: 1.Comprehensive general liability and personal injury with limits of at least one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two million dollars ($2,000,000) general aggregate; 2.Automobile liability insurance with limits of at least one million dollars ($1,000,000.00) per occurrence; 3.Professional liability (errors and omissions) insurance with limits of at least one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000) annual aggregate is: _________ required _____X__ is not required; 4. Workers’ Compensation insurance in the statutory amount as required by the State of California and Employer’s Liability Insurance with limits of at least one million dollars $1 million per occurrence. If Contractor has no employees, Contractor shall complete the City’s Request for Waiver of Workers’ Compensation Insurance Requirement form. 3.Primary Insurance. For any claims related to this Agreement, Contractor’s insurance coverage shall be primary with respect to the City and its respective elected officials, officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City and its respective elected officials, officers, employees, agents, and volunteers shall be in excess of Contractor’s insurance and shall not contribute with it. For Workers’ Compensation and Employer’s Liability Insurance only, the insurer shall waive all rights of subrogation and DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 17 of 55 contribution it may have against City, its elected officials, officers, employees, agents, and volunteers. 4. Errors and Omissions Coverage. If Errors & Omissions Insurance is required, and if Contractor provides claims made professional liability insurance, Contractor shall also agree in writing either (1) to purchase tail insurance in the amount required by this Agreement to cover claims made within three years of the completion of Contractor’s services under this Agreement, or (2) to maintain professional liability insurance coverage with the same carrier in the amount required by this Agreement for at least three years after completion of Contractor’s services under this Agreement. Contractor shall also be required to provide evidence to City of the purchase of the required tail insurance or continuation of the professional liability policy. 5. Sufficiency of Insurers. Insurance required in this Agreement shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best’s Key Rating of B++, Class VII, or better, unless otherwise acceptable to the City. 6. Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractor’s insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers’ Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured…” ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). B. "This insurance is primary and non-contributory over any insurance or self- insurance the City may have..." ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). C. "Should any of the above-described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, “endeavor to” mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. D. Both the Workers’ Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 18 of 55 In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Contractor’s obligation to provide them. 7. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City prior to commencing any work or services under this Agreement. At the option of the City, either (1) the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its elected officials, officers, employees, agents, and volunteers; or (2) Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses. Certificates of Insurance must include evidence of the amount of any deductible or self-insured retention under the policy. Contractor guarantees payment of all deductibles and self-insured retentions. 8. Severability of Interests (Separation of Insureds). This insurance applies separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer’s liability. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 19 of 55 Exhibit D FEDERAL AVIATION ADMINISTRATION FEDERAL PROVISIONS Provision Reference Provision Description Page No. FAA - 01 Access to Records and Reports 18 FAA - 02 Affirmative Action Requirement * 19 FAA – 03 Breach of Contract 20 FAA – 04 Buy American Preferences * 21 FAA – 05 Civil Rights General 22 FAA – 06 Civil Rights – Title VI Assurances * 23 FAA – 07 Clean Air/Water Pollution Control 26 FAA – 08 Contract Work Hours and Safety Standards 27 FAA – 09 Copeland Anti-Kickback 28 FAA – 10 Davis Bacon Requirements 29 FAA – 11 Debarment and Suspension * 30 FAA – 12 Disadvantaged Business Enterprise * 31 FAA – 13 Distracted Driving 32 FAA – 14 Energy Conservation Requirements 33 FAA – 15 Drug Free Workplace (not applicable to Contractors) 34 FAA – 16 Equal Employment Opportunity 35 FAA – 17 Federal Fair Labor Standards Act * 42 FAA – 18 Lobbying Federal Employees 43 FAA – 19 Prohibition of Segregated Facilities 44 FAA – 20 Occupational Safety and Health Act 45 FAA - 21 Procurement of Recovered Materials 46 FAA – 22 Rights to Inventions 47 FAA – 23 Seismic Safety 48 FAA – 24 Tax Delinquency and Felony Conviction 49 FAA – 25 Termination of Contract 50 FAA – 26 Trade Restriction (Foreign) * 51 FAA – 27 Veteran’s Preference 53 *Solicitation Clause also DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 20 of 55 FAA - 01 Access to Records and Reports The Supplier must maintain an acceptable cost accounting system. The Supplier agrees to provide the City, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Supplier which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Supplier agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. Reference: 2 CFR § 200.333, 2 CFR § 200.336, FAA Order 5100.38 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 21 of 55 FAA - 02 Affirmative Action Requirement Not applicable. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 22 of 55 FAA – 03 Breach of Contract See Section 4.5 of the Agreement. Reference: 2 CFR § 200 Appendix II(A) DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 23 of 55 FAA – 04 Buy American Preferences The Buy American Preference requirement in 49 USC § 50101 requires that all steel and manufactured goods used on AIP projects be produced in the United States. Specific Buy American requirements will be outline in the solicitation documents. If no requirements are found in the solicitation this clause if void. Reference: Title 49 USC § 50101 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 24 of 55 FAA – 05 Civil Rights General The Supplier agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Supplier and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. Reference: 49 USC § 47123 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 25 of 55 FAA – 06 Civil Rights – Title VI Assurances Compliance with Nondiscrimination Requirements: During the performance of this contract, the Supplier, for itself, its assignees, and successors in interest (hereinafter referred to as the “Supplier”), agrees as follows: 1. Compliance with Regulations: The Supplier (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Supplier, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Supplier will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Supplier for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Supplier of the Supplier’s obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Supplier will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Supplier will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Supplier’s noncompliance with the non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Supplier under the contract until the Supplier complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 26 of 55 6. Incorporation of Provisions: The Supplier will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Supplier will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Supplier becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Supplier may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Supplier may request the United States to enter into the litigation to protect the interests of the United States. A6.4.5 Title VI List of Pertinent Nondiscrimination Acts and Authorities Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the Supplier, for itself, its assignees, and successors in interest (hereinafter referred to as the “Supplier”) agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 27 of 55 §§ 12131 – 12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration’s Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et seq). Reference: 49 USC § 47123, FAA Order 1400.11 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 28 of 55 FAA – 07 Clean Air/Water Pollution Control If the Agreement exceeds $150,000, Supplier agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). The Supplier agrees to report any violation to the City immediately upon discovery. The City assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Supplier must include this requirement in all subcontracts that exceeds $150,000. Reference: 2 CFR § 200, Appendix II(G) DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 29 of 55 FAA – 08 Contract Work Hours and Safety Standards Not applicable. