Loading...
13-67 Resolution No. 13-67 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH GRAYBAR ELECTRIC COMPANY, INC. FOR THE PURCHASE AND INSTALLATION OF ELECTRIC MOTOR VARIABLE FREQUENCY DRIVES BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that Sean R. Stegall, City Manager, be and is hereby authorized and directed to execute an Agreement with Graybar Electric Company,Inc.on behalf of the City of Elgin for the purchase and installation of electric motor variable frequency drives,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: April 10, 2013 Adopted: April 10, 2013 Vote: Yeas: 7 Nays: 0 Recorded: April 11, 2013 Attest: s/Kimberly Dewis Kimberly A. Dewis, City Clerk CITY OF ELGIN AGREEMENT FOR Purchase and Installation of Electric Motor Variable Frequency Drives This Agreement is made and entered into this *1_O 'day of April, 2013, by and between the City of Elgin, Illinois ("the CITY"), a municipal corporation, and raybar Electric Company, Inc., a New York corporation ("the CONTRACTOR"). ARTICLE I. DEFINITION. "THIS CONTRACT" as used herein shall mean this Agreement and CONTRACTOR'S Quote 217353190, including all the various attachments thereto,attached hereto and made a part hereof as Exhibit A.The CONTRACTOR agrees to provide the goods provided in accordance with the terms of this CONTRACT, including Exhibit A. In the event there is a conflict between the terms of THIS CONTRACT and Exhibit A,the terms of this CONTRACT shall supersede and control. "LA CONTRACT" as used herein shall mean an agreement dated March 28, 2013, by and between the CONTRACTOR and Los Angeles County, a copy of which is attached hereto and made a part hereof as Exhibit B. THIS CONTRACT is made pursuant to the terms and provisions of the LA CONTRACT. In the event there is a conflict between the terms of THIS CONTRACT and the terms of the LA CONTRACT, the terms of THIS CONTRACT shall supersede and control. ARTICLE 11. PRICE. The CONTRACTOR shall provide the goods and services provided for in Exhibit A("the GOODS AND SERVICES") for the total price of Sixty-Nine Thousand Seven Hundred Twenty-Five and 84/100 Dollars (569,725.84). Payment shall be made by the CITY to the CONTRACTOR upon the CONTRACTOR'S delivery of the GOODS AND SERVICES to the facility designated by the CITY in Elgin, Illinois. Concurrent with delivery of the GOODS AND SERVICES to the CITY,the CONTRACTOR shall convey title to the GOODS to the CITY. ARTICLE III. TERMINATION. The following shall constitute events of default under THIS CONTRACT: a) any material misrepresentation made by the CONTRACTOR to the CITY,b) any failure by the CONTRACTOR to perform any of its obligations under THIS CONTRACT including, but not limited to, the following: (i) failure to commence performance of THIS CONTRACT at the time specified in THIS CONTRACT due to a reason or circumstance within the CONTRACTOR'S reasonable control, (ii) failure to perform THIS CONTRACT with sufficient personnel and equipment or with sufficient material to ensure the completion of THIS CONTRACT within the specified time due to a reason or circumstance within the CONTRACTOR'S reasonable control, (iii) failure to perform THIS CONTRACT in a manner reasonably satisfactory to the CITY,(iv) failure to promptly re- perform within reasonable time the services that were rejected by the CITY as erroneous or unsatisfactory, (v) failure to comply with a material term of THIS CONTRACT, including, but not limited to the Affirmative Action requirements, and(vi) any other acts specifically and expressly stated in THIS CONTRACT as constituting a basis for termination for cause. ARTICLE IV. DAMAGES. From any sums due to the CONTRACTOR for services,the CITY may keep for its own the whole or any part of the amount for expenses, losses and damages as directed by the Purchasing Director, incurred by the CITY as a consequence of procuring services as a result of any failure, omission or mistake of the CONTRACTOR in providing the goods and services as provided in THIS CONTRACT. ARTICLE V. GOVERNING LAWS AND ORDINANCES. This CONTRACT is made subject to all the laws of the State of Illinois and the ordinances of the CITY and if any such clause herein does not conform to such laws or ordinances; or in the event any of the terms or provisions herein are deemed to be void or otherwise unenforceable for any reason, such clause shall be void (the remainder of the contract shall not be affected) and the laws or ordinances shall be operative in lieu thereof. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with THIS CONTRACT shall be in the Circuit Court of Kane County, Illinois. ARTICLE VI. AFFIRMATIVE ACTION. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The t CONTRACTOR will take affirmative action to comply with the provisions of Elgin Municipal Code Section 3.12.100 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. The CONTRACTOR will distribute copies of this commitment to all persons who participate in recruitment,screening,referral and selection of job applicants and prospective subcontractors. The CONTRACTOR agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1976, is hereby incorporated by reference, as if set out verbatim. ARTICLE VII. ASSIGNABILITY. The CONTRACTOR shall not assign, sell or transfer any interest in THIS CONTRACT without prior written consent of the CITY. ARTICLE VIII. AMENDMENTS. There shall be no modification of the CONTRACT, except in writing and executed with the same formalities of the original. ARTICLE IX. NOTICES. Any notice given under THIS CONTRACT shall be in writing and shall be deemed to have been given when hand delivered or deposited in the U.S.mail, certified or registered,return receipt requested, addressed, if to CONTRACTOR, at the address set forth above to the attention of the project manager.or undersigned representative, and if to the CITY, to the attention of the City Manager, 150 Dexter Court, Elgin, IL 60120 or to such other address and/or authorized representatives as either party shall designate in writing to the other in the manner herein provided. ARTICLE X. INDEMNIFICATION. To the fullest extent permitted by law,CONTRACTOR agrees to and shall indemnify, defend and hold harmless the CITY, its officers, employees, boards and commissions from and against any and all claims,suits,judgments,costs,attorney's fees,damages or any and all other relief or liability arising out of or resulting from or through or alleged to arise out of any acts or negligent acts or omissions of CONTRACTOR or CONTRACTOR'S officers, employees, agents or subcontractors in the performance of THIS CONTRACT, including but not limited to,all goods delivered or services or work performed hereunder. In the event of any action against the CITY, its officers, employees, agents, boards or commissions covered by the foregoing duty to indemnify,defend and hold harmless,such action shall be defended by legal counsel of the CITY'S choosing. ARTICLE X1. PUBLICITY. The CONTRACTOR may not use, in any form or medium,the name of the City of Elgin for public advertising unless prior written permission is granted by the CITY. ARTICLE XII. WARRANTIES. The CONTRACTOR shall provide to the CITY the warranties for the subject vehicle, as set forth in Exhibit A hereto. The CONTRACTOR shall also assign to the CITY any warranties of other manufacturers or third parties relating