Loading...
HomeMy WebLinkAbout23C066 - Network Services Company dba Network DistributionCONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits:Signatures: Insurance:Bonds: Business License: Sole Source Co-Op CoOp Agmt #:Sole Source Documents:CoOp Name: CoOp Pricing: By:Submitted on: Contract Abstract Form Rev  $XWKRUL]HG6LJQHUV 1DPH(PDLO &&RUSRUDWLRQVUHTXLUHVLJQDWXUHV Cooperative Purchase Agreement Network Services Company dba Network Distribution Thomas Grounds tgrounds@networkdistribution.com Purchase Janitorial Supplies and Equipment. $800,000 4-Years Attached Dan Ceko, dceko@networkdistribution.com Rebecca Barraza, rbarraza@networkdistribution.com Maintenance Jacob Colella/ 3901 July 24, 2023 23C066 N/A Yes Yes Yes Yes N/A No N/A 2020002301 Omnia Partners List Enclosed August 2, 2023 Christina Brown DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 COOPERATIVE PURCHASE OF JANITORIAL SUPPLIES AND EQUIPMENT FOR THE PALM SPRINGS INTERNATIONAL AIRPORT AGREEMENT NO. 23C066 This Cooperative Purchase of Janitorial Supplies and Equipment Agreement (“Agreement”)is entered into by and between the City of Palm Springs, a California charter city and municipal corporation (“City”) and Network Services Company dba Network Distribution, a Delaware Corporation (“Contractor”). City and Contractor are sometimes individually referred to as “Party” or collectively as “Parties” in this Agreement. 1. Background. a. This Agreement is made and entered into in reference to the competitively solicited Network Services Company Contract No. 2020002301 attached hereto as Attachment “A” (“Cooperative Agreement”). b. The City desires to purchase janitorial supplies and equipment for the Palm Springs International Airport on an as needed bases attached hereto as Attachment “B”, the content of which is incorporated by reference to this Agreement as if fully set out here in its entirety. c. Contractor desires to perform said services on the terms and conditions set forth in this Agreement. 2. Term.The term of this Agreement is four (4) years beginning on the date provided in the Notice to Proceed for the City’s Procurement and Contracting Department. The parties may mutually extend the term of this Agreement for up to one additional one- year period (“Option Period(s)”)as allowed by the cooperative contract, provided, the parties do so in writing prior to the expiration of the original term of the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $800,000 subject to approved amendments and changes. All pricing must be in accordance with the attached Quote, as shown as Attachment “B”, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 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. 5. Insurance. Contractor shall procure and maintain, at its sole cost and expense, policies of insurance as set forth in the attached Attachment "C", incorporated herein by reference. If no insurance is required Attachment “C” will reflect that there are no requirements.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 6. 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. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed, or hand delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO THE CITY: IF TO THE CONTRACTOR: City of Palm Springs Network Distribution Attn: City Manager/City Clerk Attn: Dan Ceko Address: 3200 E. Tahquitz Canyon Way Address: 1100 East Woodfield Palm Springs, CA 92262 Road, Suite 200 Phone: (760) 323-8299 Schaumburg, IL 60173 Phone: (847) 803-4888 8. 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 this Agreement. 9. Changes. In the event any change or changes in the work is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or Work, when required by the enactment or revision of any subsequent law; or B. To provide for additional work not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor’s profession. 10. 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 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 30 days written notice to City. 11. 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 of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 12. Compliance with Economic Sanctions in Response to Russia's Actions in Ukraine. When funding for the services is provided, in whole or in part, by an agency controlled of the State of California, Consultant shall fully and adequately comply with California Executive Order N-6-22 (“Russian Sanctions Program”). As part of this compliance process, Consultant shall also certify compliance with the Russian Sanctions Program by completing the form located in Attachment “D” (Russian Sanctions Certification), attached hereto and incorporated herein by reference. Consultant shall also require any subconsultants to comply with the Russian Sanctions Program and certify compliance pursuant to this Section. 13. Federal Provisions. Since funding for the Services is provided, in whole or in part, by the Federal Aviation Administration, Supplier shall also fully and adequately comply with the provisions included in Attachment “E” attached hereto and incorporated 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. 14. Entire Agreement. This Agreement, along with the Cooperative Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written between the parties. In the event of conflict or inconsistency between this Agreement and the Cooperative Agreement, this terms and conditions in this Agreement shall prevail. [Signature Page Follows]         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 SIGNATURE PAGE TO COOPERATIVE PURCHASE OF JANITORIAL SUPPLIES AND EQUIPMENT FOR PALM SPRINGS INTERNATIONAL AIRPORT AGREEMENT BETWEEN THE CITY OF PALM SPRINGS AND NETWORK SERVICES COMPANY DBA NETWORK DISTRIBUTION IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. CONTRACTOR: By: _____________________________ By: _____________________________ Signature Signature (2nd signature required for Corporation) Date: ___________________________ Date: ___________________________ CITY OF PALM SPRINGS: APPROVED BY CITY COUNCIL: Date: _______ Item No. ________ APPROVED AS TO FORM: ATTEST: By: _____________________________ By: _____________________________ City Attorney City Clerk APPROVED: By: _____________________________ Date: ____________________________ City Manager – over $50,000 Deputy/Assistant City Manager – up to $50,000 Director – up to $25,000 Manager – up to $5,000           7/24/2023 1H DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 8/2/2023 4.13.2023 ATTACHMENT A SCOPE OF WORK Janitorial supplies and equipment to include dilution control, green products, industrial paper and dispensers, private label products, carpet care, restroom care, waste receptacles, compactors, liners, machines and accessories, institutional and industrial laundry and kitchen, industrial tools and supplies and all other categories in Supplier’s full line of products and services. Network Distribution will be utilized as a primary cooperative agreement for purchasing janitorial supplies and equipment.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Purchasing Agreement # 2020002301 As a result of Request for Proposal # RFP-UC Janitorial Supplies & Equipment -Apr242019 for Janitorial Supplies and Equipment, the Master Agreement to furnish certain goods and services described herein and in the documents referenced herein (“Goods and/or Services”) is made by and between The Regents of the University of California, a California public corporation (“UC”) on behalf of the University of California and the supplier named below (“Supplier”). This Agreement is binding only if it is negotiated and executed by an authorized representative with the proper delegation of authority. Supplier – Network Services Company 1. Statement of Work Supplier agrees to perform the Services listed in the statement of work attached as Attachment D (“Statement of Work”) and any other documents referenced in the Incorporated Documents section herein, at the prices set forth in the Statement of Work and any other documents referenced in the Incorporated Documents section herein. Unless otherwise provided in the Agreement, UC will not be obligated to purchase a minimum amount of Goods and/or Services from Supplier. 2. Term of Agreement/Termination a) The initial term of the Agreement will be from April 27, 2020 and through April 26, 2027 (Initial Term) and is subject to earlier termination as provided below. UC may renew the Agreement for three (3)successive one (1)-year periods (each, a Renewal Term), by providing Supplier with at least thirty (30)calendar days’ written notice before the end of the Initial Term or any Renewal Term. b) UCor Suppliermay terminate the Agreement for convenience by giving Supplier at least forty-five (45)calendar days' written notice. c) UC or Supplier may terminate the Agreement for cause by giving the other party at least fifteen (15)days' notice to cure a breach of the Agreement (Cure Period). If the breaching party fails to cure the breach within the Cure Period, the non-breaching party may immediately terminate the Agreement. 3. Purchase Order; Advance Payments Unless otherwise provided in the Agreement, Supplier may not begin providing Goods and/or Services until UC approves a Purchase Order for the Goods and/or Services. 4. Pricing, Invoicing Method, and Settlement Method and Terms Refer to Statement of Work or Purchase Order for Pricing. For system-wide agreements, each UC Location will specify the Invoicing Method and Payment Options that will apply, taking into account the operational capabilities of Supplier and the UC Location. See UC’s Procure to Pay Standards http://www.ucop.edu/procurement- services/_files/Matrix%20for%20website.pdf for the options that will be considered. In the case of system-wide agreements, each UC Location will specify these terms in a Statement of Work or Purchase Order, as the case may be.] Supplier will submit invoices following the designated invoice method directly to UC Accounts Payable Departments at each UC Location, unless UC notifies the Supplier otherwise by amendment to the Agreement. Settlement Method and Terms Notwithstanding the provisions of Article 3 of the Terms and Conditions of Purchase, the Settlement Method and Terms will be as follows: Net 30 or electronic payment method determined by the campus from which the Purchase Order is issued.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Purchasing Agreement # 2020002301 5. Notices As provided in the UC Terms and Conditions of Purchase, notices may be given by email, which will be considered legal notice only if such communications include the following text in the Subject field: FORMAL LEGAL NOTICE – [insert, as the case may be, Supplier name or University of California]. If a physical format notice is required, it must be sent by overnight delivery or by certified mail with return receipt requested, at the addresses specified below. To UC, regarding confirmed or suspected Breaches as defined under Appendix – Data Security: Name David Rusting Phone 510-987-0086 Email David.rusting@ucop.edu Address 1111 Franklin St., 7th Flr Oakland, CA 94607 To UC, regarding contract issues not addressed above: Name Greg Muller Phone 858-534-9857 Email glmuller@ucsd.edu Address 10280 N. Torrey Pines Road, Suite 415 La Jolla, CA 92037-0914 To Supplier: Name Frank Barretta Phone 201-310-4708 Email fbarretta@networkdistribution.com Address 1100 East Woodfield Road Schaumburg, IL 60173 6. Intellectual Property, Copyright and Patents The Goods and/or Services do not involve Work Made for Hire 7. Patient Protection and Affordable Care Act (PPACA) The Services do not involve temporary or supplementary staffing, and they are not subject to the PPACA warranties in the T&Cs. 8. Prevailing Wages Supplier is not required to pay prevailing wages when providing the Services. 9. Fair Wage/Fair Work Supplier is required to pay the UC Fair Wage (defined as $13 per hour as of 10/1/15, $14 per hour as of 10/1/16, and $15 per hour as of 10/1/17) when providing the Services.