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 30 of 55 FAA – 09 Copeland Anti-Kickback Not applicable. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 31 of 55 FAA – 10 Davis Bacon Requirements Not applicable. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 32 of 55 FAA – 11 Debarment and Suspension A11.3.1 Bidder or Offeror Certification By submitting a bid/proposal under the solicitation for this contract, the Supplier must have certified that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. A11.3.2 Lower Tier Contract Certification CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The Supplier, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The Supplier will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 33 of 55 FAA – 12 Disadvantaged Business Enterprise Contract Assurance (§ 26.13) – The Supplier or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Supplier shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation-assisted contracts. Failure by the Supplier to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the City deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Supplier from future bidding as non-responsible. Prompt Payment (§26.29) – The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than [10 days] days from the receipt of each payment the prime contractor receives from [the City]. The prime contractor agrees further to return retainage payments to each subcontractor within [30 days] days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the [City]. This clause applies to both DBE and non-DBE subcontractors. Reference: 49 CFR part 26 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 34 of 55 FAA – 13 Distracted Driving TEXTING WHEN DRIVING In accordance with Executive Order 13513, “Federal Leadership on Reducing Text Messaging While Driving”, (10/1/2009) and DOT Order 3902.10, “Text Messaging While Driving”, (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the City encourages the Supplier to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Supplier must include the substance of this clause in all sub-tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. Reference: Executive Order 13513, DOT Order 3902.10 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 35 of 55 FAA – 14 Energy Conservation Requirements Supplier and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC 6201et seq). Reference: 2 CFR § 200, Appendix II(H) DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 36 of 55 FAA – 15 Drug Free Workplace Requirements The Drug-Free Workplace Act of 1988 requires some Federal contractors and all Federal grantees to agree that they will provide drug-free workplaces as a condition of receiving a contract or grant from a Federal agency. The Act does not apply to contractors, subcontractors, or subgrantees, although the Federal grantees workplace may be where the contractors, subcontractors, or subgrantees are working. Reference: 49 CFR part 32, Drug-Free Workplace Act of 1988 (41 U.S.C. 701 et seq., as amended) DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 37 of 55 FAA – 16 Equal Employment Opportunity A16.3.1 EEO Contract Clause During the performance of this contract, the Supplier agrees as follows: (1) The Supplier will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Supplier will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Supplier agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Supplier will, in all solicitations or advertisements for employees placed by or on behalf of the Supplier, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The Supplier will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers’ representatives of the Supplier’s commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Supplier will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Supplier will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Supplier’s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Supplier may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Supplier will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 38 of 55 section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Supplier will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Supplier may request the United States to enter into such litigation to protect the interests of the United States. A16.3.2 EEO Specification STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. “Covered area” means the geographical area described in the solicitation from which this contract resulted; b. “Director” means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. “Employer identification number” means the Federal social security number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. “Minority” includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Supplier, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Supplier is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 39 of 55 unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor’s or subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Supplier shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Supplier should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Supplier is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Supplier has a collective bargaining agreement to refer either minorities or women shall excuse the Supplier’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the Supplier during the training period and the Supplier shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Supplier shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Supplier’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Supplier shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Supplier’s employees are assigned to work. The Supplier, where possible, will assign two or more women to each construction project. The Supplier shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Supplier’s obligation to maintain such DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 40 of 55 a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Supplier or its unions have employment opportunities available, and maintain a record of the organizations’ responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Supplier by the union or, if referred, not employed by the Supplier, this shall be documented in the file with the reason therefore along with whatever additional actions the Supplier may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Supplier has a collective bargaining agreement has not referred to the Supplier a minority person or female sent by the Supplier, or when the Supplier has other information that the union referral process has impeded the Supplier’s efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Supplier’s employment needs, especially those programs funded or approved by the Department of Labor. The Supplier shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Supplier’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Supplier in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items, with onsite supervisory personnel such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Supplier’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Supplier’s EEO policy with other contractors and subcontractors with whom the Supplier does or anticipates doing business. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 41 of 55 i. Direct its recruitment efforts, both oral and written, to minority, fem ale, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Supplier’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Supplier shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor’s workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Supplier’s obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor’s adherence to and performance under the Supplier’s EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the Supplier is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the Supplier actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Supplier’s minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Supplier. The obligation to comply, however, is the DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 42 of 55 Supplier’s and failure of such a group to fulfill an obligation shall not be a defense for the Supplier’s noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Supplier, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the Supplier has achieved its goals for women generally), the Supplier may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The Supplier shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Supplier shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Supplier shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Supplier, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Supplier fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. The Supplier shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 