to the subject vehicle. ARTICLE XIII. NO AGENCY. This CONTRACT shall not be construed so as to create a joint venture, partnership, employment or other agency relationship between the parties hereto,except as may be specifically provided for herein. ARTICLE X1V. CONFLICT. In the event of any conflict between the terms provided in any attachments hereto and the body of THIS CONTRACT,the terms and provisions of THIS CONTRACT shall control. ARTICLE XV. ENTIRE AGREEMENT. This CONTRACT embodies the whole agreement of the parties. There shall be no promises, terms, conditions or obligations other than those contained therein; and THIS CONTRACT shall supersede all previous communications, representations, or agreements, either verbal or written, between the parties. ARTICLE XV1.COMPLIANCE WITH LAWS. Notwithstanding any other provision of THIS CONTRACT it is expressly agreed and understood that in connection with the performance of THIS CONTRACT that the CONTRACTOR shall comply with all applicable Federal, State, City and other requirements of law, including,but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies, represents and warrants to the CITY that all CONTRACTOR'S employees and/or agents who will be providing products and/or services with respect to THIS CONTRACT shall be legal residents of the United States. CONTRACTOR shall also at its expense secure all permits and licenses, pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in THIS CONTRACT. The CITY shall have the right to audit any records in the possession or control'of the CONTRACTOR to determine CONTRACTOR'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the CONTRACTOR shall make available to the CITY the CONTRACTOR'S relevant records at no cost to the CITY. The cost of any such audit shall be paid by the CONTRACTOR. The person signing THIS CONTRACT certifies that s/he has been authorized by the CONTRACTOR to commit the CONTRACTOR contractual and has been authorized to execute THIS CONTRACT on its behalf. IN WITNESS WHEREOF the parties have hereto set their hands the day and year first above written. CONTRACTOR CITY OF E GIN n _ Ck('16 1c 1 VA - &1V\Gk M(Ana3cvl' Print Name and itle SeariyR.Stegall CA � City Manager Signature FEIN NO. 0 7 ci L13 8 O FALeeal Dept\Aereement\Graybar Electric-purchase of motor variable frequency drives.docx t (9 Gr%,baR. 9222 ORLY RD INDIANAPOLIS IN 46241-9607 Phone:800.999-1499 Fax: 317/821.5750 To: CITY OF ELGIN 150 DEXTER CT Date: 03/08/2013 ELGIN IL 60120 Proj Name: DRIVES PROJECT Attn: Eric Weiss GB Project Qte#: 217353190 Phone: 847-931-6100 Valid From: 03/07/2013 Fax: 847-931-5622 Valid To: 04/0612013 Email: scot.loftus @graybar.com Contact: Scot Loftus Email: scot.toftus @graybar.com Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Item Quantity Supplier Catalog Nbr Description Price Unit Ext.Price Notes: Material and services are included in the US Communities Government Purchasing Cooperative contract 100 1 EA SQUARE D CO. LOT SQUARE D $38,439.84 1 $38,439.84 COMPANY INC "'Item Note:— Per attached SQD Bill of Material 200 1 EA SQUARE D CO. LOT SQUARE D $31,286.00 1 $31,286.00 COMPANY INC "'Item Note:"' Square D VFD Installation and Start-up. To be completed by 513112013(Provided PO issued to Graybar by 4/1212013) Total in USD(Tax not included): .$69,725.84 This ecuioment and associated installation charges may be financed ror a iow monthly payment through Grayoar Financial Services(subject to credit approval).For more information call 1 (10-241-7408 to speak with a teasing specialist. To loam more about Graybar,visit our website at www.graybar.com 24-Hour Emergency Phone#:1-800-GRAYBAR Subject to the standard terms and conditions set forth In this document.Unless otherwise notsd.freight terms are F.O.B.shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. Pace I of 2 EXHIBIT A To: CITY OF ELGIN Date: 03/08/2013 150 DEXTER CT Proj Name: DRIVES PROJECT ELGIN IL 60120 GB Project Qte#: 217353190 Attn: Eric Weiss Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Item Quantity Supplier Catalog Nbr Description Price Unit Ext Price GT RMS AND CONDITIONS OF SSAALEMC. i.ACCEPTANCE OF ORDER,TERMINATION-Accemance of any ardor is subject m credit approval and acceptance of order by Graybar Electric Compatry,Inc. 'Grayber)and,when applicable,Graybars supplier. 1f rme of the buyer of the goods('Buyer')become umsidsfacmry m Grayba.Gayba reserves the right to terminate upon notice to Briyer aid without liabilury to�mybar. 2.PRICES AND SHIPMENTS-Unless otherwise quoted.prices shall be those in efrect at time of shipment,which shall be made F.O.B.shipping point,prepaid and bill. 3.RETURN OF GOODS-Credit may be allowed for goods returned with prior approval.A deduction may be made from credits issued to cover cost of handling. 4.TAXES-Prices shown do not include sales or oil=taxes imposed on the sale of goods.Taxes now or hereafter imposed upon sales or shipments will be added to the purchase price.Buyer agree to reimburse Graybar for any such tax or provide Graybar with acceptable tax exemption certi6ca e. 5.DELAY IN DELIVERY-Gmvba is not to be accountable for delays in delivery oa>,tioned by acts of God.failure of its supplim to ship or deliver on times or athcr circumstances beyond Gmybaes reawtubie control. Factory shipment or delivery dates are the but estinatu o(ow supplrm,and in no eau shall Grayba be liable for my consequenual w special damages arising from any delay in shipment or delivery. 6.LIMITED WARRANTIES-Gmybar wartaas that all goads sold are free o(my securtry mtgrst and will nuke available ro Bmcr all transferable wamnties ltnciudirtg without/initiation warrandes with respeu m mtelletmW ropety mfrin cmrntl made m GravWr by the nunufacrurer of the eMS.GRAYBAR MAKES NO OTHER EXPRESS OR IMPLIED WARRAV'RES AND SPECIFICALLY D(SCLAT1��15 ALL[MP[1ED ALATHORINZEI D EPRESE*1T�iU1VE OF GR�AYDDR PRO�D��G�CISISOELD HTEREwDER AREENOT 14 TTE VDED FOR u°$E M Oft lV�ONNE�CTION WITHS(Id)ANY SAFETY APPLDICATION OR THEN FDOT CL1fVCE FROM A PATILENINiRCANi7LOT Bt;OALCINfAP1EDAl�T ALIA.T[MAES uCATiON,W HERE TF.E GOODS HAVE POTENTIAL FOR DIRECT PATfEYi'CONTACTOR WHERE A SIX(6) 7.LIMITATION OF LIABILITY-Buyers remedies under this agreement arc subject many limitations contained in manufactume s terms and conditions to Graybar a copy of which will be famished"yon written rrqc�at FuMennore Gravba's liabiliry stall be limited to either repair or replacement of the goods or refund of the purchase price.all at Grayba's option,and IN Nt)CASE SHALL GRAYBAR BE LIABLE FOR INCIDENTAL,SPEMLA OR CONSEQUENTIAL DAMAGES.la addition,claims for shortages,other than loss in transit most be made in writing not rrorc than five(5)days after receipt of shipment. S.WAIVER-Thc failure of Grayba m insist upon the perfomnmce of my of the terns or conditions of this agreement or to exercise any right heretmder stall nor be deemed to be a waiver of such terns,conditions,or rights in the future.nor shall it be domed to be a w—cr of my other tens,condition,or right under this agreement 9.kODIFI.CAII ON OF TERMS AND CONDITI coNo u'amgdiscreative of Grayge of unfte made writing and sby the ace of a prior o1T.by Bguycr,such acoepmnce is"pressty conditional npan Buyd s assort to my additional w ditrurnt remit se Corth herein 10.REELS-When Grayba ships returnable reels,a reel deposit may be included in the invoice.The Buyer should contact the nearest Grayba service location to return reels. 