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Purchasing Agreement # 2020002301 10. Restriction Relating to Consulting Services or Similar Contracts – Follow-on Contracts Please note a Supplier that is awarded a consulting services or similar contract cannot later submit a bid or be considered for any work “required, suggested, or otherwise deemed appropriate” as the end product of the Services (see Public Contract Code Section 10515). 11. Insurance Deliver the PDF version of the Certificate of Insurance to UC’s Buyer, by email with the following text in the Subject field: CERTIFICATE OF INSURANCE – Network Services Company. 12. Cooperative Purchasing Supplier agrees to extend for Goods and/or Services to participating agencies (public and private schools, colleges and universities, cities, counties, non-profits and all governmental entities) registered with OMNIA Partners, Public Sector under the terms of this agreement. All contractual administration issues (e.g. terms and conditions, extensions/renewals, product pricing and Core List) will remain UC’s responsibility except as outlined in the above referenced Request for Proposal # RFP- UC Janitorial Supplies & Equipment -Apr242019. Operational issues, fiduciary responsibility, payment issues, performance issues and liabilities, and disputes involving individual participating agencies will be addressed, administered, and resolved by each participating agency. 13. Records about Individuals Records created pursuant to the Agreement that contain personal information about individuals (including statements made by or about individuals) may become subject to the California Information Practices Act of 1977, which includes a right of access by the subject individual. While ownership of confidential or personal information about individuals is subject to negotiated agreement between UC and Supplier, records will normally become UC’s property, and subject to state law and UC policies governing privacy and access to files. When collecting the information, Supplier must inform the individual that the record is being made, and the purpose of the record. Use of recording devices in discussions with employees is permitted only as specified in the Statement of Work. 14. Amendments to UC Terms and Conditions of Purchase The UC Terms and Conditions of Purchase, dated February 27th, 2020 will govern this Agreement and are attached as Attachment A. 15. Incorporated Documents This Agreement and its Incorporated Documents contain the entire agreement between the Parties, in order of the below precedent, concerning its subject matter and shall supersede all prior or other agreements, oral and written declarations of intent and other legal arrangements (whether binding or non-binding) made by the Parties in respect thereof. a. UC Terms and Conditions of Purchase, dated 2-27-2020, Attachment A b. UC Data Security and Privacy Appendix, dated 8-12-2019, Attachment B c. UC Electronic Commerce Appendix, dated 7-19-19, Attachment C         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Purchasing Agreement # 2020002301 d. RFP-UC Janitorial Supplies & Equipment -Apr242019 Janitorial RFP SOW - Attachment D e. Pricing – Attachment E f. Supplier response to RFP-UC Janitorial Supplies & Equipment -Apr242019 – Attachment F 16. Entire Agreement The Agreement and its Incorporated Documents contain the entire Agreement between the parties and supersede all prior written or oral agreements with respect to the subject matter herein. This Agreement can only be signed by an authorized representative with the proper delegation of authority. THE REGENTS OF THE Network Services Company UNIVERSITY OF CALIFORNIA ________________________________ ___________________________________ (Signature) (Signature) William Cooper, Chief Procurement Officer ___________________________________ (Printed Name, Title) (Printed Name, Title) ________________________________ ____________________________________ (Date) (Date) UNUUUUNUNNNUUUUNUNUNUNUNUNUNNUUUUNUNUNNNNUUUUNUUNUNUNUNNNUUUUIVIVIVIVVVVIVIVVVVVVVVVIVIIVVVVVIVVVVVVVVVVVVVVVVVVVVVIVVVVIIVVVVVVVVVVVVVVVVVVVVVVIVVVVVVVVVVVVVVVVVERERERERRRRERRERRERERERRRRRRERERERERRERERREERERREREERREREEERERREREERRERRRRERRRRERRRREEERRRREEEERRRERRRREERRRRSISSISSISISISSSSSSSISISISSSSISISSISSSSSIISISSISSIISSSIISISSSSISSSISSSISISSSISSSSSSSSTYYYTYYTYYYYYTYTYTTTTTYTYYYYYTYTTTYYYTTYTTYTTYYYTTTTYTTTTYYTTTTTTTTYTTTYYYTTTTTYTYTYYTTTTYTTTTYTYYTTTTTTYYYTTYTTTYTTTYYYYTTY OOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOF CALIFO _______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (Si ) ___________________________________________________________________________________________________________________________________________________________________________         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 ATTACHMENT B QUOTE / PRICING         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Price ListNetwork Services Company CONFIDENTIAL1100 E. Woodfield Road, Suite 200Schaumburg, IL 60173 Price ListSold To: 638Corporate Account: Omnia Partners-University of CAEffective Date: 12/1/2022Clear Filters to view all products.Soldto Name Sold-to party Valid From EAN/UPC SAP Item# Manufact. Material Description Manuf. Partnum Case PackBase UnitSelling Price Prod.Hierarchy Name1Omnia Partners-University of CA 638000000 7/8/2022 50051125857920 1256996 3M Commercial Solutions Divisi 3M Peroxide Cleaner 34A Concen .5gal 34A 4 CS $81.29 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 50048011190087 1000717 3M Commercial Solutions Divisi 3M Floor Pad 20" SynFbr TanBurnish #3500 3500-20 5 CS $32.99 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011083952 1000698 3M Commercial Solutions Divisi 3M Floor Pad 20" SynFbr RedBuffing #5100 5100-20 5 CS $32.99 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50051125859207 1265848 3M Commercial Solutions Divisi Easy Trap Duster 5"x6"x125' 500Sh Wht 55655W 2 CS $74.83 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011082511 1069874 3M Commercial Solutions Divisi Scotch-Brite Hand Pad 5.6x3.5 YlwWht #63 63 20 CS $37.51 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011085420 1000710 3M Commercial Solutions Divisi Doodlebug 6472 Pad Holder Kit w/Pads 6472 4 CS $135.27 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011083822 1001712 3M Commercial Solutions Divisi 3M FloorPad 20" SF Blk Stripper #7200 7200-20 5 CS $33.91 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011082788 1001725 3M Commercial Solutions Divisi 3M Floor Pad 20" NylnBlk Strip HiP #7300 7300-20 5 CS $63.36 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011206887 1001740 3M Commercial Solutions Divisi Scotch-Brite Hand Pad 6.3x3.5 YlwGrn #74 74 20 CS $40.89 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011080043 1000681 3M Commercial Solutions Divisi Doodlebug FlrPd 4.6" x 10" ScrbNStrp Brn 8541-4.625X10 20 CS $36.54 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00048011080048 1069818 3M Commercial Solutions Divisi Doodlebug FlrPd 4.6" x 10" ScrbNStrp Brn 8541-4.625X10 5 BX $9.14 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011055096 1069678 3M Commercial Solutions Divisi ScotchBrite Scour Pad 6x9 SynFbr Grn #86 86 36 CS $56.27 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00048011055091 1069680 3M Commercial Solutions Divisi ScotchBrite Scour Pad 6x9 SynFbr Grn #86 86 12 BX $18.77 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00048011082929 1069697 3M Commercial Solutions Divisi ScotchBrt ScourPad 3.5x5 SF DBlu EHD #88 88 10 BX $9.58 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011082924 1069865 3M Commercial Solutions Divisi 3M Hand Pad 3.5" x 5" Blu #88 88 40 CS $38.30 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00048011082936 1000139 3M Commercial Solutions Divisi Scotch-Brite Hand Pad 6x9 SF Grn GP #96 96 20 BX $11.91 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011082931 1001746 3M Commercial Solutions Divisi ScotchBrite Hand Pad 6"x9" SF Grn GP #96 96 60 CS $35.72 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011265631 1069803 3M Commercial Solutions Divisi Scotch-Brite Hand Pad 6x9 SF Grn GP #96 96-20 20 CS $11.97 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 50048011074455 1069737 3M Commercial Solutions Divisi Scotch-Brite HandPad 9x6 #98SynFiber Wht 98 60 CS $70.86 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00048011074450 1069738 3M Commercial Solutions Divisi Scotch-Brite Hand Pad 6"x9" SynFiber Wht 98 20 BX $23.61 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 10807174546641 1336834 Diversey Crew Toilet Bowl Cleaner 32 oz Grn Flrl 4578 12 CS $35.74 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174538035 1282897 Diversey CrewTile&Grout Rejuvenator32oz BlchLtYlw 100919352 12 CS $45.45 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174493273 1000630 Diversey Alpha-HP MultiSurf Cleaner 1.5L Ctrs RTD 3350727 2 CS$58.66 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 50070658411393 1003243 Diversey Amplify Floor Finish 5 gal Wht Mild 5104714 1 BX $121.67 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 00807174504729 1000402 Diversey Vectra Floor Finish 5 gal Ammonia OffWht 5105047 1 BX$98.31 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174511816 1166391 Diversey Alpha-HP Disinfectant Cleaner 1.5 L Ctrs 5549254 2 CS$60.42 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174517269 1245638 Diversey MorningMst Disinf Cleaner 2.5L Quat Neut 5773934 2 CS$43.11 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174532248 1255648 Diversey Crew Bathroom Cleaner 1.5L Acidic Prpl 93145310 2 CS $57.64 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174532255 1243277 Diversey Crew Bathroom Cleaner 2.5l Acidic Prpl 93172650 2 CS $80.34 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174526728 1239412 Diversey Breakdown Odor Eliminator 1gl Red Fresh 94291110 4 CS$85.82 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174528050 1242902 Diversey Emerel Creme Cleanser 32oz Acdc OWhtFrsh 94995295 12CS $58.91 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174526582 1242934 Diversey Cleaner Cc Perdiem Gp 2/1.5 gl 94998832 2 CS $189.98 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174532231 1243357 Diversey Crew Bathroom Cleaner 1.5gl AcidicPrpl 95271230 2 CS $166.80 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 00807174527988 1239468 Diversey ProStripUltra Floor Stripper 5gl StrawHD 95386176 1 BX $119.51 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174527398 1239467 Diversey Pro Strip Floor Stripper 5 L Amber Slvnt 95547312 1 CS $131.98 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10807174528128 1239427 Diversey Speedball2000 AllPurpCleaner 32ozYlwCtrs 95891164 12CS $57.01 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469009767 1229716 Ecolab Total Hair & Body Wash 750mL Orng 6000064 6 CS $62.23 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10025469000276 1174843 Ecolab Ecolab Floor Clnr 1.3L OrngHghPrfNeutral 6100082 2 CS $65.96 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469002331 1175849 Ecolab Apex Broad Range Sanitizer 2 2# 6100176 2 CS $129.90 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469611854 1143459 Ecolab Solid Power XL Dish Detergent 9lbs Wht 6100185 4 CS $138.44 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469003178 1205066 Ecolab QC Bathroom Cleaner 1.3 L Pnk Neutral 6100280 2 CS $112.86 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469003598 1201859 Ecolab QC Bathroom Cleaner 1.3 L Pnk Flrl Acid 6100295 2 CS $136.33 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469636994 1094494 Ecolab CBC Plus Bowl Cleaner 32oz PhsphrcAcdGrn 6100487 12 CS $39.84 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 00025469177087 1094962 Ecolab Oasis Multi Sanitizer Clnr 2.5gl QuatRed 6100536 2 CS $91.55 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469573947 1165845 Ecolab QC MultiSurface Cleaner1.3L H2O2YlwSwtsh 6100610 2 CS $92.24 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469024944 1264480 Ecolab QC 73 Bathroom Cleaner 1.3 L Acidic HD 6101039 2 CS $49.44 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469028553 1302561 Ecolab Hand Soap 750mL