43 of 55 Reference: 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, Executive Order 11246 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 44 of 55 FAA – 17 Federal Fair Labor Standards Act The provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), are incorporated by reference with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Supplier has full responsibility to monitor compliance to the reference d statute or regulation. The Supplier must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. Reference: 29 USC § 201, et seq DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 45 of 55 FAA – 18 Lobbying and Influencing Federal Employees Consultants and contractors that apply or bid for an award of $100,000 or more must have certified that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or another award covered by 31 USC 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. For an award over $100,00, the bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: • No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. • If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. • The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. Reference: 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J), 49 CFR part 20, Appendix A DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 46 of 55 FAA – 19 Prohibition of Segregated Facilities Not applicable. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 47 of 55 FAA – 20 Occupational Safety and Health Act All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in ful l text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor’s compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration. Reference: 29 CFR part 1910 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 48 of 55 FAA – 21 Procurement of Recovered Materials Supplier and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Supplier and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: 1) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or 2) The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA-designated items is available at www.epa.gov/smm/comprehensive- procurement-guidelines-construction-products. Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if the contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule; b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonable price. Reference: 2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 49 of 55 FAA – 22 Rights to Inventions Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the City in any resulting invention as established by 37 CFR part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified within 37 CFR §401.14. Supplier must include this requirement in all sub-tier contracts involving experimental, developmental, or research work. Reference: 2 CFR § 200, Appendix II(F), 37 CFR §401 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 50 of 55 FAA - 23 Seismic Safety Not applicable. DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 51 of 55 FAA – 24 Tax Delinquency and Felony Conviction The Supplier must have certified under the procurement process that resulted in the award of this contract that: • Supplier has not been convicted of a Federal felony within the last 24 months; or • Supplier does not have any outstanding tax liability for which all judicial and administrative remedies have lapsed or been exhausted. Reference: Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), and similar provisions in subsequent appropriations acts. DOT Order 4200.6 - Requirements for Procurement and Non-Procurement Regarding Tax Delinquency and Felony Convictions DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 52 of 55 FAA – 25 Termination of Contract See Section 4.5 of the Agreement. Reference: 2 CFR § 200 Appendix II(B), FAA Advisory Circular 150/5370-10, Section 80-09 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 53 of 55 FAA – 26 Foreign Trade Restriction TRADE RESTRICTION CERTIFICATION By accepting this contract the Supplier certifies the following statements are true – 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Supplier must provide immediate written notice to the City if the Supplier learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Supplier must require subcontractors provide immediate written notice to the Supplier if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Supplier agrees it will incorporate this provision for certification without modification in all lower tier subcontracts. The Supplier may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 54 of 55 against U.S. firms as published by USTR, unless the Supplier has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Supplier or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the City cancellation of the contract or subcontract for default at no cost to the City or the FAA. Reference: 49 USC § 50104, 49 CFR part 30 DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E Revised 2.9.22 Page 55 of 55 FAA – 27 Veteran’s Preference In the employment of labor (excluding executive, administrative, and supervisory positions), the Supplier and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. Reference: 49 USC § 47112(c) DocuSign Envelope ID: 023F73A3-DEB6-410D-9910-DBCCC12B0551DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E ABCDHolder Identifier : 7777777707070700077761616045571110766716117215557207442027772507300073741577156221030772415113067010207537011336325513074777265261366640745377243002663007340011752234530076727242035772000777777707000707007 7777777707070700073525677115456000733011516036013107122237342162111071233372421620110702222635307211007122236352173111070223372420720110712323724317311007122237353072001077756163351765540777777707000707007Certificate No :570090196029CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11/04/2021 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Chicago IL Office 200 East Randolph Chicago IL 60601 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 16535Zurich American Ins CoINSURER A: 26247American Guarantee & Liability Ins CoINSURER B: INSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: Waxie's Enterprises LLC 9353 Waxie Way San Diego CA 92193 USA COVERAGES CERTIFICATE NUMBER:570090196029 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $10,000 $1,000,000 $2,000,000 $2,000,000 A 11/01/2021 11/01/2022CPO759289300 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000A11/01/2021 11/01/2022 COMBINED SINGLE LIMIT (Ea accident) BAP 7432154-00 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $5,000,000 $5,000,000 11/01/2021UMBRELLA LIABB 11/01/2022AUC759289800 RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTEA11/01/2021 11/01/2022 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AY WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC743215100 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Palm Springs, its officals, employees, and agents are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability, Automobile Liability and Worker's Compensation policies. General Liability policy evidenced herein is Primary to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Palm Springs 3400 E. Taquitz Canyon Way-Suite OFC Palm Springs CA 92262-0000 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E WC124 (4-84) Page 1 of 1 WC 00 03 13 Copyright 1983 National Council on Compensation Insurance, Inc. Uniform FormsTM WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium $ Insurance Company Countersigned by ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT, OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT, OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION WC 7432151-00 ENVOY SOLUTIONS, LLC ZURICH AMERICAN INSURANCE COMPANY DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E WC 252 (4-84) WC 04 03 06 (Ed. 4-84) Page 1 of 1 WORKERS’ COMPENSATION AND EMPLOYERS’ LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT— CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following “attaching clause” need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of (DATE) Policy No. Endorsement No. of the ZURICH AMERICAN INSURANCE COMPANY issued to Premium (if any) $ Authorized Representative We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be % of the California workers’ compensation pre- mium otherwise due on such remuneration. Schedule Person or Organization Job Description 11/01/2021 WC 7432151-00 ENVOY SOLUTIONS, LLC ALL PERSON AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT, OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND OR ORGANIZATION DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E POLICY NUMBER: BAP 7432154-00 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are “insureds” for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured:ENVOY SOLUTIONS LLC Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHOBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 2 BINDER 11/01/2021 DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E DocuSign Envelope ID: C3FB3D38-73DD-40E5-8A1F-A95E72C7D47E