11.CERTIFICAUN-Gr yber hereby certifies that these goods were arodaced in compliance with all applicable requirrnents of Sections 6,7,and 12 of the Fair Labor Standards Act.as amended,and of toitnlotions and orders of the United State Depamnent of labor imed under Section 14 thenrof.This agreement is subject to Exearive Order 11246,as amended.the Rehabilitation Act of 1913 m amended the Vietnam Veterans' Readjustment Assistance Act of 1914,as amended,E.O.13496,29 CFR Pan 471,Appendix A to Suthpart A,and the corresponding regulations,m the extent required by law.41 tFR 641.4,b0-741.5,and 60.2505 are incorporated herein by reference,to the"tent legally required. 12.FOREIGN CORRUPT PRACTICES ACT-Buyer shall camoly with uplicable laws and r julazions relatingm anti-cvnuption,including without limitation,(i)the United States Foreign Corrupt Practim Act ((FCPA)(15 U.S.C.$$aa78dd-I et srn. frrespecrive of the place of Performance and ii)laws mtl regulations rmalemrnong the Organiadon for Ecomm�ne Caoperanon and Development's Convenian an Combating Bribcry of Foreign Po31ic Officials ifs ntermtional Business Transactions,the t1.N. mention Again"Conniption.and die inter-American Convention Against Conniption in Buyers country a any country where perfornu>Ke of its agreement or delivery of goods will oecw. 13.ASSIGNMENT-Buyer shall not assign is rights or delegate is duties hereunder or my interest herein without the prior written consent of Grayba,and arty such assignment without muh coasenL shall be void 14.GENERAL PRO V(S10NS-All typographical or clericol enors:trade by Graybar in my quotation,acknowledgment w pdblicaion are zubjecr m cartettion.This agnecrffem shall.be goversed by the laws o(the State of M appplicable m condmts m be;onncd a�fully performed within the Sate ofMrsspun,wrthput grvmg elfett w the cltmse or cantlicn of law provisions thereof.All sail arisng frwrn or caoeeming this agrcmrnt shalfileC in the Cincm!Court of St Louis County;MissoorL or the United Satu Dismet Coun for the E teem Dutrct off Mrssoan,aM no other place mlab otherwise detennitfed m Graybar a sale dscretion.buyer hereby unntocably consrns m due jurisdiction of such cotuc or roves aal agree m appea in any such action upon written notia thereof. , 15.PAYMENT TERMS-Payment terns shall be as stated on Gravbaes invoice m as otherwise mutually agreed.As a condition of the sales agreement a monthly service charge of the lesser of 1.1!21'.or the maximum permirtcd by law may be added to all accounts not paid by net due Bate.Visa,MasterCard American Express,and Discover credit cards are accepted a point of purchase only. 16.EXPORTING-Buyer acknowledges that this order and the performance thereof4m subv'en to compliance with any and all apppplicable United Stara laws,regulations,or orders.Borer agrees m cum�ly with ell such . laws,regulations,applicable and orders,including,if npplicable,all reapirements of the Internirtional traffic in Arms Reguldtioni and/or the E.eport Administration Act,at may be amended.Buver fun Ta aq es[haf if the export laws ore appincabic,a will not dixbse or re-"port my,technical data received under this order m my countries for which the Unite government requires m"port license or otixr supporting documentation az the time of"port or tans(tt,unless Buyer has obtained poor written auMoriation from the United States Ottitt o(Fsport Control w other authonry rap lc for such matters. Signed: This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services(subject to Credit approval). For more information call 1-800.241-7408 to speak with a leasing specialist. To leam more about Graybar,visit our website at www.graybar.com 24-Hour Emergency Phone#:1-800-GRAYBAR Subject to the standard terms and conditions set forth In this document.Unless otherwise noted,freight terms are F.O.B.shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement Pace 2 of 2 Proposal Attachment: Bill of Materials and Scope of Services PAGE 1 OF 6 Quotation Graybar Quote 217353190 Quote Number: 1 Revision Number:0 Project Name: CITY OF ELGIN Project Sub-Name:Water Department Project Location: ELGIN, IL Quote Name: CITY OF ELGIN Through Addenda Number: 0 Bid Date:2/5!2013 Consultant!Specifier: Contractor/Installer: Schneider Electric Sales Representative: TONY CALABRESE/RANDY NORTON Terms & Conditions This Quotation is subject to Graybar Electric's published Terms and Conditions Payment Terms: NET 30 Quote Markings Material and services are included in the US Communities Government Purchasing Cooperative contract. PRINTED 3/x/2013 7:41:00 AM PAGE 2 OF 6 Q2C Number.32854462 Quote Number.1 Revision Number.0 Project Name: CITY OF ELGIN Quote Name:CITY OF ELGIN Item Unit Extended No. Qty. Catalog Number/Details Authorized Price Authorized Price 001-00 2 8839EFDNG4VYA07AO8R09XO9 4,037.00 8,074.00 Class 8839 E-Flex Enclosed AC Drive 8839EFDNG4VYA07AO8R09XO9 Main circuit breaker disconnect 100k Al rated Selected for 460 Vac 3 phase motor 40 Horsepower Driver controller rated for 52 FLA Type 1 Enclosure Enclosure Color ANSI 49 Variable Torque Power Circuit Y:Integrated Bypass Isolation and bypass contactors(w/ mechanical and electrical interlocking). Isolation and bypass contactor sequencing provides true motor isolation. Control options: Keypad as standard AFC-Off-Bypass selector switch Hand-Off-Auto selector switch Test-Normal selector switch Manual speed control via keypad. Pilot light options: Auto pilot light(yellow) Fault pilot light(yellow) Power on pilot light(red) Run pilot light(green) Auxiliary contacts: 1 NO/NC run contact 1 NO/NC fault contact Fire/freeze stats interlock included BACnet communication card X09-3%Line reactor Delivery schedule is based upon an APPROVED RELEASE with acceptance by factory personnel. For large quantities,please contact the Enclosed Drives Customer Service group for confirmed lead times. Revision-1/29/2013-(130102/130102) 2/5/2013 3:09:48 PM Estimated Ship Days(ARO):10 Working Days 002-00 2 8839EFDPG4VYA07A08R09X09 5,162.00 10,324.00 Class 8839 E-Flex Enclosed AC Drive 8839EFDPG4VYA07AO8RO9XO9 Main circuit breaker disconnect 100k AIC rated Selected for 460 Vac 3 phase motor 50 Horsepower Driver controller rated for 65 FLA Type 1 Enclosure Enclosure Color ANSI 49 Variable Torque Power Circuit Y:Integrated Bypass Isolation and bypass contactors(w/ mechanical and electrical interlocking). Isolation and bypass contactor sequencing provides true motor isolation. Control options: PRINTED 3/8/20137:41:OOAM d i PAGE 3 OF 6 Q2C Number.32854462 Quote Number.1 Revision Number.0 Project Name: CITY OF ELGIN Quote Name:CITY OF ELGIN Item Unit Extended No. Qty, Catalog Number/Details Authorized Price Authorized Price Keypad as standard AFC-Off-Bypass selector switch Hand-Off-Auto selector switch Test-Normal selector switch Manual speed control via keypad. Pilot light options: Auto pilot light(yellow) Fault pilot light(yellow) Power on pilot light(red) Run pilot light(green) _ Auxiliary contacts: 1 NO/NC run contact 1 NO/NC fault contact Fire/freeze stats interlock included BACnet communication card X09-3%Line reactor Delivery schedule is based upon an APPROVED RELEASE with acceptance by factory personnel. For large quantities,please contact the Enclosed Drives Customer Service group for confirmed lead