Foam Advanced AntiBac 6101089 6 CS $162.50 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10025469101263 1094645 Ecolab Grease Express Degreaser 32 oz Red Alc 6110126 6 CS $87.38ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469103625 1094808 Ecolab Apex Dishwashing Detergent 3lb Prpl Ctrs 6110362 2 CS $108.27 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 00025469129710 1093918 Ecolab PanTastic Pot & Pan Detergent 5 gal Blu 6112971 1 PL $111.32 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469130942 1093824 Ecolab Lemon-Eze Creme Cleanser 32oz Wht Lemon 6113094 12 CS $149.35 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469145410 1095138 Ecolab Quik-Care DisinfctntClnr 1.3LRedCtrsNtrl 6114541 2 CS $58.35 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469170627 1095061 Ecolab Apex Dish Detergent 6.75lb Chlorine Wht 6117062 6 CS $148.58 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469170634 1099945 Ecolab Apex Power Dish Detergent 6.75lbs Cl Wh 6117063 4 CS $139.08 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10025469655131 1095101 Ecolab Phazer Monostar Floor Finish 2gl Wht UHS 6195513 2 CS $198.06 ChemicalsOmnia Partners-University of CA 638000000 12/1/2022 10073286634778 1267422 Essity Tork Adv Xpress Towel 9.5x9.1 Wht 2PMFld 101293 3024 CS $46.48 Towel & Tissue        DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Price ListSoldto Name Sold-to party Valid From EAN/UPC SAP Item# Manufact. Material Description Manuf. Partnum Case PackBase UnitSelling Price Prod.Hierarchy Name1Omnia Partners-University of CA 638000000 12/1/2022 10073286620351 1025945 Essity Tork Advanced BathTissue 3.9x625' PprWht 110291A 36 CS$62.82 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286620344 1025946 Essity Tork Bath Tissue 3.8" x 3.9" Paper Wht 110292A 36 CS $55.71 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286618815 1025746 Essity TorkAdv Bath Tissue 3.55x1600' JmbPprWht 12021502 6 CS$41.14 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286618785 1025733 Essity Tork Bath Tissue 7.36"x751' MiniJmbWht2P 12024402 12 CS $37.77 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286613681 1024270 Essity Tork Universal Matic Hnd Towel 7.75" Nat 290088 6 CS $46.24 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286613698 1024808 Essity Tork Hand Towel 7.75x700 Ppr Wht Bleach 290089 6 CS $48.72 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286624908 1177122 Essity TorkAdvSftMtc Roll Towel 7.7x900' Wht1P 290095 6 CS $62.08 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286646061 1339371 Essity Tork Towel Universal Hand Roll 6X1000 Br 8031000 12 CS$53.85 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286616880 1023645 Essity Tork Multifold Towel 9.12"x9.5" Ppr Wht MB540A 4000 CS$27.92 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286617412 1001889 Essity TorkUniv Fld Twl 9.12x10.25 Ppr Wht SFld SB1840A 4000CS $37.67 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286617429 1001888 Essity Tork HandTowel 10.25" x 9-1/8" Ppr Nat SK1850A 4000 CS$26.91 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286614886 1025235 Essity TorkAdv Facial Tissue 7.9x8.2 Ppr Wht TF6810 30 CS $31.52 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286614169 1272648 Essity TorkPrem Facial Tissue Wht 2 Ply 94/bx TF6910A 36 CS $46.13 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286618730 1025742 Essity Tork Bath Tissue 3.6x1000' Ppr Wht 2-Ply TJ0922A 12 CS$36.13 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286618761 1025736 Essity Tork Bath Tissue 2000' JumboRecycFbr Wht TJ1222A 6 CS $37.67 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286620085 1025970 Essity Tork Bath Tissue Paper Wht 500/rl TM1616S 96 CS $53.49 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073286620580 1025976 Essity Tork BathTissue 4x3.75 RecycledFiber Wht TM6120S 96 CS$57.07 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310003501 1027738 Georgia Pacific Corporation Interstate Wiper 9.5x10.3 Ppr Blu 1/2Fld 350 2250 CS $41.51 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 20036500303789 1148195 Georgia Pacific Corporation Angel Soft PS Bath Tissue Paper Wht 16880 80 CS $74.37 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310182800 1001338 Georgia Pacific Corporation Preference Bath Tissue Paper Wht 2-Ply 18280/01 80 CS $69.61 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310193752 1000532 Georgia Pacific Corporation Compact Bath Tissue 4" x 4.5" 2 Ply Crls 19375 36 CS $67.02 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310195107 1218438 Georgia Pacific Corporation SofPull Bath Tissue 5.25x8.4 Ppr Wht2Ply 19510 6 CS $40.82 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310302284 1028214 Georgia Pacific Corporation Brawny Ind Wiper 9.25x16.3 Dbl Rcrp Wht 20070/03 900 CS $95.12 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 00073310202044 1003477 Georgia Pacific Corporation Acclaim Fold Towel9.25x9.5Ppr Wht 250/pk 20204 4000 CS $34.04 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310202416 1000864 Georgia Pacific Corporation Preference Folded Towel 10.1x13.2 PprWht 20241 2400 CS $44.38 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310203895 1000537 Georgia Pacific Corporation Preference Towel 9.2x9.4 Ppr Wht MFld 20389 4000 CS $38.72 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310208876 1001329 Georgia Pacific Corporation BigFold Z Folded Towel 10.25x11 Ppr Wht 20887 2200 CS $42.29 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310209040 1000538 Georgia Pacific Corporation Envision SFld Twl9.25x10.25PprWht 20904 4000 CS $41.51 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310210008 1023773 Georgia Pacific Corporation Pacific Blue Select 2Ply Papr towel Wht 21000 2000 CS $29.63 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310230006 1023906 Georgia Pacific Corporation Signature Towel Paper Wht 230001440 CS $35.15 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310233045 1000539 Georgia Pacific Corporation Envision MFold Towel 9.25" x 9.5" Nat 23304 4000 CS $30.61 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310235049 1000540 Georgia Pacific Corporation Envision S Fold Towel 9.5x10.62 Ppr Brn 23504 4000 CS $31.10 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310245901 1000541 Georgia Pacific Corporation Envision Folded Towel 9.25x9.50 Ppr Wht 24590 4000 CS $34.10 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310273003 1002500 Georgia Pacific Corporation Preference Towel Paper Wht 27300 30 CS $46.13 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310481002 1000557 Georgia Pacific Corporation Preference Facial Tissue 7.65x8.85 100Sh 48100 30 CS $34.04 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310894406 1024956 Georgia Pacific Corporation enMotion Roll Towel 8.25" x 700' Ppr Brn 89440 6 CS $69.89 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10073310894802 1024880 Georgia Pacific Corporation enMotion Roll Towel 10" x 800' Paper Brn 89480 6 CS $72.06 Towel & TissueOmnia Partners-University of CA 638000000 7/8/2022 10073852026709 1163721 GOJO Industries Inc. Purell Adv Hand Sanitizer 1200mL Clr Rfl 1903-02 2 CS $35.86 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852026716 1163132 GOJO Industries Inc. Purell Hand Sanitizer 1200mL Clr 1904-02 2 CS $70.61 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852026594 1163722 GOJO Industries Inc. Gojo Hand Soap 1200mL FragFr Clr Rfl 1911-02 2 CS $44.53 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852026600 1163594 GOJO Industries Inc. Gojo Hand Soap 1200mL BluPomegranateRfl 1916-02 2 CS $44.53 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852079057 1279130 GOJO Industries Inc. Purell Prfssnl Surf Dsnfctnt RTU 32 oz3342-06 6 CS $28.05 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10073852001690 1001438 GOJO Industries Inc. Gojo Hand Soap 2L Pnk Cranberry 5261-022 CS $46.53 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852001751 1092485 GOJO Industries Inc. Gojo Hair & BodyWash 2000mLAqCcmMlnRfl5263-02 2 CS $49.59 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852009603 1001409 GOJO Industries Inc. Gojo Hand Soap 1200mL TransPrplCranberry 5361-02 2 CS $46.77 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852009696 1000565 GOJO Industries Inc. Purell Hand Sanitizer 1200mL Clr FrtyRfl 5392-02 2 CS $68.46 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852011712 1091277 GOJO Industries Inc. Gojo Hand Soap 1200mL FragFrWht Rfl Foam 5665-02 2 CS $48.17 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852025214 1158583 GOJO Industries Inc. Gojo Hand Soap 1250mL Clr Rfl 8811-03 3 CS $36.95 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852025283 1158584 GOJO Industries Inc. Gojo Hair&BodyWash 1250mL GrnCtrsGngrRfl 8813-03 3 CS $45.92 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 10073852025238 1158822 GOJO Industries Inc. Gojo Hand Soap 1250mL Grn Botanical Rfl 8816-03 3 CS $36.95 Skin CareOmnia Partners-University of CA 638000000 7/8/2022 00098241144348 1230360 Heritage Bag Company Liner 24" x 33" HDPE 16 Mic Nat E4833VN R01 500 CS $51.83 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241127716 1051072 Heritage Bag Company Liner 33" x 44" 32gl LLDPE Blk 1.3Mil CLH6644PK R01 100 CS $29.48 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241083555 1055470 Heritage Bag Company Liner 51" x 61" 60gl LLDPE Clr 1.25 Mil W0261TC 100 CS $63.74 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241131775 1234777 Heritage Bag Company Liner 40x46 40-45gl Repro Blk 1.2 Mil CL X8046SK R01 100 CS $24.54 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241155245 1238765 Heritage Bag Company Biotuf Liner 24"x32" Bioplast Grn .88Mil Y4832EE R01 200 CS $75.10 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241155269 1238767 Heritage Bag Company Biotuf Liner 30x39 30gl BioPlstGrn.88Mil Y6039EE R01 150 CS $85.80 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241116246 1054048 Heritage Bag Company Biotuf Liner 33" x 39" LLDPE Grn .90 Mil Y6639TE R01 200 CS $129.63 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241118356 1054537 Heritage Bag Company Biotuf Liner 34"x38" 32gl LLDPE Grn 1Mil Y6848YE R01 100 CS $91.30 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241155283 1238771 Heritage Bag Company Bio Tuf Liner 42" x 48" LDPE Grn .80 Mil Y8448EE R01 125 CS $112.00 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241117656 1054185 Heritage Bag Company Bio Tuf Liner 42" x 48" LDPE Grn 1 MilY8448YE R01 100 CS $113.19 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241017116 1002011 Heritage Bag Company Bag Liner 17" x 18" Nat 6 Mic HDPE Z3418RN R01 2000 CS $23.35 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241022301 1057484 Heritage Bag Company Liner 24" x 24 Nat 8 Mic HDPE Z4824LN R01 1000 CS $29.62 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241017369 1003063 Heritage Bag Company Liner 24" x 24" Nat 6 Mic HDPE Z4824RN R01 1000 CS $21.87 Can Liners        DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Price ListSoldto Name Sold-to party Valid From EAN/UPC SAP Item# Manufact. Material Description Manuf. Partnum Case PackBase UnitSelling Price Prod.Hierarchy Name1Omnia Partners-University of CA 638000000 7/8/2022 00098241017567 1057501 Heritage Bag Company Liner 24" x 33" 12-16 gl HDPE Nat 8 Mic Z4833LN R01 1000 CS $40.70 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241017697 1002014 Heritage Bag Company Liner 24" x 33" Nat 6 Mic HDPE Z4833RN R01 1000 CS $30.30 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241018014 1057507 Heritage Bag Company Liner 30" x 37" 20-30 gl HDPE Nat 8 Mic Z6037LN R01 500 CS $27.68 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241018106 1003520 Heritage Bag Company Liner 30" x 37" 20-30gl HDPE Nat 10 Mic Z6037MN R01 500 CS $33.50 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241043672 1052085 Heritage Bag Company Liner 33" x 40" 33gl HDPE Blk 19 Mic Z6640EK R01 250 CS $37.77 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241028426 1057551 Heritage Bag Company