A�CCORDr CERTIFICATE OF LIABILITY INSURANCe $ d DATE v15120lsrzozz THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endoreement(s). PRODUCER CNTANRME: CT Marsh I U.S. Operations. Marsh USA Inc. 333 South 7ih Street, Suite 1400 PHONE 866-966-4664 No), 212-948.5382 E-MAIL Minnea oi*.Ca1R marsh.com ADDRE p �UfS� Minneapolis, MN 55402-2400 INSURE S AFFORDING COVERAGE NAIC0 INSURER A: Nabonal Union Fire Ins Co Pitsburth PA 19,14 Nalco N INSURED Ecolab Inc. INSURERS: Arrledcarl International Group UK Limited 1120187 INSURER C: AN Insurance Company 19399 Nalco Company LLC INSURER D : 1 Ecdab Place St. Paul, MN 55102 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-009958537-04 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT NTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR L R TYPE OF INSURANCE AOD yoUBRu POLICY NUMBER MWDDIYYYY MIDDIYYYP LIMITS A X COMMERCIAL GENERAL LIABILITY X X 3980263 12/3112022 12/0112023 EACH OCCURRENCE S 2,000,000 A CLAIMS -MADE � OCCUR 3980264 (Products) 17/31I2022 12101/2023 PREMISES Me oacumancel $ 500,000 MED EXP (Any ons ) S 0 PERSONAL& ADV INJURY $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 510001000 X POLICY 0 JECT LOC PRODUCTS - COMP/OP AGG $ 15,00(1.000 OTHER: EACH OCC-PRODUCTS S 5,000,000 A AUTOMOBILEDABILITY X X 4888773(ADS), 12J3112022 12/01023 COMBINED SINGLE LIMIT Ea eocKr $ 5,000,000 A X ANY AUTO 4888775 (MA) 12/3112022 12/0112023 BODILY INJURY (Per Person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS 4888774 (VA) 12131/2022 12101i2023 BODILY INJURY (Per accident) S PROPERTYDANAGE Per ec FIT. S HIRED NON -OWNED AUTOS ONLY AUTOS ONLY $ X UMBRELLAUAB OCCUR X X 6278" 12/31/2022 12/01/2023 EACH OCCURRENCE S 10,000.000 X AGGREGATE g 10,000.000 EXCESS UA13 CLAIMS -MADE DIED I I RETENTIONS $ C C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY N ANYPOFFIC PU E RIET RIPARTEX CUTIVE YIN (Manclalory in NH) NIA X WC080880467(ADS) (ind Stop Gap ND,WA,WY) WC080880468CA () 12131/2022 12/0112023 X STAT TE ER E.L. EACH ACCIDENT $ 2.Ip0,000 E.L. DISEASE -EA EMPLOYE $ 2,000,000 C If yas, describe under DESCRIPTION OF OPERATIONS below WCo80880466(WI) 12131/2022 12)0112023 E.L. DISEASE - POLICY TWIT $ 2,00D,000 A OH XS Workers Compensation XWC1647370 (OH) 12/3112022 12/0112023 LIMIT SEE ABOVE 8 Employers Liability Urrcts apply excess of $1M SIR DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES ACORD 101. Additional Remarks Schedule, may be atlached If more space Is repdrad) The Certificate Holder and any other persons or organizations are included as additional insured on the auto liability, general I product liability and umbrella liability policies, where required by mitten Contract executed prior to loss. Refer to the attached page -Additional Remarks Schedule' for the applicable additional insured, insurance as primary, waiver of subrogation, notice of cancellation and other endorsements that may apply, where required by written Contract All endorsements are issued on a Wankel basis Without having to specifically name individual customers of others on an endorsement. CERTIFICATE HOLDER CANCELLATION City of Palm Springs RECEIVED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3200 E Tahquitz Canyon Way Palm Springs, CA 92262 DEC 272022 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Hall Reception Desk AUTHORIZED REPRESENTATIVE © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 0001484 SP 0505 C01 P014M 1 City of Palm Springs 3200 E Tahquitz Canyon Way Palm Springs, CA 92262 osas-ovoo-oaolaea-aoolaoaesss AGENCY CUSTOMER ID: CN102114095 LOC #: Minneapolis AGENCY Marsh USA Inc. POLICY NUMBER CARRIER ADDITIONAL REMARKS SCHEDULE NAIC CODE NAMED INSURED Ecolab Inc. Nalco Company LLC 1 Ecolab Piece St. Paul, MN 55102 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate Of Liability Insurance Ecolab Inc. December 31. 2022-2023 CerAficale Description of Operations Language Named Insured: coverage under the policies shown above apply to Ecolab Inc., its subsidiaries, and business units including but not limited to the following. Ecolab Inc. Nalco Company LLC 1 Ecolab Place 1601 West Diehl Road Sit Paul, MN 55102 Naperville, IL 60563 Bioquell Inc. Chemstar Corporation Abednego Environmental Services, LLC Eoolab Production LLC Cascade Water Ecolab USA ChemSMif EcoSure Nakao Industrial Outsourcing Ecovation, Inc. Nalco Production LLC Food Protection Services LLC Nalco U.S. 2 LLC Food Safety Specialists, Inc. Nalco Water FPS Region 3 LLC Nalco Water Pretreatment Solutions, LLC Kay Chemical Quantum Technical Services, LLC Lobster Ink US, Inc Microtek Medical, Inc. Pest Elimination Research Fumigation Co., LLC Royal Pest Solutions, Inc. Swisher Purolhe LLC Additional Insured. Where required by written contract executed prior to loss, the certificate holder and any person or organization are included as additional insured on the auto liability. geneml liability and umbrella liability policies. The following endorsements are attached to the policies shown above: General Liability (Premises/Ongoing Operations) and General Liability (Products/Completed Operations) Additional Insured -Vendors CG 2015 Additional Insured -Primary Insurance 74434 (Premises/Ongoing Operations): 94955 (Products/Completed Operations) General Liability(PremiseslOngoing Operations) Additional Insured -Owners, Lessees or Contractors- Scheduled Person or Organization CG 2010 Additional Insured -Managers or Lessors of Premises CG 2011 Additional Insured -State of Governmental Agency or Subdivision or PolurA Subdivision -Permits or Automations CG 2012 Addifona Insured -Designated Person or Organization CG 20 26 Additional Insured -Lessor of Leased Equipment Automatic Coverage CG 20 34 Additional Insured -Owners, Lessees or Gonlraolors-Automaho Status When Requirement in Construction Agreement with You CG 20 33 Additional Insured -Owners, Lessees or Contaacors-Automatic Status for Other Parries When Required in Written Construction Agreement CG 20 36 General Liability (ProducslCompkled Operation) Additional Insured -Where Required Under Contract or Agreement 94954 Additional Insured -Owners, Lessees or Contractors-Compleled Operations CG 20 37 Automobile Liability Additional Insured -Where Required Under Contact or Agreement 67950 Lessor -Additional Insured and Loss Payee CA 20 01 Insurance Primary as to Certain Additional Insureds 74445 Page 2 of 3 ACORD 101 (2008/01) U 2UU5 ACUKU cOKPOKA I IUN. All rights i The ACORD name and logo are registered marks of ACORD 0505-01.00-0001 Aa4-0002-"6664 irr..? AGENCY CUSTOMER ID: CN102114095 LOC #: Minneapolis A O ADDITIONAL REMARKS SCHEDULE Page 3 of 3 AGENCY NAMED INSURED Marsh USA Inc. Ecolab Inc. Nalco Company LLC 1 Ecolab Place POLICY NUMBER St. Paul, MN 55102 CARRIER NAIC CODE EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Waiver of Subrogation: Where required by written conlract executed prior to loss, waiver of subrogation is granted on the auto liability, general liability, workers' compensation, and umbrella liability policies. The following endorsements are attached to the policies shown above: General Liability (Premises/Ongoing Operations) and General Liability producLUConpleted Operational: Waiver of Transfer of Rights of Recovery Against Others to Us CG 24 04 Automobile Liability Waiver of Transfer of Rights of Recovery Against Others to Us 62897 Workers' Compensation & Employers Liability: Waiver of Our Right to Recover from Others WCODD313 Notice of Cancellation: The following endorsements am attached to the policies shown above'. General Liability (PromiseslOngoing Operations), General Liability (ProduclslConpleted Operations) and Automobile Liability: Limited Advice of Cancellation 10 Scheduled Entities 10BSM Workers' Compensation & Employers Liabgity. Limited Advice of Cancellation Provided Via Email to Entities Other Than fire Named Insured Pesticide or Herbicide Applicator Coverage CG 22 64 is attached to the general liability (premises) liability poky shown above Blended Pollution Endorsement is attached to the general liability (premises) policy shown above Waiver of Govemmental Immunity Endorsement CG 2414 is attached to the general liability (premises) policy shown above Alternate Employer Endorsement WC 0003 01, WC 00 03 01 A are attached to the workers' compensation policies shown above Longshore and Harbor WorkersCompensation Act Coverage Endorsement WC 000106 A is attached to the workers' compensation polices drown above Maritime Coverage Endorsement WC 0002 01 B (Jones Act) is attached to the workers' compensation policies shown above. Outer Continental Shelf Lands Act Coverage Endorsement WC 00 0109 C is attached to the workers' compensation policies shown above. Umbrella policy territory is WORLDWIDE. Coverage applies excess of retained amounts. This retained limit can be satisfied either through insurance or paid by Ecolab, Limits shown are in US Dollars (USO) The insurance evidenced herein and in the referenced policies is not intended to provide coverage beyond that required by written contract, beyond the Named Insured's