times. Revision-1/29/2013-(130102/130102) 2/5/2013 3:12:58 PM Estimated Ship Days(ARO): 10 Working Days 003-00 4 8839EFDLG4VYA07X09 3,048.00 12,192.00 Class 8839 E-Flex Enclosed AC Drive 8839EFDLG4VYA07X09 Main circuit breaker disconnect 100k AIC rated - Selected for 460 Vac 3 phase motor 25Horsepower Driver controller rated for 34 FLA Type 1 Enclosure Enclosure Color ANSI 49 Variable Torque Power Circuit Y:Integrated Bypass Isolation and bypass contactors(w/ mechanical and electrical interlocking). Isolation and bypass contactor sequencing provides true motor isolation. Control options: Keypad as standard AFC-Off-Bypass selector switch Hand-Off-Auto selector switch Test-Normal selector switch Manual speed control via keypad. Pilot light options: No pilot lights provided Auxiliary contacts: 1 NO/NC run contact 1 NO/NC fault contact Fire/freeze scats interlock included X09-3%Line reactor Delivery schedule is based upon an APPROVED RELEASE with acceptance by factory personnel. For large quantities,please contact the Enclosed Drives Customer Service group for confirmed lead times. Revision-2/22/2013-(130102/130218) PRINTED 3/8/2013 7:41:00 AM PAGE 4 OF 6 Q2C Number.32854462 Quote Number. 1 Revision Number.0 Project Name: CITY OF ELGIN Quote Name:CITY OF ELGIN Item Unit Extended No. Qty. Catalog Number/Details Authorized Price Authorized Price 3/4/2013 11:03:23 AM 004-00 2 8839EFDJG4VYA07A08X09 2,375.00 4,750.00 Class 8839 E-Flex Enclosed AC Drive 8839EFDJG4VYA07A08X09 Main circuit breaker disconnect 100k AIC rated Selected for 460 Vac 3 phase motor 15 Horsepower Driver controller rated for 21 FLA Type 1 Enclosure Enclosure Color ANSI 49 Variable Torque Power Circuit Y:Integrated Bypass Isolation and bypass contactors(w/ mechanical and electrical interlocking). Isolation and bypass contactor sequencing provides true motor isolation. Control options: Keypad as standard AFC-Off-Bypass selector switch Hand-Off-Auto selector switch Test-Normal selector switch Manual speed control via keypad. Pilot light options: Auto pilot light(yellow) Fault pilot light(yellow) Power on pilot light(red) Run pilot light(green) Auxiliary contacts: 1 NO/NC run contact 1 NO/NC fault contact Fire/freeze stats interlock included X09-3%Line reactor Delivery schedule is based upon an APPROVED RELEASE with acceptance by factory personnel. For large quantities,please contact the Enclosed Drives Customer Service group for confirmed lead times. Revision-2/22/2013-(130218/130218) 3/4/2013 11:05:56 AM 005-00 2 D TECH - 4 x 3HP MMP -for 15HP E-FLEX: 1,085.00 2,170.00 NEMA 1 enclosure (4)Manual Motor Protectors Conduit stubs Power wiring to output of E-Flex VFD Control Wiring from NC Aux Contacts to VFD Control Circuit NO Aux Contacts To be field mounted to the E-Flex UL Listing Extra material required for external enclosures. (8)GV2ME103 and(2)9080LBA362104 adder 5929.84 PRINTED 3/812013 7:41:00 AM PAGE 5 OF 6 Q2C Number.32854462 Quote Number: 1 Revision Number.0 Project Name: CITY OF ELGIN Quote Name:CITY OF ELGIN Item Unit Extended No. Qty. Catalog Number/Details Authorized Price Authorized Price Total Authorized Price $38,439.84 Total Warranty: 0.00 Total FOB 0.00 Material Quote Total US DOLLARS: $38,439.84 Elgin Water Treatment Square D VFD Installation and Start-up Proposal This proposal is based on 2 existing City Of Elgin Water treatment buildings totaling 10 variable frequency drives. Scope of Work: Fox Lane Substation Pumps(2-5OHp VFD Drives): • Remove existing motor starter and install(2)new 50hp VFD's inside building • Electrical wiring and conduit of load and line side power and existing start/stop • Perform VFD start-up procedures per SE guidelines. *VFD start-up procedures are provided in the start-up procedures document. • Provide daily communication and documentation of services provided to owner upon completion of each VFD. The proposed cost for the work described above...............................................................$5,535.00 375 W River Road Carbon Mixer Pumps(2-4OHp VFD Drives): • Remove existing motor starter and install(2)new 40hp VFD's inside building. • Electrical wiring and conduit of load and line side power and existing start/stop • Perform VFD start-up procedures per SE guidelines. *VFD start-up procedures are provided in the start-up procedures document. • Provide daily communication and documentation of services provided to owner upon completion of each VFD. The proposed cost for the work described above...............................................................$6,982.00 375 W River Road Rapid Mixer Pumps(2-25Hp VFD Drives): • Remove existing motor starter and install(2)new 25hp VFD's inside building. • Electrical wiring and conduit of load and line side power and existing start/stop. • Perform VFD start-up procedures per SE guidelines. *VFD start-up procedures are provided in the start-up procedures document. • Provide daily communication and documentation of services provided to owner upon completion of each VFD. The proposed cost for the work described above...............................................................$8,269.00 PRINTED 3/8/2013 7:41:00 AM i PAGE 6 OF 6 Q2C Number.32854462 Quote Number.1 Revision Number.0 Project Name: CITY OF ELGIN Quote Name:CITY OF ELGIN Item Unit Extended No. Qty. Catalog Number/Details Authorized Price Authorized Price 375 W River Road Sediment Tank Pumps(2-15Hp VFD Drives&2-25 HP drives) • Remove existing motor starter and install(2)new 15hp VFD's inside building. • Remove existing motor starter and install(2)new 25hp VFD's inside building. • Electrical wiring and conduit of load and line side power and existing start/stop. • Perform VFD start-up procedures per SE guidelines. *VFD start-up procedures are provided in the start-up procedures document. • Provide daily communication and documentation of services provided to owner upon completion of each VFD. The proposed cost for the work described above...............................................................$10,500.00 Installation Total 531,286.00 Exclusions and Clarifications: • Customer to provide access to VFD's locations and safe working environments. • Control and communication wiring and conduit. • Wire and pull three#10's and one#12 ground in existing pipe from building to existing enclosure for 5th motor feed using existing spare 30 amp circuit(For Sediment Tank Pumps on Option#3). • Existing 30amp MCC disconnect on 5th"motor wired by owner. • Work is to be completed during normal working hours.(7:00am-3:30pm) • Proposal includes applicable shipping charges. • SE-Chicago Branch will provide the labor only for this proposal.The Square D VFD's will be provided by Graybar/ Schneider Electric Power Division. PRINTED 3/812013 7:41:00 AM of Los,;,. CONTRACT NO: (VERSION DATE] TERM CONTRACT AWARD MA-IS-1340234-1 INTERNAL SERVICES DEPARTMENT PROCUREMENT FOLDER: 453245 _C4 Oitkl BUYER: Theodore Lo PHONE: 323-267-2207 EMAIL: ted.lo@isdJacounry,gov I VENDOR NO 501079 GRAYBAR ELECTRIC COMPANY CONTACT:KEVIN STOKER 383 SOUTH CHERYL LANE PHONE: 909-451-4454 FISCAL YEAR. 2013 INDUSTRY CA 91789 I EFFECTIVE DATE: 04/01113 EXPIRATION 03t31116 Electrical Products-US Comm LLNE NO. COMAIODITYSERVICE,%E.SCwJPTION QUANTITY UOm PRIrF TYPE VALUE 1 COMMODITY CODE:285-93-00-047498 I 0.000 CATALOG 0.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 2 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 2.