Liner 33" x 40" 33 gl HDPE Nat 13 Mic Z6640HN R02 500 CS $51.72 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241027481 1057513 Heritage Bag Company Liner 33" x 40" 33 gl HDPE Nat 11 Mic Z6640MN R03 500 CS $44.64 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241034939 1002022 Heritage Bag Company Liner 33" x 40" 33 gl HDPE Nat 16 Mic Z6640VN R01 250 CS $32.64 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241043559 1053533 Heritage Bag Company Liner 40" x 48" 40-45 gl HDPE Blk 19 Mic Z8048EK R01 200 CS $47.72 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241024336 1003040 Heritage Bag Company Liner 40" x 48" HDPE Nat 16 Mic Z8048VN R01 250 CS $46.36 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241048837 1057361 Heritage Bag Company Liner 40" x 48" 40-45gl HDPE Blk 22 Mic Z8048WK R01 150 CS $38.21 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241071088 1057893 Heritage Bag Company Liner 40" x 48" 40-45gl HDPE Nat 22MicZ8048WN R01 150 CS $38.21 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241102140 1057622 Heritage Bag Company Liner 40" x 48" HDPE Slvr 22Mic FlatPack Z8048WS 150 CS $40.38 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241024343 1003083 Heritage Bag Company Liner 43" x 48" HDPE Nat 16 Mic Roll Z8648VN R01 200 CS $39.85 Can LinersOmnia Partners-University of CA 638000000 7/8/2022 00098241026569 1057339 Heritage Bag Company Liner 43" x 48" 56 gl HDPE Blk 22 Mic Z8648WK R01 150 CS $40.99 Can LinersOmnia Partners-University of CA 638000000 12/1/2022 00075289073861 1122706 Hospeco The Specialties Comp Bar Mop 14" x 17" #25 Cotton Wht 534-25 1 CS $74.49 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 10075289022262 1027312 Hospeco The Specialties Comp Receptacle Liner 8"x7"x8" Waxed Paper 6802W 500 CS $37.14 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 00075289770081 1145711 Hospeco The Specialties Comp AirWorks Urinal Screen 30Day LPrplClnCtn AWUS008-BX 10 BX $18.66 ChemicalsOmnia Partners-University of CA 638000000 12/1/2022 20075289150009 1001967 Hospeco The Specialties Comp Discreet Seat Toilet Seat Cover 1/2 Fold DS-5000 5000 CS $46.55 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 10075289222242 1232604 Hospeco The Specialties Comp Glove Nitr Exam PF ProWorks Wht Lg GL-N133FL 1000 CS $56.61 Apparel & SafetyOmnia Partners-University of CA 638000000 12/1/2022 00075289222245 1283375 Hospeco The Specialties Comp Glove Nitr Exam PF ProWorks Wht Lg GL-N133FL 100 BX $5.66 Apparel & SafetyOmnia Partners-University of CA 638000000 12/1/2022 10075289222235 1157553 Hospeco The Specialties Comp Glove Nitr PF Wht Md GL-N133FM1000 CS $56.61 Apparel & SafetyOmnia Partners-University of CA 638000000 12/1/2022 00075289222238 1157554 Hospeco The Specialties Comp Glove Nitr PF Wht Md GL-N133FM100 BX $5.66 Apparel & SafetyOmnia Partners-University of CA 638000000 12/1/2022 10075289222228 1232607 Hospeco The Specialties Comp Glove Nitr PF Wht Sm GL-N133FS1000 CS $56.61 Apparel & SafetyOmnia Partners-University of CA 638000000 12/1/2022 10075289222259 1232605 Hospeco The Specialties Comp Glove Nitr Exam PF ProWorks Wht XL GL-N133FX 1000 CS $56.61 Apparel & SafetyOmnia Partners-University of CA 638000000 12/1/2022 00075289222252 1281562 Hospeco The Specialties Comp Glove Nitr Exam PF ProWorks Bx Wht XL GL-N133FX 100 EA $5.66 Apparel & SafetyOmnia Partners-University of CA 638000000 12/1/2022 00075289050114 1026299 Hospeco The Specialties Comp Health Gards Toilet Seat Cover Ppr Wht GREEN-5000 5000 CS $82.76 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 00075289015823 1027125 Hospeco The Specialties Comp Sanitary Napkin Bag 9x4x1.75 Blu Print HOTEL-500 500 CS $29.89 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 10075289022231 1001980 Hospeco The Specialties Comp Sanitary Recepticle Liner 9x10x3.25WxBrn HS-6141 250 CS $21.50 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 00075289002601 1001865 Hospeco The Specialties Comp Sanitary Bag Waxed #260 KraftKL 500 CS $27.41 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 00075289039720 1027280 Hospeco The Specialties Comp Sani Nap Rcptcl 11-5/8x8.25x4.5 MetalWht ND-1W 1 EA $33.38 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 00075289553523 1355911 Hospeco The Specialties Comp Dust Cloth 24x24 1/8 Fold YlwN-GDSMQPY3 200 CS $45.78 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 20075289250051 1289434 Hospeco The Specialties Comp Toilet Seat Cover HalfFold Recycled Wht RP-5000 5000 CS $44.31 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661138531 1163079 Impact Products ZMat Urinal Mat 20.375x18 GryOrchardZng 15251 EA $8.60 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 00729661102167 1001860 Impact Products Bowl Mop Toilet Wht Duralon 204 1 EA $1.06 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661102518 1002520 Impact Products Tile & Grout Brush 9" Plastic Nylon Wht 225 1EA $3.10 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661102709 1115550 Impact Products Measuring Cup 16.oz Nat 2416 1 EA $3.67 OtherOmnia Partners-University of CA 638000000 7/8/2022 00729661102877 1000237 Impact Products Lobby Master Dust Pan 37x12x11 PlasBlk 2600 1EA $14.43 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661103324 1000238 Impact Products Duster 28" Lambswool Wht Assorted 3103 1 EA $7.83 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661117970 1078452 Impact Products Duster 33-60" Lambswool Wht Twist & Lock 3106 1 EA $10.28 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661103393 1078591 Impact Products Duster 52" Poolywool Wht Assorted Tlscpc 3120 1 EA $10.37 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661107759 1071967 Impact Products McrfbrTech Duster 32-45" MF GrnWhtTlscpc 3148 1 EA $9.17 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661103553 1082905 Impact Products Putty Knife 1.25" x 8" PP SS Blk Stiff 3200 1EA $4.87 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661104079 1000240 Impact Products Putty Knife 8.5" x 3" PP SS Blu Stiff 3401 1 EA $5.70 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661104130 1000241 Impact Products Hand Scraper 4" x 1-5/8" Metal Slvr 3410 1 EA $2.45 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 10729661104144 1000612 Impact Products Scraper Blade Single Edge 3410B 100 BX $14.99 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661104901 1075731 Impact Products Bowl Mop 13" 5.5" PP Wht HD Cone 3600 1 EA $2.86 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661156573 1077959 Impact Products Swivel Scrub Brush 15"x9" Plas BluWht HD 37000 1 EA $16.98 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661157303 1080608 Impact Products Handle 15/16" x 60" Wood Metal Threaded 37061 1 EA $6.90 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661106172 1003142 Impact Products Duster 23" Ostrich Feather Brn 4603 1 EA $11.57Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661106585 1083566 Impact Products Bottle 24 oz HDPE Nat w/Graduated 5024WG 1 EA $0.79 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661106875 1002502 Impact Products Spray Bottle 32oz Plastic w/Graduations 5032WG 1 EA $0.85 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661107308 1003534 Impact Products Trigger Sprayer 9.88" Plastic Blu Wht 5902 1 EA $0.99 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661107322 1003067 Impact Products Trigger Sprayer 9-7/8" PE Red Wht GP 5906 1 EA$0.99 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661127542 1083603 Impact Products Trigger Sprayer 9.78" Jumbo Red Wht 6149 1 EA $2.45 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661137923 1082348 Impact Products Door Stop 4" x 1" x 1" Mini Rubber Brn 7260 1EA $0.91 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661169559 1079502 Impact Products Door Stop 4.5x2.125x1.25 Regular RbbrGry 7263 1 EA $4.24 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 10729661112927 1291961 Impact Products Glove Ltx GP UL Nat ProGrd Sm 8118S 12 EA $14.93 Apparel & SafetyOmnia Partners-University of CA 638000000 7/8/2022 20729661113013 1119274 Impact Products Glove Nitr ChemRes FL Grn ProGrd MW Lg 8217L72 CS $29.06 Apparel & SafetyOmnia Partners-University of CA 638000000 7/8/2022 20729661113044 1119272 Impact Products Glove Nitr ChemRes FL Grn ProGrd MW Md 8217M72 CS $29.06 Apparel & SafetyOmnia Partners-University of CA 638000000 7/8/2022 00729661129157 1260152 Impact Products Glove Nitr ChemRes FL Grn ProGrd MW Sm 8217S1 EA $29.06 Apparel & SafetyOmnia Partners-University of CA 638000000 7/8/2022 00729661114979 1176677 Impact Products Safety Pole 42"x11-1/3" Ylw Clsd f/ Clng 9175I 1 EA $33.98 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661115051 1081900 Impact Products Plunger 25" Rubber Wood Industrial 9200 1 EA $7.95 Janitorial Supplies & Equipment        DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Price ListSoldto Name Sold-to party Valid From EAN/UPC SAP Item# Manufact. Material Description Manuf. Partnum Case PackBase UnitSelling Price Prod.Hierarchy Name1Omnia Partners-University of CA 638000000 7/8/2022 00729661157266 1076439 Impact Products Handle 54" Bamboo Snap On 9600H 1 EA $16.49 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661119592 1070715 Impact Products McrfbrTech Wet Mop Head Md MF BluLpdTube LF0002 1 EA $13.33 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661119615 1161951 Impact Products McrfbrTech Wet Mop Head LgMF BluWB Strng LF0003 1 EA $18.78 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00729661119622 1072196 Impact Products McrfbrTech Mop Head XL MF BluTube WB Lpd LF0021 1 EA $18.78 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 12/1/2022 10036000010005 1000414 Kimberly-Clark Scott Roll Towel Paper 8" x 1000' Wht 1000 12CS $99.93 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000010401 1000415 Kimberly-Clark Scott Roll Towel 8" x 800' Paper Wht 1040 12 CS $92.48 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000015000 1000419 Kimberly-Clark Kleenex Folded Towel 10.12x13.15 Ppr Wht 1500 2400 CS $50.56 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000015109 1000420 Kimberly-Clark Scott FldedTwl 10.1x13.2 Ppr Wht CntrFld 1510 2400 CS $40.71 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000017004 1000421 Kimberly-Clark Scott SFld Twl 10.5x9.3 Ppr Wht 1700 4000 CS $49.39 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000018049 1000423 Kimberly-Clark Scott Flded Twl 9.2x9.4 Ppr Wht MultiFld 1804 4000 CS $35.94 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000018070 1023698 Kimberly-Clark Scott Folded Towel 9.2" x 9.4" Paper Wht 1807 4000 CS $33.95 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000044604 1001670 Kimberly-Clark Scott Bath Tissue 4.1x4 Ppr Wht Std Roll 4460 80 CS $66.20 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000051206 1027675 Kimberly-Clark WypAll L10 Wipr 9.3x10.3 Ppr Blu SFld 5120 2240 CS $58.72 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000078050 1000446 Kimberly-Clark Scott Bath Tissue 3.55"x1000' Ppr Wht 2P 7805 12 CS $49.43 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000123880 1024991 Kimberly-Clark Scott Slimroll Roll Towel 8x580 PaperWht 12388 6 CS $50.95 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000132172 1026239 Kimberly-Clark Scott Bath Tissue 4" x 4" Paper Wht 13217 80 CS $57.24 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000212706 1025123 Kimberly-Clark Kleenex Boutique Facial Tissue 8.4"x8.2" 21270 36 CS $59.91 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000214007 1000467 Kimberly-Clark Kleenex Facial Tissue 8.3" x 7.8" Paper 21400 36 CS $52.61 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000216063 1025113 Kimberly-Clark Kleenex Facial Tissue 8.3" x 7.8" Wht 21606 48 CS $80.08 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000341550 1027838 Kimberly-Clark Kimtech DelicateWiper 8.4x4.4 WHT 60/280 34155 60 CS $153.62 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000342564 1027810 Kimberly-Clark Kimwipes Wiper 14.7x16.6 PprWht Delicate 34256 15 CS $105.32 Towel & TissueOmnia Partners-University of CA 638000000 12/1/2022 