indemnification obligations or at law. © 2008 ACORD CORPORATION. All rights The ACORD name and logo are registered marks of ACORD DATE: December 1, 2022 TO: Ecolab Associates. Customers R Others SUBJECT: PROOF OF INSURANCE FOR ECOLAB INC. Ecolab is a global, diversified, investment grade company with annual sales of $14B to nearly three million customer locations in more than 170 countries globally, assets of $21 B, shareholder's equity of $78 and a market capitalization over $43B. Ecolab has comprehensive insurance coverage and the financial ability to retain significant risk which we do via high deductible insurance plans or self- insurance. Ecolab insurance coverage applies to all Ecolab subsidiaries and business units. A summary of our standard coverage and limits is as follows: Business Automobile Liability $ 5,000,000 combined single limit Commercial General Liability $ 2,000,000 each occurrence premises / ongoing operations $ 5,000,000 general aggregate premises / ongoing operations $ 5,000,000 each occurrence products / completed operations $15,000,000 aggregate products / completed operations Umbrella / Excess Liability $ 10,000,000 each occurrence Workers' Compensation and Employers' Liability Statutory Workers' Compensation $ 2,000,000 Employers Liability each accident, disease, employee Proof of Ecolab coverage, via a Memorandum of Insurance (MOI), is also available seven days a week / 24 hours a day by accessing our brokers website listed below: htto://www.marsh.com/moi?client=0894 The MOI provides the same coverage information as a certificate of insurance and provides for others to be additional insured where required by written contract. 0505-01-00-0001484-00030008885 Ecolab's insurance coverage is comprehensive and designed to meet Ecolab's global coverage needs. Ecolab's coverage may not meet the specific insurance requests made by our customers or others. Ecolab issues a standard Memorandum or Certificate of Insurance as our proof of insurance which contains our language in the Description of Operations and Additional Remarks Schedule. Ecolab does not use certificate or endorsement language provided by customers, landlords, management companies or others. Ecolab does not provide copies of our insurance policies. Below are the most common requests where we may need to provide further clarification or request a variance or waiver from insurance requests by our customers and others. Additional insured- Ecolab grants Additional Insured status through the use of blanket policy endorsements where required by written contract, rather than individually naming individual entities on customized certificates. As stated at the top of the certificate, the COI conveys no legal rights; therefore, naming an individual entity on the COI form does not provide any Additional Insured coverage status in and of itself. Instead, our blanket endorsements extend Additional Insured status to "any person or organization contractually requiring status as an additional insured for ongoing operations you [Ecolab / Nalco] perform for them". This means that as soon as both Ecolab and any external party have fully executed a signed contract, the legal status of the external party as an Additional Insured is immediately granted per written contract regardless of what appears on the COI. 2. Broad Form Property Damage is part of the Commercial General Liability coverage for real property under our care, custody or control. A separate endorsement is not necessary to evidence this coverage. 3. Contractual liability coverage is automatically part of the Commercial General Liability policy and does not need to be indicated on the certificate, nor is a separate endorsement necessary or provided. 4. Contractor Pollution Liability (CPL) / Environmental Pollution Liability / Pollution Legal Liability (PLL) coverage are not separate policies purchased by Ecolab. Ecolab does have "Time Element / Named Perils" pollution coverage for "Sudden & Accidental" incidents under the General Liability and Umbrella Liability coverage. 5. Crime insurance / Fidelity Bond for third parties is not purchased by Ecolab. Ecolab self -insures this crime / fidelity bond exposure. 6. Deductibles range from $1M to $5M depending on the coverage. 7. Follows form umbrella coverage is not part of the Ecolab umbrella coverage. The Ecolab umbrella coverage is on a retained limits basis and is as broad as the primary general liability and product liability coverage. The umbrella is excess of the primary auto liability, general liability, products liability, and employers' liability retained amounts. j 8. Insurance coverage or insurance company selection. Ecolab retains sole discretion regarding the selection of insurance companies, coverage, limits, deductibles, forms, endorsements, etc. Ecolab coverage is provided by insurers with AM Best ratings of A or higher. 9. Longshore and Harbor Workers / Maritime / Jones Act / Outer Continental Shelf Act coverage is provided on the Workers' Compensation coverage by endorsement. 10. Medical payments coverage is not purchased by Ecolab as part of the Commercial General Liability, Ecolab is self -insured for this. 11. Notice of Cancellation language is as provided on the standard ACORD certificate form and is in accordance with our policy provisions; at least 30 days' notice is provided except 10 days for non-payment of premium. Notice of non -renewal, change, reduction in limits is not provided by Ecolab or our insurers. 12. Per Project or Specific Location limits are not provided under the Commercial General Liability coverage as Ecolab has aggregate limits on a "per policy" basis. 13. Pollution Coverage for Sudden and Accidental occurrences is provided as part of the Commercial General Liability and Umbrella coverages. Ecolab does not purchase a separate pollution liability policy. Ecolab does have "Time Element / Named Perils" pollution coverage for "Sudden & Accidental" incidents under the General Liability and Umbrella Liability coverage. 14. Primary and Non -Contributory coverage is provided as part of the Commercial General Liability coverage by endorsement Additional Insured -Primary Insurance, where required by written contract. 15. Project names, property addresses, or contract numbers are not specifically indicated as our coverage is on a blanket basis and follows Ecolab wherever we are and is not customer, project or location specific. 16. Professional Liability (errors and omissions) is not applicable as Ecolab's scope of work does not involve professional design or engineering. Our General or Product Liability insurance provides coverage when our service or products cause bodily injury or property damage. 17. Property insurance for owned or rented tools and equipment within our $3M deductible is self - insured. 18. Umbrella Liability coverage is provided on a global (U.S., Canada, and rest of world) basis and evidenced on our certificates as required. Umbrella is excess of the primary general liability, products liability, auto liability, and employer's liability retained amounts. This retained limit can be satisfied either through insurance or paid by Ecolab. 0505-0100-0001080-0004-0OOfi600 AS • 19. Waiver of subrogation is provided on the auto liability, general liability, umbrella liability, and workers' compensation policies, where required by written contract executed prior to loss, unless prohibited by law. 20. XCU (Explosion. Collapse and Underground} coverage is part of the Commercial General Liability coverage and a separate endorsement is not necessary to evidence this coverage. Should there be questions regarding Ecolab's insurance coverages, please send them to the email indicated below: riskmq mtCd�ecola b.com For service -related questions for Ecolab Pest Elimination, please contact Ecolab's Customer Service Center at the email address or phone number listed below: Pest Elimination Customer Svc pest(a)ecolab.com 800.325.1671 A 141 Aik- L CERTIFICATE OF LIABILITY INSURANCE DAT0(MO/2024YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Services Central, Inc. Chicago IL Office 200 East Randolph Chicago IL 60601 USA CONTACT NAME: PH (A/CNNo. Ext): (866) 283-7122 F (800) 363-0105 (NC. No E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURED waXie'S Enterprises LLC 9353 waxie way INSURER A: Zurich American Ins CO 16535 INSURERS: American Guarantee & Liability Ins Co 26247 INSURERC: Navigators Insurance Co 42307 San Diego CA 92193 USA INSURER D: INSURER E: INSURER F: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested LTR TYPE OF INSURANCE INSO WVD POLICY NUMBER MM/DD/VYYV MMlDD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY GLO EACH OCCURRENCE $1,000,000 CLAIMS -MADE X❑ OCCUR DAMAGE TO RENTED PREMISES Ea occurrence)$1, 000, 000 MED EXP (Any one person) $10, 000 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATELIMITAPPLIESPER : POLICY PRO H- JECT I LOC GENERAL AGGREGATE $2,000,000 PRODUCTS-COMP/OPAGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY BAP 7432154-03 11/01/2023 04/01/2024 COMBINED SINGLE LIMIT Ea accident $1,000,000 BODILY INJURY ( Per person) X ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIREDAUTOS NON -OWNED ONLY AUTOS ONLY E — I BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) B X UMBRELLA LIAB X OCCUR AUc759289802 11101 2023 04 0112024 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $5 , 000, 000 DED RETENTION A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR; PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? M (Mandatory in NH) If as, describe under DESCRIPTION OF OPERATIONS below N ! A wc7432151 2 1110112023 04 0112024 X I PER STATUTE I OTH- ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE S1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The City of Palm springs, its elected officials, officers, employees, agents and volunteers are included as Additional insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein is Primary and Non -Contributory to other insurance available to city, its respective elected officials, officers, employees, agents and volunteers, but only in accordance with the policy's provisions. A waiver of Subrogation is granted in favor of city, its elected officials, officers, employees, agents and volunteers in accordance with the policy provisions of the workers' Compensation policy. i I CERTIFICATE HOLDER ;RECEIVED CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE FEB 0 5 2024 EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Palm Spring Po Box AUTHORIZED REPRESENTATIVE Palm Springs City Halls CA 92263-2743 USA Reception Desk ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD WA , 0 Z d is v CD U a- AGENCY CUSTOMER ID: 570000088556 LOC #: A�oRO� ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMEDINSURED Aon Risk Services Central, Inc. Waxie's Enterprises LLC POLICY NUMBER See Certificate Number: 570103742267 CARRIER NAIC CODE See Certificate Number: 570103742267 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S) AFFORDING COVERAGE NAIC # INSURER INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. POLICY POLICY INSR ADDL SUBR POLICY NUMBER EFFECTIVE EXPIRATION I I�111� LTR TYPE OF INSURANCE INSR WVD DATE DATE INIM/DD/YYYY) (MNI/DD/YYYN'I ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD General Liability Enhancement Endorsement 0 ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 6953750-02 Effective Date: 11/01/2023 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Broadened Named Insured 1. The following is added to Section II — Who Is An Insured: Any organization of yours, including any partnership or joint venture, which is not shown in the Declarations, and over which you maintain an ownership interest of more than 50% of such organization as of the effective date of this Coverage Part, will qualify as a Named Insured. However, such organization will not qualify as a Named Insured under this provision if it: a. Is newly acquired or formed during the policy period; b. Is also an insured under another policy, other than a policy written to apply specifically in excess of this Coverage Part; or c. Would be an insured under another policy but for its termination or the exhaustion of its limits of insurance. Each such organization remains qualified as a Named Insured only while you maintain an ownership interest of more than 50% in the organization during the policy period. 2. The last paragraph of Section II — Who Is An Insured does not apply to this provision to the extent that such paragraph would conflict with this provision. B. Newly Acquired or Formed Organizations as Named Insureds 1. Paragraph 3. of Section II — Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form during the policy period, including any partnership or joint venture, and over which you maintain an ownership interest of more than 50% of such organization, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. An additional premium will apply in accordance with our rules and rates in effect on the date you acquired or formed the organization. 2. The last paragraph of Section II — Who Is An Insured does not apply to this provision to the extent that such paragraph would conflict with this provision. U-GL-2217-A CW (08/21) Page 1 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a 0 0 0 8 0 0 C. Insured Status — Employees Paragraph 2.a.(1) of Section II — Who Is An Insured is replaced by the following: 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However. - Paragraphs (1)(a) and (1)(d) do not apply to "bodily injury" arising out of his or her providing or failing to provide: (i) Medical or paramedical services to persons performed by any physician, dentist, nurse, emergency medical technician, paramedic or other licensed medical care person employed by you to provide such services, or volunteering for you to provide such services; or (ii) "Good Samaritan Acts" performed by any non -licensed medical care person employed by you or volunteering for you, So long as such "employee" or "volunteer worker" is performing duties related to the conduct of your business. "Good Samaritan Acts" mean any assistance of a medical nature rendered or provided in an emergency situation for which no remuneration is demanded or received. Paragraphs (1)(a), (b) and (c) do not apply to any "employee" designated as a supervisor or higher in rank, with respect to "bodily injury" to co -"employees". As used in this provision, "employees" designated as a supervisor or higher in rank means only "employees" who are authorized by you to exercise direct or indirect supervision or control over "employees" or "volunteer workers" and the manner in which work is performed. D. Insured Status — Amateur Athletic Participants Section II — Who Is An Insured is amended to include as an insured any person you sponsor while participating in amateur athletic activities. However, no such person is an insured for: a. "Bodily injury" to.- (1) Your "employee", "volunteer worker" or any person you sponsor while participating in such amateur athletic activities; or (2) You, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company) while participating in such amateur athletic activities; or b. "Property damage" to property owned by, occupied or used by, rented to, in the care, custody or control of, or over which the physical control is being exercised for any purpose by: (1) Your "employee", "volunteer worker" or any person you sponsor; or U-GL-2217-A CW (08/21) Page 2 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (2) You, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). E. Additional Insureds— Lessees of Premises 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) who leases or rents a part of the premises you own or manage who you are required to add as an additional insured on this policy under a written contract or written agreement, but only with respect to liability arising out of your ownership, maintenance or repair of that part of the premises which is not reserved for the exclusive use or occupancy of such person or organization or any other tenant or lessee. This provision does not apply after the person or organization ceases to lease or rent premises from you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. 2. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance:, The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph E.1. of this endorsement; or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Additional Insured — Vendors 1. The following change applies if this Coverage Part provides insurance to you for "bodily injury" and "property damage" included in the "products -completed operations hazard": Section II — Who Is An Insured is amended to include as an additional insured any person or organization (referred to throughout this Paragraph F. as vendor) who you have agreed in a written contract or written agreement, prior to loss, to name as an additional insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business: However, the insurance afforded to such vendor: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such vendor. 2. With respect to the insurance afforded to these vendors, the following additional exclusions apply: a. The insurance afforded the vendor does not apply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original g container; 0 (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or 8 normally undertakes to make in the usual course of business, in connection with the distribution or sale of o the products; g 0 0 0 U-GL-2217-A CW (08/21) Page 3 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (a) The exceptions contained in Subparagraphs (4) or (6); or (b) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. c. This insurance does not apply to any of "your products" for which coverage is excluded under this Coverage Part. 3. With respect to the insurance afforded to the vendor under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the vendor is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph F.I. of this endorsement; or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph F. shall not increase the applicable Limits of Insurance shown in the Declarations. G. Additional Insured — Managers, Lessors or Governmental Entity 1. Section II — Who Is An Insured is amended to include as an insured any person or organization who is a manager, lessor or governmental entity who you are required to add as an additional insured on this policy under a written contract, written agreement or permit, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omission of those acting on your behalf; and resulting directly from: a. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit; b. Ownership, maintenance, occupancy or use of premises by you; or c. Maintenance, operation or use by you of equipment leased to you by such person or organization. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. 2. This provision does not apply: a. Unless the written contract or written agreement has been executed, or the permit has been issued, prior to the "bodily injury", "property damage" or offense that caused "personal and advertising injury"; b. To any person or organization included as an insured under Paragraph 3. of Section II — Who Is An Insured; c. To any lessor of equipment if the "occurrence" or offense takes place after the equipment lease expires; d. To any: U-GL-2217-A CW (08/21) Page 4 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Owners or other interests from whom land has been leased by you; or (2) Managers or lessors of premises, if: (a) The 'occurrence" or offense takes place after the expiration of the lease or you cease to be a tenant in that premises; (b) The "bodily injury", "property damage" or "personal and advertising injury" arises out of the structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor; or (c) The premises are excluded under this Coverage Part. 3. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contractor written agreement referenced in Subparagraph G.1. of this endorsement; or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph G. shall not increase the applicable Limits of Insurance shown in the Declarations. H. Additional Insured — Other Persons or Organizations 1. Section II — Who Is An Insured is amended to include as an insured any person or organization who does not qualify as an additional insured under Paragraphs E. through Paragraph G. of this endorsement so long as you are required to add such person or organization as an additional insured on this policy under a written contract or written agreement, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. 2. With respect to the insurance afforded to the additional insureds under this Paragraph H., the following additional exclusions apply: The insurance afforded to the additional insured under this Paragraph H. does not apply to any person or organization: a. For "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional service; b. For "bodily injury" or "property damage" included in the "products -completed operations hazard"; or c. Who is scheduled as an additional insured under another endorsement attached to this policy. 3. With respect to the insurance afforded to the additional insureds under this Paragraph H., the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: m a. Required by the written contractor written agreement referenced in Subparagraph H.1. of this endorsement; or S b. Available under the applicable Limits of Insurance shown in the Declarations, 0 whichever is less. 8 This Paragraph H. shall not increase the applicable Limits of Insurance shown in the Declarations. 8 g8 8 U-GL-2217-A CW (08/21) Page 5 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. I. Damage to Premises Rented or Occupied by You 1. The last paragraph under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to "property damage" to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage To Premises Rented To You Limit of Insurance applies to this coverage as described in Section III — Limits Of Insurance. 2. Paragraph 6. of Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises while rented to you or temporarily occupied by you with permission of the owner. J. Broadened Contractual Liability The "insured contract" definition under the Definitions Section is replaced by the following: "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for "property damage" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury", "property damage", or "personal and advertising injury". Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. K. Limited Contractual Liability Coverage — Personal and Advertising Injury 1. Exclusion e. of Section I — Coverage B — Personal And Advertising Injury Liability is replaced by the following: This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: U-GL-2217-A CW (08/21) Page 6 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed in a written contract or written agreement that is an "insured contract", provided the "personal and advertising injury" occurs subsequent to the execution of the written contract or written agreement. Solely for purposes of liability so assumed in such written contract or written agreement, reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury", provided: (a) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same written contract or written agreement; and (b) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. Paragraph 2.d. of Section I — Supplementary Payments — Coverages A and B is replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; 3. The following is added to the paragraph directly following Paragraph 2.f. of Section I — Supplementary Payments — Coverages A and B:� Notwithstanding the provisions of Paragraph 2.e.(2) of Section I — Coverage B —Personal And Advertising Injury t t;•w Liability, such payments will not be deemed to be damages for "personal and advertising injury" and will not reduce the limits of insurance. L. Supplementary Payments The following changes apply to Supplementary Payments — Coverages A and B: Paragraphs 1.b. and 1.d. are replaced by the following: b. Up to $5,000 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $1,000 a day because of time off from work. M. Broadened Property Damage 1. Property Damage to Contents of Premises Rented Short -Term The paragraph directly following Paragraph (6) in Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises, including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of Insurance applies to Damage to Premises Rented to You as described in Section III — Limits Of Insurance. 2. Elevator Property Damage a. The following is added to Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to "property damage" arising out of the use of an elevator at premises you own, rent or occupy. b. The following is added to Section III — Limits Of Insurance: 0 Subject to Paragraph 5. above, the most we will pay under Coverage A for damages because of "property g damage" to property loaned to you or personal property in the care, custody or control of the insured arising out m of the use of an elevator at premises you own, rent or occupy is $25,000 per "occurrence". g m 3. Property Damage to Borrowed Equipment s U-GL-2217-A CW (08/21) Page 7 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. The following is added to Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability: Paragraph (4) of this exclusion does not apply to "property damage" to equipment you borrow from others at a jobsite. b. The following is added to Section III — Limits Of Insurance: Subject to Paragraph 5. above, the most we will pay under Coverage A for damages because of "property damage" to equipment you borrow from others is $25,000 per "occurrence". N. Expected or Intended Injury or Damage Exclusion a. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: This insurance does not apply to: a. Expected Or Intended Injury Or Damage "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. O. Definitions — Bodily Injury The "bodily injury" definition under the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death sustained by that person which results from that bodily injury, sickness or disease. P. Non -Owned Aircraft, Auto and Watercraft Exclusion g. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: This insurance does not apply to: g. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any "insured contract" for the ownership, maintenance or use of aircraft or watercraft; (5) An aircraft that is hired or chartered by you or loaned to you, with a paid and licensed crew, and is not owned in whole or in part by an insured; or (6) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment' if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or U-GL-2217-A CW (08/21) Page 8 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment". Q. Definitions — Leased Worker, Temporary Worker and Labor Leasing Firm 1. The "leased worker' and "temporary worker' definitions under the Definitions Section are replaced by the following: "Leased worker" means a person leased to you by a "labor leasing firm" under a written agreement between you and the "labor leasing firm", to perform duties related to the conduct of your business. "Leased worker' does not include a "temporary worker'. "Temporary worker" means a person who is furnished to you to support or supplement your work force during "employee" absences, temporary skill shortages, upturns or downturns in business or to meet seasonal or short- term workload conditions. "Temporary worker' does not include a "leased worker'. 