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SJPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 3 COMMODITY CODE:285-93-00-047496 0.000 CATALOG 10000 ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog VENDOR SlCkTURE/DATE EXHIBIT B i PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 2 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 4 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 4.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 5 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 5.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 6 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 6.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 7 COMMODITY CODE:285-93-00-047498 1.000 CATALOG 7.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 3 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UoM PRICE TYPE VALUE 8 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 7.5000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 9 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 8.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 10 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 9.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 11 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 10.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 12 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 12.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT I s ' PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 4 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 13 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 13.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 14 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 15.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 15 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 16.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 16 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 18.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog i PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 5 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 17 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 19.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 18 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 20.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 19 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 21.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 20 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 22.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 21 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 23.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT i PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 6 LINE NO. COMMOOFTY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 22 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 24.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 23 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 25.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 24 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 26.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 25 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 27.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 7 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 26 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 28.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog. 27 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 30.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 28 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 31.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 29 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 32.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 30 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 33.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 8 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 31 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 34.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 32 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 35.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 33 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 36.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. Catalog 34 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 37.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 9 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 35 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 38.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 36 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 39.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 37 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 40.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 38 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 41.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 39 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 42.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 10 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 40 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 43.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 41 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 44.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 42 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 45.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 43 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 46.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 11 LINE N0. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 44 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 47.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 45 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 48.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 46 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 49.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 47 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 50.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 48 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 51.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 12 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 49 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 52.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 50 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 53.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 51 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 54.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 52 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 55.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 13 LINE NO. COMMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 53 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 56.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 54 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 57.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 55 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 58.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 56 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 59.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 57 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 60.