10036000506065 1000474 Kimberly-Clark Kleenex Roll Towel 8" x 600' Paper Wht 506066 CS $58.19 Towel & TissueOmnia Partners-University of CA 638000000 7/8/2022 00037000022879 1096870 Procter & Gamble Company Comet Gen Purp Cleaner 32 oz Chl Bleach 2287 8 CS $63.97 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 00037000214595 1275877 Procter & Gamble Company Swiffer 180 Duster Fiber FragFr Refill 21459 40 CS $40.06 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 10037000451126 1001477 Procter & Gamble Company Dawn Dish Detergent 38 oz Blu Original 45112 8 CS $55.44 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 00086876215236 1177351 Rubbermaid Cleaning Cloth 16x16 MF Grn 1820582 24 CS $24.49 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876215243 1209097 Rubbermaid Cleaning Cloth 16x16 Microfiber Blu 1820583 24 PK $24.49 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876156164 1002511 Rubbermaid Lobby Pro Dust Pan 12.75" PP Blk FG253100BLA 1 EA $13.78 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876117264 1059162 Rubbermaid RM Trash Container 28qt Plas Bge FireRes FG254300BEIG 1 EA $34.43 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876013207 1074631 Rubbermaid Brute Utility Pail 17Qt Plas Gry Double FG261700GRAY 1 EA $27.41 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876015621 1000186 Rubbermaid Brute Caddy Bag 20" x 20.5" Vinyl Ylw FG264200YEL1 EA $28.73 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876186406 1060154 Rubbermaid SlimJim TrshContLid 20.5x11.37PS BlkSwng FG267360BLA 1 EA $28.07 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876187557 1231475 Rubbermaid SlimJim TrashCntLid 15.875-23gl BluSwing FG267360BLU 1 EA $28.07 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876187533 1060162 Rubbermaid SlimJim Trash Cont Lid f/23gl PS GrySwng FG267360GRAY 1 EA $28.07 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876200584 1060373 Rubbermaid RM Recycling Cont Blk Side Bin FG295073BK 1 EA $6.36Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876012538 1059515 Rubbermaid RM Trash Container 28.125qt Med LLDPEBge FG295600BEIG 1 EA $6.84 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876018837 1059516 Rubbermaid RM Trash Container 28.125qt Med LLDPEBlk FG295600BLA 1 EA $6.84 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876191806 1060242 Rubbermaid RM Recycling Container 28.125qtMdPlasGrn FG295606GRN 1 EA $6.87 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876194173 1060210 Rubbermaid RM RecyclingContainer 28.125qt MdPlasBlu FG295673BLUE 1 EA $6.87 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876019193 1059523 Rubbermaid RM Wastebasket 41.25qt Lrg LLDPE Gry FG295700GRAY1 EA $10.86 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876194180 1060247 Rubbermaid RM Recycling Cont 41.25qt Lg Plas Blu FG295773BLUE 1 EA $10.86 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876019391 1000188 Rubbermaid Brute Bucket 10qt HDPE Gry FG296300GRAY 1 EA $8.00 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876186383 1060156 Rubbermaid SlimJim Recycling Cont 23gl LLDPEBluVntd FG354007BLUE 1 EA $43.33 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876186390 1060181 Rubbermaid SlimJim Recycling Cont 23gl LLDPEGrnVntd FG354007GRN 1 EA $43.33 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876186352 1060252 Rubbermaid SlimJim Trash Container 23glLLDPEBlkVntd FG354060BLA 1 EA $39.89 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876186376 1060123 Rubbermaid SlimJim Trash Container 23glLLDPEGryVntd FG354060GRAY 1 EA $39.89 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876141702 1001846 Rubbermaid RM Floor Sign 25" PP YlwCaution WetFloor FG611277YEL 1 EA $10.95 Apparel & SafetyOmnia Partners-University of CA 638000000 7/8/2022 00086876007213 1078277 Rubbermaid Bowl Brush 14.5" PP Wht RM FG631000WHT 1 EA $2.68 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876142020 1000205 Rubbermaid RM Counter Brush 8" PP SlvrYlw FG634200SILV 1 EA $6.91 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876154962 1000210 Rubbermaid Lobby Pro Broom 7.5" x 35" PP Blk FG637400BLA 1 EA $8.71 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876142129 1002079 Rubbermaid RM Broom 10.5" PP Mtl Gry Ylw Angled FG637500GRAY1 EA $8.60 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876142167 1077351 Rubbermaid RM Broom 10.5" PP Alum GryYlw FG638500GRAY 1 EA $21.97 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876160499 1078365 Rubbermaid RM Scrub Brush 6" PP Cobalt FG648200COBLT 1 EA $3.13Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876179156 1001808 Rubbermaid WaveBrake BcktWrngrCombo 35qt PEYlwDnPrs FG757788YEL 1 EA $133.81 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876164428 1078189 Rubbermaid RM Scrub Brush 8.5" Plas BlkYlw FG9B5600BLA 1 EA $2.28 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876145212 1072580 Rubbermaid Swinger Lp Wet Mop Head MdCttnBlndWhtLpd FGC15206WH00 1 EA $7.03 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876059113 1072585 Rubbermaid Swinger Lp Wet Mop Head LgCttnBlndWhtLpd FGC15306WH00 1 EA $13.57 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876065381 1072965 Rubbermaid Super Stitch Mop Head Med Cttn Grn Loop FGD25206GR00 1 EA $8.67 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876116472 1072698 Rubbermaid RM Wet Mop Head 24oz SynBlend Grn CutEnd FGF13700GR00 1 EA $7.03 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876147360 1000206 Rubbermaid Gripper Mop Hndl 60" Fbrgls GryYlw Clamp FGH24600GY00 1 EA $15.99 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876045499 1001675 Rubbermaid Kut-A-Way Dust Mop Head 24x5 Cttn WhtCut FGK15300WH00 1 EA $13.78 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876050677 1000193 Rubbermaid Kut-A-Way Dust Mop Head 36x5 Cttn WhtCut FGK15500WH00 1 EA $17.95 Janitorial Supplies & EquipmentOmnia Partners-University of CA 638000000 7/8/2022 00086876170023 1075230 Rubbermaid Hygen Dust Mop Pad 18.5" x 5.5" MF Wht FGQ41200WH00 1 EA $8.61 Janitorial Supplies & EquipmentPage 4 of 5        DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D Price ListSoldto Name Sold-to party Valid From EAN/UPC SAP Item# Manufact. Material Description Manuf. Partnum Case PackBase UnitSelling Price Prod.Hierarchy Name1Omnia Partners-University of CA 638000000 7/8/2022 10753727010667 1089129 Spartan Chemical Co. Stripper Floor Shineline Emulsifier-Gl8404 4 CS $68.83 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10753727057754 1202757 Spartan Chemical Co. Finish Floor Front Zinc Free GSC 1gl 404704 4 CS $100.06 ChemicalsOmnia Partners-University of CA 638000000 7/8/2022 10753727027665 1096740 Spartan Chemical Co. RJ8 Tile & Grout Rejuvenator 1qt Clr Mnt 711003 12 CS $53.44 ChemicalsOmnia Partners-University of CA 638000000 12/1/2022 10044600159482 1085573 The Clorox Company Clorox Disinfecting Wipes 8x7 Wht Lemon15948 6 CS $47.89 ChemicalsOmnia Partners-University of CA 638000000 12/1/2022 10044600159499 1085468 The Clorox Company Clorox Wet Wipe 7x8 Cloth WhtFrsh Disinf 15949 6 CS $47.89 ChemicalsOmnia Partners-University of CA 638000000 12/1/2022 10044600309665 1201434 The Clorox Company Ultra Clorox AP Cleaner 121oz Bleach Ylw 30966 3 CS $31.94 ChemicalsNote:Belowrepresentsthecategorywidediscounttobeappliedtopurchaseunderthisagreementifapartdoesn'talreadyhaveaCoreListprice.CATEGORY NetworkPaper 50%Chemicals 25%Liners 50%Equipment&Dispensers 10%HandSoaps&Sanitizers 25%Supplies 25%Gloves 40%Other 10%        DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 ATTACHMENT C INSURANCE REQUIREMENTS         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 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 _________ 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 contribution it may have against City, its elected officials, officers, employees, agents, and volunteers. X         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 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. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 ATTACHMENT D EXECUTIVE ORDER N-6-22 CERTIFICATION Executive Order N-6-22 issued by Governor Gavin Newsom on March 4, 2022, directs all agencies and departments that are subject to the Governor’s authority to (a) terminate any contracts with any individuals or entities that are determined to be a target of economic sanctions against Russia and Russian entities and individuals; and (b) refrain from entering into any new contracts with such individuals or entities while the aforementioned sanctions are in effect. Executive Order N-6-22 also requires that any contractor that: (1) currently has a contract with the City of Palm Springs funded through grant funds provided by the State of California; and/or (2) submits a bid or proposal or otherwise proposes to or enter into or renew a contract with the City of Palm Springs with State of California grant funds, certify that the person is not the target of any economic sanctions against Russia and Russian entities and individuals. The contractor hereby certifies, SUBJECT TO PENALTY FOR PERJURY, that a) the contractor is not a target of any economic sanctions against Russian and Russian entities and individuals as discussed in Executive Order N-6-22 and b) the person signing below is duly authorized to legally bind the Contractor. This certification is made under the laws of the State of California. Signature: Printed Name: Title: Firm Name: Date:                  DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 ATTACHMENT E FEDERAL AVIATION ADMINISTRATION FEDERAL PROVISIONS Provision Reference Provision Description Page No. FAA - 01 Access to Records and Reports 2 FAA - 02 Affirmative Action Requirement * 3 FAA – 03 Breach of Contract Terms 5 FAA – 04 Buy American Preference * 6 FAA – 05 Civil Rights General 7 FAA – 06 Civil Rights – Title VI Assurances * 8 FAA – 07 Clean Air and Water Pollution Control 11 FAA – 08 Contract Work Hours and Safety Standards Act Requirements 12 FAA – 09 Copeland Anti-Kickback Act 14 FAA – 10 Davis Bacon Requirements 15 FAA – 11 Debarment and Suspension * 22 FAA – 12 Disadvantaged Business Enterprise * 23 FAA – 13 Distracted Driving 25 FAA – 14 Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment 26 FAA – 15 Drug Free Workplace Requirements (not applicable to Contractors) 27 FAA – 16 Equal Employment Opportunity 28 FAA – 17 Federal Fair Labor Standards Act * 36 FAA – 18 Lobbying and Influencing Federal Employees 37 FAA – 19 Prohibition of Segregated Facilities 38 FAA – 20 Occupational Safety and Health Act of 1970 39 FAA – 21 Procurement of Recovered Materials * 40 FAA – 22 Right to Inventions 41 FAA – 23 Seismic Safety 42 FAA – 24 Tax Delinquency and Felony Convictions* 43 FAA – 25 Termination of Contract 44 FAA – 26 Trade Restriction Certification (Foreign) * 45 FAA – 27 Veteran’s Preference 47 FAA – 28 Domestic Preferences for Procurements * 48 *Solicitation Clause also Updated 2.8.2023         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA - 01 Access to Records and Reports APPLICABILITY – pertains to all contracts. The Contractor must maintain an acceptable cost accounting system. The Contractor 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 Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor 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 § 200.334, 2 CFR § 200.337, FAA Order 5100.38         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA - 02 Affirmative Action Requirement Not applicable.