2. The following definition is added to the Definitions Section: "Labor leasing firm" means any person or organization who hires out workers to others, including any: a. Employment agency, contractor or services; b. Professional employer organization; or c. Temporary help service. R. Definition — Mobile Equipment Paragraph f. of the "mobile equipment' definition under the Definitions Section is replaced by the following: f. Vehicles not described in Paragraph a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment, exceeding a combined gross vehicle weight of 1000 pounds, are not "mobile equipment' but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. S. Definitions — Your Product and Your Work The "your product' and "your work" definitions under the Definitions Section are replaced by the following: "Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or g m products. b. Includes.- (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of "your product'; and $ 0 U-GL-2217-A CW (08/21) Page 9of12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. "Your work": a. Means: (1) Work, services or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work, services or operations. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of "your work"; and (2) The providing of or failure to provide warnings or instructions. T. Duties in the Event of Occurrence, Offense, Claim or Suit Condition The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to any insured listed under Paragraph 1. of Section II — Who Is An Insured or an "employee" authorized by you to give or receive such notice. Knowledge by other "employees" of an "occurrence", offense, claim or "suit" does not imply that you also have such knowledge. In the event that an insured reports an "occurrence" to the workers compensation carrier of the Named Insured and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. U. Other Insurance Condition Paragraphs 4.a. and 4.b.(1) of the Other Insurance Condition of Section IV — Commercial General Liability Conditions are replaced by the following: 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when Paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in Paragraph c. below. However, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. Other insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (i) That is property insurance, Builder's Risk, Installation Risk or similar coverage for "your work"; U-GL-2217-A CW (08/21) Page 10 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (ii) That is property insurance purchased by you (including any deductible or self insurance portion thereof) to cover premises rented to you or temporarily occupied by you with permission of the owner; (iii) That is insurance purchased by you (including any deductible or self insurance portion thereof) to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (iv) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I — Coverage A — Bodily Injury And Property Damage Liability; or (v) That is property insurance (including any deductible or self insurance portion thereof) purchased by you to cover damage to: Equipment you borrow from others; or Property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy. (b) Any other primary insurance (including any deductible or self insurance portion thereof) available to the #: insured covering liability for damages arising out of the premises, operations, products, work or services"* for which the insured has been granted additional insured status either by policy provision or attachment of any endorsement. Other primary insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. (c) Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. V. Unintentional Failure to Disclose All Hazards Paragraph 6. Representations of Section IV — Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: a. Fail to disclose all hazards existing at the inception of this policy; or b. Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. W. Waiver of Right of Subrogation Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions is replaced by the following: 8. Transfer Of Rights Of Recovery Against Others To Us M a. If the insured has rights to recover all or part of any payment we have made under this Coverage Part, those g rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit' or transfer those rights to us and help us enforce them. o 0 0 0 0 0 U-GL-2217-A CW (08/21) Page 11 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. b. If the insured waives its right to recover payments for injury or damage from another person or organization in a written contract executed prior to a loss, we waive any right of recovery we may have against such person or organization because of any payment we have made under this Coverage Part. The written contract will be considered executed when the insured's performance begins, or when it is signed, whichever happens first. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. X. In Rem Section IV — Commercial General Liability Conditions is amended to add the following: In Rem Any "suit" brought as an action in rem against any watercraft owned or operated by or for the insured shall in all respects be treated in the same manner as though such "suit" were brought against the insured. Y. Liberalization Condition The following condition is added to Section IV — Commercial General Liability Conditions: Liberalization Clause If we revise this Coverage Part to broaden coverage without an additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the state shown in the mailing address of your policy. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2217-A CW (08/21) Page 12 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: BAP 7432154-03 COMMERCIAL AUTO CA 20 01 11 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the Policy effective on the inception date of the Policy unless another date is indicated below. Named Insured: ENVOY SOLUTIONS, LLC Endorsement Effective Date: SCHEDULE Insurance Company: ZURICH AMERICAN INSURANCE COMPANY Policy Number: BAP 7432154-03 Effective Date: 11/01/2023 Expiration Date: 04/01/2024 Named Insured: ENVOY SOLUTIONS, LLC Address: 2101 CLAIRE CT GLENVIEW IL 60025 Additional "ALL LESSORS" Insured (Lessor): Address: Designation Or "ALL LEASED AUTOS" Description Of "Leased Autos": CA 20 01 11 20 © Insurance Services Office, Inc., 2019 Page 1 of 2 Coverages Limit Of Insurance Or Deductible Covered Autos Liability $1,000,000 Each "Accident" Comprehensive Deductible For Each Covered "Leased Auto" Collision Deductible For Each Covered "Leased Auto" Specified Causes Of Loss Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the Policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the Policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor Page 2 of 2 © Insurance Services Office, Inc., 2019 CA 20 01 11 20 POLICY NUMBER: BAP 7432154-03 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: ENVOY SOLUTIONS, LLC Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 M. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed.04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT, OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC 7432151-02 Endorsement No. Insured ENVOY SOLUTIONS, LLC Premium $ Insurance Company Countersigned by ZURICH AMERICAN INSURANCE COMPANY WC124 (4-84) Page 1 of 1 Con fidentWLgW,05 "Data Copyright 1983 National Council on Compensation Insurance, Inc. Uniform Forms"' WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT, OR AGREEMENT WITH THE INSURED,EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND OR ORGANIZATION WC 252 (4-84) WC 04 03 06 (Ed. 4-84) BINDER Page 1 of 1 Q. g WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. (❑) Specific Waiver Name of person or organization (0) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT, OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCL WC 42 03 04 IS (Ed. 6-14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. BINDER WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 43 03 05 (Ed. 7-00) UTAH WAIVER OF SUBROGATION ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Utah is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Our waiver of rights does not release your employees' rights against third parties and does not release our authority as trustee of claims against third parties. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT, OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 11/01/2023 Policy No. WC 7432151-02 Insured Insurance Company ZURICH AMERICAN INSURANCE COMPANY Countersigned by Endorsement No. Premium $ WC 43 03 05 (Ed. 7-00) © 2000 National Council on Compensation Insurance, Inc. Page 1 of 1