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 14 LINE NO. COMMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 58 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 61.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 59 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 62.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 60 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 63.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 61 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 64.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 15 LINE NO. COMMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 62 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 65.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 63 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 66.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 64 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 67.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 65 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 68.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 66 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 70.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 17 LINE NO. COMMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 71 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 75.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog - 72 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 76.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 73 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 80.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 74 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 82.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 75 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 83.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 18 LINE NO. COMMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 76 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 84.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 77 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 86.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 78 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 87.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 79 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 88.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 19 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE 80 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 89.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 81 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 90.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 82 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 91.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 83 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 92.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 84 COMMODITY CODE:285-93-00-047498 1.000 COST-PLUS 23.0000% ELECTRICAL PRODUCTS AND SUPPLIES - LIGHTING FOR SUPPLIERS, ELECTRICAL ITEMS AND COST PLUS PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 20 LINE NO. COMMODITY/SERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE ATTACHMENT SPREADSHEET FOR ONLY THIS LINE. catalog 85 COMMODITY CODE:285-93-00-047498 1.000 COST-PLUS 26.0000% ELECTRICAL PRODUCTS AND SUPPLIES - SERVICES (LA COUNTY RESTRICTED) FOR SUPPLIERS,ELECTRICAL ITEMS AND COST PLUS INFORMATION PLEASE SEE ATTACHMENT SERVICES SPREADSHEET FOR ONLY THIS LINE. (Service-List_of_S uppl ie rs_Cost_P I u s_noto_Exceed_26_Per cent.xls) catalog 86 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 0.0000% ELECTRICAL PRODUCTS AND SUPPLIES-CORE ITEMS FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 21 Terms&Conditions in accordance with RFP-IS-13255001. LOCAL FIXED ASSETS-LA County Only. For all local awards, any single piece of equipment priced at over$5,000 1unit will be excluded from any resulting agreements. SUBCONTRACTING The requirements of the Master Agreement may not be subcontracted by the Supplier without the advance written approval of the County. Any attempt by the Supplier to subcontract without the prior written consent of the County may be deemed a.material breach of the Master Agreement. A. If the Supplier desires to subcontract, the Supplier shall provide the following information promptly to the County: A description of the work to be performed by the Subcontractor; A draft copy of the proposed subcontract; and Other pertinent information and/or certifications requested by the County. B. The Supplier shall indemnify and hold the County harmless with respect to the activities of each and every Subcontractor in the same manner and to the same degree as if such Subcontractor(s)were the Supplier employees. C. The Supplier shall remain fully responsible for all performances required of it under the Master Agreement, including those that the Supplier has determined to subcontract, notwithstanding the County's approval of the Supplier's proposed subcontract. D. The County's consent to subcontract shall not waive the County's right to prior and continuing approval of any and all personnel, including Subcontractor employees, providing services under the Master Agreement. The Supplier is responsible to notify its Subcontractors of this County right. E. The County's Purchasing Agent or designee is authorized to act for and on behalf of the County with respect to approval of any subcontract and Subcontractor employees. After approval of the subcontract by the County, Supplier shall forward a fully executed subcontract to the County for their files. F. The Supplier shall be solely liable and responsible for all payments or other compensation to all Subcontractors and their officers, employees,agents, and successors in interest arising through services performed hereunder, notwithstanding the County's consent to subcontract. G. The Supplier shall obtain certificates of insurance, which establish that the Subcontractor maintains all the programs of insurance required by the County from each approved Subcontractor. H. The Supplier shall ensure delivery of all such documents before any Subcontractor employee may perform any work hereunder. LOCAL SERVICES-LA County Only For local awards, services will excluded from any resulting agreements. Only products will be included for local agreements. VOLUME INCENTIVES: A. A one half of a percent(0.5%)rebate on all purchases made in excess of one million dollars ($1,000,000), retroactive to dollar one. Paid annually. B. A one percent(1.0%)rebate on all purchases made in excess of two million dollars ($2,000,000), SPECIAL TERMS&CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 22 retroactive to dollar one. Paid annually. C. A one and one half percent(1.5%)rebate on all purchases made in excess of four million dollars ($4,000,000), retroactive to dollar one. Paid annually. SERVICES: Pricing is a Not To Exceed Cost Plus 26%. Pricing will be determined by the size and scope of the project and level of Graybar's involvement. Graybar will provide a copy of the applicable invoices to verify compliance with the Not To Exceed benchmark. All pricing will be finalized with the Participating Public Agency prior to the issuance of any purchase order. ADDITIONAL SERVICES AT NO COST: Services with No Cost include, but are not limited to: Shop Graybar, eBusiness, Graybar Smart Stock, Inventory Management, Graybar Building and Technology