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 03 Breach of Contract APPLICABILITY – required for all contracts that exceed the simplified acquisition threshold as stated in 2 CFR Part 200, Appendix II (A). This threshold is occasionally adjusted for inflation and is $250,000. REQUIREMENT - See Section 4.5 of the Agreement. Reference: 2 CFR § 200 Appendix II(A)         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 04 Buy American Preferences APPLICABILITY – required for contracts defined as follows: x Construction Projects involving the replacement, rehabilitation, reconstruction of airfield surfaces such as on runways, taxiways, taxilanes, aprons, roadways, parking lots, etc. – Insert the Certificate of compliance to FAA Buy American Preference based on Construction Projects. x Equipment and Buildings Projects involving and including the acquisition of equipment such as snow removal equipment, navigational aids, wind cones, and the construction of buildings such as hangars, terminal development, lighting vaults, aircraft rescue & firefighting buildings, etc. - Insert the Certificate of Compliance with FAA Buy American Preference Based on Equipment/Building Projects. REQUIREMENT - The Contractor certifies that all constructions materials, defined to mean an article, material, or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of: non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. Reference: Title 49 USC § 50101         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 05 Civil Rights General APPLICABILITY – required for all contracts regardless of funding source. REQUIREMENT - In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. The above provision binds the Contractor 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 06 Civil Rights – Title VI Assurances APPLICABILITY – required for all contracts. REQUIREMENT - Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) 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 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance); • 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 § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-259) (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 (42 USC § 12101, et seq) (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) 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 (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         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 reasonable steps to ensure that LEP persons have meaningful access to your programs [70 Fed. Reg. 74087 (2005)]; • 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). Compliance with Nondiscrimination Requirements: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”), agrees as follows: 1. Compliance with Regulations: The Contractor (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 Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor 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 Contractor 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 Contractor of the Contractor’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 Contractor 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 City 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 Contractor will so certify to the City 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 Contractor’s noncompliance with the non- discrimination provisions of this contract, the City 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 Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 6. Incorporation of Provisions: The Contractor 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 Contractor will take action with respect to any subcontract or procurement as the City or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. Reference: 49 USC § 47123, FAA Order 1400.11         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 07 Clean Air/Water Pollution Control APPLICABILITY – This provision is required for all contracts and lower tier contracts that exceed $150,000. REQUIREMENT - If the Agreement exceeds $150,000, Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 7401-7671q) and the Federal Water Pollution Control Act as amended (33 USC § 1251-1387). The Contractor 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. Contractor must include this requirement in all subcontracts that exceeds $150,000. Reference: 2 CFR § 200, Appendix II(G); 42 USC § 7401; 33 USC § 1251         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 08 Contract Work Hours and Safety Standards APPLICABILITY – This provision is required for contracts as follows: Contract Work Hours and Safety Standards Act Requirements (CWHSSA) (40 USC §§ 3702 & 3704) requires contractors and subcontractors on covered contracts to pay laborers and mechanics employed in the performance of the contracts not less than one and one-half times their basic rate of pay for all hours worked over 40 in a workweek. CWHSSA prohibits unsanitary, hazardous, or dangerous working conditions on federally-assisted projects. The Wage and Hour Division (WHD) within the U.S. Department of Labor (DOL) enforces the compensation requirements of this Act, while DOL’s Occupational Safety and Health Administration (OSHA) enforces the safety and health requirements. Contract Types – Construction – This provision applies to all contracts and lower tier contracts that exceed $100,000, and employ laborers, mechanics, watchmen, and guards. Equipment – This provision applies to any equipment project exceeding $100,000 that involves installation of equipment onsite (e.g., electrical vault equipment). This provision does not apply to equipment acquisition projects where the manufacture of the equipment takes place offsite at the vendor plant (e.g., ARFF and SRE vehicles). Professional Services – This provision applies to professional service agreements that exceed $100,000 and employs laborers, mechanics, watchmen, and guards. This includes members of survey crews and exploratory drilling operations. Property – While most land transactions do not involve employment of laborers, mechanics, watchmen, and guards, under certain circumstances, a property acquisition project could require such employment. Examples include the installation of property fencing or testing for environmental contamination CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 The Federal Aviation Administration (FAA) or the City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this clause. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. Reference: 2 CFR Part 200, Appendix II(E); 2 CFR § 5.5(b); 40 USC § 3702; 40 USC § 3704         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 09 Copeland Anti-Kickback APPLICABILITY - The Copeland (Anti-Kickback) Act (18 USC § 874 and 40 USC § 3145) makes it unlawful to induce by force, intimidation, threat of dismissal from employment, or by any other manner, any person employed in the construction or repair of public buildings or public works, financed in whole or in part by the United States, to give up any part of the compensation to which that person is entitled under a contract of employment. The Copeland Act also requires each contractor and subcontractor to furnish weekly a statement of compliance with respect to the wages paid each employee during the preceding week. Contract Types – Construction – This provision applies to all construction contracts and subcontracts financed under the AIP that exceed $2,000. Equipment – This provision applies to all equipment installation projects (e.g., electrical vault improvements) financed under the AIP that exceed $2,000. This provision does not apply to equipment acquisitions where the equipment is manufactured at the vendor’s plant (e.g., SRE and ARFF vehicles). Professional Services –The emergence of different project delivery methods has created situations where Professional Service Agreements (PSAs) include tasks that meet the definition of construction, alteration, or repair as defined in 29 CFR Part 5. If such tasks result in work that qualifies as construction, alteration, or repair and it exceeds $2,000, the PSA must incorporate the Copeland Anti-kickback provision. Property –Ordinarily, land acquisition projects would not involve employment of laborers or mechanics and thus the Copeland Anti-Kickback provision would not apply. However, land projects that involve installation of boundary fencing and demolition of structures would involve laborers and mechanics. The City must include this provision if the land acquisition project involves employment of laborers or mechanics for a contract exceeding $2,000. REQUIREMENT - Contractor must comply with the requirements of the Copeland “Anti-Kickback” Act (18 USC 874 and 40 USC 3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor must submit to the City, a weekly statement on the wages paid to each employee performing on covered work during the prior week. City must report any violations of the Act to the Federal Aviation Administration. Reference: 2 CFR Part 200, Appendix II(D); 29 CFR Parts 3 and 5         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 10 Davis Bacon Requirements APPLICABILITY - The Davis-Bacon Act (40 USC §§ 3141-3144, 3146, and 3147) ensures that laborers and mechanics employed under the contract receive pay no less than the locally prevailing wages and fringe benefits as determined by the Department of Labor. Contract Types – Construction –all construction contracts and subcontracts that exceed $2,000 and include funding from the AIP. Equipment – This provision applies to all equipment installation projects (e.g., electrical vault improvements) financed under the AIP that exceed $ 2,000. This provision does not apply to equipment acquisitions where the equipment is manufactured at the vendor’s plant (e.g., SRE and ARFF vehicles) Professional Services – The emergence of different project delivery methods has created situations where Professional Service Agreements (PSAs) includes tasks that meet the definition of construction, alteration, or repair as defined in 29 CFR Part 5. If such tasks result in work that qualifies as construction, alteration, or repair and it exceeds $2,000, the PSA must incorporate this clause. Property – Ordinarily, land acquisition projects would not involve employment of laborers or mechanics and thus the provision would not apply. However, land projects that involve installation of boundary fencing and demolition of structures would involve laborers and mechanics. The City must include this provision if the land acquisition project involves employment of laborers or mechanics for a contract exceeding $2,000. Fencing Projects – Fencing projects that exceed $2,000 must include this provision. DAVIS-BACON REQUIREMENTS 1. Minimum Wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers, or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, that the         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding. The Federal Aviation Administration or the CIty shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, City, Applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and Basic Records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records that show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit the payrolls to the applicant, the City, or Owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR § 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee’s social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit them to the applicant, the City, or Owner, as the case may be, for transmission to the Federal Aviation Administration, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, City, or Owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i), and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The Contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the City, the Federal Aviation Administration, or the Department of Labor and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, the City, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR § 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the Contractor’s or subcontractor’s registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice’s level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR § 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination that provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees, and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR §§ 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR § 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR § 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor’s firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR § 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR § 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 USC § 1001.