Specialists, Contract Compliance, Emergency Service, Emergency Preparedness, Mobility Solutions, Municipal and Cooperative Utility Services NON EXCLUSIVITY Nothing herein is intended nor shall be construed as creating any exclusive.arrangement with the Supplier. This Master Agreement shall not restrict the County from acquiring similar,equal or like goods and/or services from other entities or sources. NOTICE OF DELAYS Except as otherwise provided under the Master Agreement,when either party has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance of the Master Agreement,that party shall,within two(2)business days, give notice thereof, including all relevant information with respect thereto,to the other party. NOTICE OF DISPUTES The Supplier shall bring to the attention of the County any dispute between the County and the Supplier regarding the performance of services as stated in the Master Agreement. The County Purchasing Agent and/or his designee shall make the sole determination regarding the disposition and resolution of the dispute. CONSUMPTION REPORTS/ITEM NUMBERS/PURCHASES i SPECIAL TERMS&CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 23 Each County department or participating agency is to be assigned a customer number to be used in identifying each sale and proper billing address. Supplier shall be required to furnish to the County's Purchasing Agent/designee or requesting participating agency, monthly computer based usage reports of purchases separated by individual County departments or entity,and/or delivery locations, and employee purchases, listing quantities of separate items purchased and total dollars expended. Usage reports listing items in alphabetical order and descending dollar volume order must also be provided upon request. Supplier must provide any other usage reports that the County Purchasing Agent/designee or participating agencies may require for their internal controls including but not limited to Green Product consumption, HUB/DBE use,etc. TERMINATION FOR BREACH OF WARRANTY TO MAINTAIN COMPLIANCE WITH COUNTY'S CHILD SUPPORT COMPLIANCE PROGRAM Failure of the Supplier to maintain compliance with the requirements set forth in the Contractors Warranty of Adherence to County's Child Support Compliance Program shall constitute default under the Master Agreement. Without limiting the rights and remedies available to the County under any other provision of the Master Agreement,failure of the Supplier to cure such default within ninety(90)calendar days of written notice shall be grounds upon which the County may terminate the Master Agreement pursuant to Termination for Default herein, and pursue debarment of the Supplier, pursuant to County Code Chapter 2.202. TERMINATION FOR CONVENIENCE The Master Agreement may be terminated, in whole or in part, from time to time,when such action is deemed by the County, in its sole discretion,to be in its best interest. Such termination shall be effected by notice of termination to the Supplier specifying the extent to which performance of work is terminated and the date upon which such termination becomes effective. The date upon which such termination becomes effective shall be no less than ten (10)days after the notice is sent. A. After receipt of a notice of termination and except as otherwise directed by the County, the Supplier shall: Stop performance under the Master Agreement on the date and to the extent specified in such notice, and Complete performance of such part of the Master Agreement as shall not have been terminated by such notice. B. All material including books, records, documents, or other evidence bearing on the costs and expenses of the Supplier under the Master Agreement shall be maintained by the Supplier in accordance with paragraph 1.33.9 (Record Retention and Inspection/Audit Settlement)of this RFP. TERMINATION FOR DEFAULT The County may, by written notice to the Supplier, terminate the whole or any part of the Master Agreement, if,in the judgment of County's Purchasing Agent or designee: Supplier has materially breached the Master Agreement; or Supplier fails to timely provide and/or satisfactorily perform any task, deliverable, service, or other work required either under the Master Agreement; or Supplier fails to demonstrate a high probability of timely fulfillment of performance requirements under the i SPECIAL TERMS&CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 24 Master Agreement, or of any obligations of the Master Agreement and in either case,fails to demonstrate convincing progress toward a cure within five(5)working days (or such longer period as the County may authorize in writing)after receipt of written notice from the County specifying such failure. A. In the event that the County terminates the Master Agreement in whole or in part as provided herein, the County may procure, upon such terms and in such manner as the County may deem appropriate, goods and services similar to those so terminated. B. The Supplier shall be liable to the County for any and all excess costs incurred by the County, as determined by the County,for such similar goods and services. The Supplier shall continue the performance of the Master Agreement to the extent not terminated under the provisions of this sub-paragraph. C. Except with respect to defaults of any Subcontractor, the Supplier shall not be liable for any.such excess costs of the type identified herein if its failure to perform the Master Agreement arises out of causes beyond the control and without the fault or negligence of the Supplier. Such causes may include, but are not limited to: acts of God or of the public enemy, acts of the County in either its sovereign or contractual capacity, acts of Federal or State govemments in their sovereign capacities,fires,floods, epidemics,quarantine restrictions,-strikes, freight embargoes, and unusually severe weather; but in every case,the failure to perform must be beyond the control and without the fault or negligence of the Supplier. If the failure to perform is caused by the default of a Subcontractor, and if such default arises out of causes beyond the control of both the Supplier and Subcontractor, and without the fault or negligence of either of them, the Supplier shall not be liable for any such excess costs for failure to perform, unless the goods or services to be fumished by the Subcontractor were obtainable from other sources in sufficient time to permit the Supplier to meet the required performance schedule.As used in this paragraph,the term "Subcontractor(s)"means Subcontractor(s)at any tier. C. If, after the County has given notice of termination under the provisions of this paragraph, it is determined by the County that the Supplier was not in default under the provisions herein,or that the default was excusable under the provisions,the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to Termination for Convenience, as described herein. D. The rights and remedies of the County provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. TERMINATION FOR IMPROPER CONSIDERATION The County may,by written notice to the Supplier, immediately terminate the right of the Supplier to proceed under the Master Agreement if it is found.that consideration, in any form,was offered or given by the Supplier, either directly or through an intermediary,to any County officer, employee,or