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 Reference: 2 CFR Part 200, Appendix II(D); 29 CFR Part 5; 49 USC § 47112(b); 40 USC §§ 3141- 3144, 3146, and 3147         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 11 Debarment and Suspension APPLICABILITY - This requirement applies to covered transactions, which are defined in 2 CFR part 180 (Subpart B). AIP funded contracts are non-procurement transactions, as defined by 2 CFR § 180.970. Covered transactions include any AIP-funded contract, regardless of tier, that is awarded by a contractor, subcontractor, supplier, consultant, or its agent or representative in any transaction, if the amount of the contract is expected to equal or exceed $25,000. This includes contracts associated with land acquisition projects. REQUIREMENT - A11.3.1 Bidder or Offeror Certification By submitting a bid/proposal under the solicitation for this contract, the Contractor 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 Contractor, 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 Contractor 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 B), 2 CFR part 200 Appendix II(H), 2 CFR Part 1200, DOT Order 4200.5; Executive Orders 12549 and 12689         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 12 Disadvantaged Business Enterprise APPLICABILITY – all contracts with Airports that have a DBE program on file with the FAA. Contract Assurance (§ 26.13) – The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the 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 Contractor 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. Termination of DBE Subcontracts (49 CFR § 26.53(f)) – The prime Contractor must not terminate a DBE subcontractor listed in response to the solicitation (or an approved substitute DBE firm) without prior written consent of the City. This includes, but is not limited to, instances in which the prime contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non-DBE firm, or with another DBE firm. The prime Contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the Contractor obtains written consent of the City. Unless City consent is provided, the prime Contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. The City may provide such written consent only if the City agrees, for reasons stated in the concurrence document, that the prime Contractor has good cause to terminate the DBE firm. For purposes of this paragraph, good cause includes the circumstances listed in 49 CFR §26.53. Before transmitting to the City its request to terminate and/or substitute a DBE subcontractor, the prime Contractor must give notice in writing to the DBE subcontractor, with a copy to the City, of its intent to request to terminate and/or substitute, and the reason for the request. The prime contractor must give the DBE five days to respond to the prime contractor's notice and advise the City and the Contractor of the reasons, if any, why it objects to the proposed termination of its subcontract and why the City should not approve the prime Contractor's action. If required         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 in a particular case as a matter of public necessity (e.g., safety), the City may provide a response period shorter than five days. In addition to post-award terminations, the provisions of this section apply to preaward deletions of or substitutions for DBE firms put forward by offerors in negotiated procurements. Reference: 49 CFR part 26         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 13 Distracted Driving APPLICABILITY - contracts that exceed the micro-purchase threshold of 2 CFR § 200.320 (currently set at $10,000). REQUIREMENT - 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 Contractor 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 Contractor must include the substance of this clause in all sub- tier contracts exceeding $10,000 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 14 Prohibition on Certain Telecommunications and Video Surveillance Services and Equipment APPLICABILITY - all AIP funded contracts and lower-tier contracts. REQUIREMENT - Contractor and Subcontractor agree to comply with mandatory standards and policies relating to use and procurement of certain telecommunications and video surveillance services or equipment in compliance with the National Defense Authorization Act [Public Law 115-232 § 889(f)(1)]. Reference: 2 CFR § 200, Appendix II(K); 2 CFR § 200.216         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 15 Drug Free Workplace Requirements APPLICABILITY - This provision applies to all AIP funded projects, but not to the contracts between the City and a contractor, subcontractors, suppliers, or subgrantees. 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 16 Equal Employment Opportunity APPLICABILITY – The purpose of this provision is to provide equal opportunity for all persons, without regard to race, color, religion, sex, or national origin who are employed or seeking employment with contractors performing under a federally-assisted construction contract. There are two provisions ― a construction clause and a specification clause. The equal opportunity contract clause applies to any contract or subcontract when the amount exceeds $10,000. Once the equal opportunity clause is determined to be applicable, the contract or subcontract must include the clause for the remainder of the year, regardless of the amount or the contract. Contract Types – Construction – all construction contracts and subcontracts as required above. Equipment – all equipment contracts as required above that involves installation of equipment onsite (e.g., electrical vault equipment). This provision does not apply to equipment acquisition projects where the manufacture of the equipment takes place offsite at the vendor plant (e.g., ARFF and SRE vehicles). Professional Services – all professional service agreements as required above. Property – all land acquisition projects that include work that qualifies as construction work as defined by 41 CFR part 60 as required above. An example is installation of boundary fencing. REQUIREMENT - A16.3.1 EEO Contract Clause During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender 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 Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers’ representative of the Contractor’s commitments under this section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Contractor 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 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;         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 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 Contractor, 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 Contractor 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 unions participating in the Plan. Contractors must 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 Contractor 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 Contractor 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 areas 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 Contractor 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 Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor 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 Contractor’s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such 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 Contractor 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 Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’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 Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor 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         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 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 Contractor’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 Contractor’s EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor’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 Contractor 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 work force. 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 Contractor’s obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated 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 Contractor’s EEO policies and affirmative action obligations.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 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 group of which the Contractor 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 Contractor 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 Contractor’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 Contractor. The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contra ctor’s noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, 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, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, sexual orientation, gender identity, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor 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 Contractor, 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 Contractor 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 Contractor 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 numbers, 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         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 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). Reference: 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, Executive Order 11246         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 17 Federal Fair Labor Standards Act APPLICABILITY – Contract Types – Per the Department of Labor, all employees of certain enterprises having workers engaged in interstate commerce; producing goods for interstate commerce; or handling, selling, or otherwise working on goods or materials that have been moved in or produced for such commerce by any person are covered by the FLSA. All consultants, sub-consultants, contractors, and subcontractors employed under this federally assisted project must comply with the FLSA. Professional Services – 29 CFR § 213 exempts employees in a bona fide executive, administrative or professional capacity. Because professional firms employ individuals that are not covered by this exemption, the agreement with a professional services firm must include the FLSA provision. REQUIREMENT - 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 Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor 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; 2 CFR § 200.430         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 18 Lobbying and Influencing Federal Employees APPLICABILITY- all contracts exceeding $100,000. REQUIREMENT - 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: x 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. x 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. x 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. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Reference: 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(I), 49 CFR part 20, Appendix A         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 19 Prohibition of Segregated Facilities APPLICABILITY - The Contractor must comply with the requirements of the EEO clause by ensuring that facilities they provide for employees are free of segregation on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin. This clause must be included in all contracts that include the equal opportunity clause, regardless of the amount of the contract. Contract Types – any contract containing the Equal Employment Opportunity clause of 41 CFR § 60-1.4. This obligation flows down to subcontract and sub-tier purchase orders containing the Equal Employment Opportunity clause. Construction – Construction work means construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. Equipment – On site installation of equipment such as airfield lighting control equipment meets the definition of construction and thus this provision would apply. This provision does not apply to equipment projects involving manufacture of the item at a vendor’s manufacturing plant. An example would be the manufacture of a SRE or ARFF vehicle. Professional Services – Professional services that include tasks that qualify as construction work as defined by 41 CFR part 60-1. Examples include the installation of noise monitoring equipment. Property/Land – Land acquisition contracts that include tasks that qualify as construction work as defined by 41 CFR part 60-1. Examples include demolition of structures or installation of boundary fencing. REQUIREMENT - (a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. (b) “Segregated facilities,” as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, sexual orientation, gender identity, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. Reference: 2 CFR Part 200, Appendix II (C); 41 CFR Part 60-1         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 20 Occupational Safety and Health Act APPLICABILITY – Contract Types – All contracts and subcontracts must comply with the Occupational Safety and Health Act of 1970 (OSH). The U.S. Department of Labor Occupational Safety and Health Administration (OSHA) oversees the workplace health and safety standards wage provisions from OSH. REQUIREMENT - 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 full 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 (29 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 21 Procurement of Recovered Materials APPLICABILITY – Contract Types – This provision applies to any contracts that include procurement of products designated in subpart B of 40 CFR part 247 where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000. Construction and Equipment – all construction and equipment projects. Professional Services and Property – if the agreement includes procurement of a product that exceeds $10,000. REQUIREMENT - Contractor 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 Contractor 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 § 200.323, 2 CFR Part 200, Appendix II (J); 40 CFR part 247, 42 USC § 6901, et seq (Resource Conservation and Recovery Act)         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 22 Rights to Inventions APPLICABILITY – Contract Types – This provision applies to all contracts and subcontracts with small business firms or nonprofit organizations that include performance of experimental, developmental, or research work. This clause is not applicable to construction, equipment, or professional service contracts unless the contract includes experimental, developmental, or research work. REQUIREMENT - 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. Contractor 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA - 23 Seismic Safety APPLICABILITY – Contract Types – This provision applies to construction of new buildings and additions to existing buildings financed in whole or in part through the Airport Improvement Program. Professional Services– any contract involved in the construction of new buildings or structural addition to existing buildings. Construction – any contract involved in the construction of new buildings or structural addition to existing buildings. Equipment – if the project involves construction or structural addition to a building such as an electrical vault project to accommodate or install equipment. Land – This provision will not typically apply to a property/land project. REQUIREMENT - A23.3.1 Professional Service Agreements for Design SEISMIC SAFETY In the performance of design services, the Consultant agrees to furnish a building design and associated construction specification that conform to a building code standard that provides a level of seismic safety substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their building code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design services, the Consultant agrees to furnish the Owner a “certification of compliance” that attests conformance of the building design and the construction specifications with the seismic standards of NEHRP or an equivalent building code. A23.3.2 Construction Contracts SEISMIC SAFETY The Contractor agrees to ensure that all work performed under this contract, including work performed by subcontractors, conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. Reference: 49 CFR Part 41         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 24 Tax Delinquency and Felony Conviction APPLICABILITY – This provision applies to all contracts funded in whole or part with AIP. REQUIREMENT - The Contractor must have certified under the procurement process that resulted in the award of this contract that: • Contractor has not been convicted of a Federal felony within the last 24 months; or • Contractor does not have any outstanding tax liability for which all judicial and administrative remedies have lapsed or been exhausted. Reference: Sections 8113 of the Consolidated Appropriations Act, 2022 (Public Law 117-103), and similar provisions in subsequent appropriations acts. DOT Order 4200.6 – Appropriations Act Requirements for Procurement and Non-Procurement Regarding Tax Delinquency and Felony Convictions         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 25 Termination of Contract APPLICABILITY – All contracts and subcontracts in excess of $10,000. REQUIREMENT - 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 26 Foreign Trade Restriction APPLICABILITY – all AIP funded projects. REQUIREMENT - TRADE RESTRICTION CERTIFICATION By accepting this contract the Contractor 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 Contractor must provide immediate written notice to the City if the Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor 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 Contractor agrees it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor 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 against U.S. firms as published by USTR, unless the Contractor has knowledge that the certification is erroneous.         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 27 Veteran’s Preference APPLICABILITY – This provision applies to all AIP funded projects that involve labor to carry out the project. This preference, which excludes executive, administrative, and supervisory positions, applies to covered veterans [as defined under § 47112(c)] only when they are readily available and qualified to accomplish the work required by the project. REQUIREMENT - In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor 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: 80DE3BAB-1591-45FA-8576-C1F75155AB4D 4.13.2023 FAA – 28 Domestic Preferences for Procurements APPLICABILITY – all contracts and Purchase orders for work or products under the grant. REQUIREMENT - The Contractor certifies by signing and submitting its bid or proposal that, to the greatest extent practicable, the Contractor has provided a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including, but not limited to, iron, aluminum, steel, cement, and other manufactured products) in compliance with 2 CFR § 200.322. Reference: 2 CFR § 200.322; 2 CFR Part 200, Appendix II(L)         DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D CITY OF PALM SPRINGS – PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 1 of 2 (Revised 09 13 18) PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity 2. Address of Entity (Principle Place of Business) 3. Local or California Address (if different than #2) 4. State where Entity is Registered with Secretary of State If other than California, is the Entity also registered in California?  Yes  No 5. Type of Entity  Corporation  Limited Liability Company  Partnership  Trust  Other (please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members, managers and other fiduciaries for the member, manager, trust or other entity _________________________________________________  Officer  Director  Member  Manager [name]  General Partner  Limited Partner  Other ____________________________________ _________________________________________________  Officer  Director  Member  Manager [name]  General Partner  Limited Partner  Other ____________________________________ _________________________________________________  Officer  Director  Member  Manager [name]  General Partner  Limited Partner  Other ____________________________________ Network Services Company dba Network Distribution 1100 E. Woodfield Road, Suite 200, Schaumburg, IL 60173 None Delaware Alan Tomblin Michael Johnson Daniel Ceko DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D CITY OF PALM SPRINGS – PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 2 of 2 (Revised 09 13 18) 7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity EXAMPLE JANE DOE [name of owner/investor] 50%, ABC COMPANY, Inc. [percentage of beneficial interest in entity and name of entity] A. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] B. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] C. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] D. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] E. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name, Title Date NONE Daniel Ceko, Treasurer & Corporate Counsel June 27, 2023 DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Zurich American Insurance Company Federal Insurance Company 7/25/2023 Marsh & McLennan Agency LLC PO Box 2030 360 East Vine Street, Ste 200 Lexington, KY 40588 Brenda S Stickrod AAI 859-244-7684 859-254-8020 Brenda.Stickrod@MarshMMA.com Network Services Company 1100 E Woodfield Road Ste 200 Schaumburg, IL 60173 16535 20281 A X X GLO286622518 01/01/2023 01/01/2024 1,000,000 500,000 10,000 1,000,000 2,000,000 2,000,000 A X X BAP286622418 01/01/2023 01/01/2024 1,000,000 B X X 79894198 01/01/2023 01/01/2024 10,000,000 10,000,000 A N WC286622318 01/01/2023 01/01/2024 1,000,000 1,000,000 1,000,000 A Blanket Business Personal Property & Business Income CPP461286413 01/01/2023 01/01/2024 $13,625,000 TIV $5,000 Deductible BI Waiting Period-24 Hr The City of Palm Springs, its officials, employees and agents are named Additional Insured with regard to the General Liability and Auto Liability policies of the Named Insured, but only with respect to and to the extent of the liabilities assumed by the Named Insured under written contract, agreement or permit. The General Liability and Auto Liability insurance is Primary; any other insurance maintained by the contractor & Owner is excess & non contributory, when required by written contract, agreement or permit, subject to (See Attached Descriptions) City of Palm Springs 3400 E. Tahquitz Canyon Way, Suite 1 Palm Springs, CA 92262 1 of 2 #S13079581/M12254853 NETWOASSOCClient#: 650628 JJNXW 1 of 2 #S13079581/M12254853 DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) the provisions and limitations of the policy. Waiver of subrogation applies to General Liability, Workers Compensation and Employers Liability when required by written contract, agreement or permit and subject to the provisions and limitations of the policy. 30 day Notice of Cancellation with respect to General Liability, Auto Liability and Workers Compensation applies. 2 of 2 #S13079581/M12254853 DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D CITY OF PALM SPRINGS 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262 (760) 322-8328 BUSINESS LICENSE CERTIFICATE Fees Paid:$172.00 ISSUANCE OF THIS LICENSE DOES NOT ENTITLE THE LICENSEE TO OPERATE OR MAINTAIN A BUSINESS IN VIOLATION OF ANY OTHER LAW OR ORDINANCE. THIS IS NOT AN ENDORSEMENT OF THE ACTIVITY NOR OF THE APPLICANT'S QUALIFICATIONS. Business Name:NETWORK SERVICES COMPANY DBA: NETWORK DISTRIBUTION Owner:NETWORK SERVICES COMPANY Mailing Address:1100 E WOODFIELD RD SUITE 200 SCHAUMBURG, IL 60173 License Number:OC-001141-2023 Expiration Date:07/31/2024 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. Business Location:1100 E WOODFIELD RD SUITE 200, SCHAUMBURG, IL 60173 Business Description:WHOLESALE/RETAIL - FOODSERVICE SUPPLIES TO BE POSTED IN A CONSPICUOUS PLACE DocuSign Envelope ID: 80DE3BAB-1591-45FA-8576-C1F75155AB4D