agent with the intent of securing the Master Agreement or securing favorable treatment with respect to the award, amendment,or extension of the Master Agreement or the making of any determinations with respect to the Supplier's performance pursuant to the Master Agreement. In the event of such termination, the County shall be entitled to pursue the same remedies against the Supplier as it could pursue in the event of default by the Supplier. A. The Supplier shall immediately report any attempt by a County officer or employee to solicit such improper consideration. The report shall be made either to the County manager charged with the supervision of the employee or to the County Auditor-Controller's Employee Fraud Hotline at(800)544-6861. B. Among other items, such improper consideration may take the form of cash, discounts, services, the provision of travel or entertainment,or tangible gifts. TERMINATION FOR INSOLVENCY The County may terminate the Master Agreement in the event of the occurrence of any of the following: A. Insolvency of the Supplier. The Supplier shall be deemed to be insolvent if it has ceased to pay its debts SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 25 for at least sixty(60)days in the ordinary course of business or cannot pay its debts as they become due,whether or not a petition has been filed under the Federal Bankruptcy Code and whether or not the Supplier is insolvent within the meaning of the Federal Bankruptcy Code; B. The filing of a voluntary or involuntary petition regarding the Supplier under the Federal Bankruptcy Code; the appointment of a Receiver or Trustee for the Supplier; or the execution by the Supplier of a general assignment for the benefit of creditors. The rights and remedies of the County provided in this paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. TERMINATION FOR NON APPROPRIATION OF FUNDS Notwithstanding any other provision of the Master Agreement,the County shall not be obligated for the Supplier's performance hereunder or by any provision of the Master Agreement during any of the County's future fiscal years unless and until the County's Board of Supervisors appropriates funds for use under the Master-Agreement in the County's Budget for each such future fiscal year. In the event that funds are not appropriated,then the Master Agreement shall terminate as of June 30 of the last fiscal year for which funds were appropriated. The County shall notify the Supplier in writing of any such non-allocation of funds at the earliest possible date. VALIDITY If any provision of the Master Agreement or the application thereof to any person or circumstance is held invalid, the remainder of the Master Agreement and the application of such provision to other persons or circumstances shall not be affected thereby. WAIVER No waiver by the County of any breach of any provision of the Master Agreement shall constitute a waiver of any other breach or of such provision. Failure of the County to enforce at any time,or from time to time, any provision of the Master Agreement shall not be construed as a waiver thereof. The rights and remedies set forth herein shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Master Agreement. WARRANTY AGAINST CONTINGENT FEES The Supplier warrants that no person or selling agency has been employed or retained to solicit or secure the Master Agreement upon any contract or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Supplier for the purpose of securing business. For breach of this warranty,the County shall have the right to terminate the Master Agreement and,at its sole discretion, deduct from the Master Agreement price or consideration,or otherwise recover,the full amount of such commission, percentage, brokerage,or contingent fee. PARTICIPATING MUNICIPALITIES Excluding any local awards,the County has designated U.S.Communities Government Purchasing Alliance (herein U.S. Communities)as the agency to provide administrative services related to purchases by other governmental entities(Participating Public Agencies)under the Master Agreement. At the County's sole discretion and option, and upon Supplier entering into the requisite U.S. Communities Administration Agreement, Participating Agencies may acquire products under the Master Agreement. Such acquisitions shall be at the prices stated in the Master Agreement, or lower. The awarded Supplier(s)must deal directly with any Participating Public Agency concerning the placement of orders, issuance of the purchase order,contractual disputes, invoicing, and payment. The County is acting as SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 26 Contracting Agent for the Participating Public Agencies and shall not be held liable for any costs, damages, etc. incurred by any other Participating Public Agency. In no event shall the County be considered a dealer, remarketer, agent or representative of the Supplier. PRE-PRINTED TERMS AND CONDITIONS Pre-printed terms and conditions/bidders contract documents. Bidders pre-printed terms and conditions or restrictions commonly appearing on the reverse side of letters submitted with the bid and/or bidders specifications material and contract documents will be disregarded in the absence of a positive written statement from Bidder and approved in writing by the County Purchasing Agent that all or a particular portion of such writings are in addition to or supersede the County terms and conditions. RESERVATION The County of Los Angeles reserves the right to bid individual large requirements when deemed in the best interests of the County. RETURN OF GOODS RECEIVED In bidding, Proposer agrees to accept for full credit any merchandise returned in good condition within five days after receipt of goods without any handling charges; however, no return shall be made of any material which has been put into operation other than for test. When products delivered fail to meet specification, cost of inspection shall be for account of vendor. CANCELLATION Any agreement formulated from this inquiry may be cancelled by either party upon (ninety)90 days written notice. The County may continue to place orders against said agreement until the effective date of such cancellation. PRICING Except as specifically noted herein, category product price proposals shall be firm,fixed prices for one year after the award for core list items and discount off manufacturer price list for all other items. In all cases,the County will reserve the right to reject any price increases during the terms of the Master Agreement. The County reserves the right to negotiate pricing and to add and delete items. MASTER AGREEMENT TERM The Master Agreement term shall be for a period of three(3)years from the date of award, with two(2)additional 12-month extension options which may be exercised at the sole discretion of the County. PRICE ADJUSTMENTS All price adjustment requests must be submitted no less than 60 days prior to implementation. All upward price adjustments must be supported by manufacturers letter(s)substantiating the requested increase,the percent increase and must be approved by County Purchasing Agent. Price decreases will be accepted any time during he contract period with 60 day notice. SUBSTITUTION 6S . - SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 JPAGE 27 Products purchased as a result of any award made from this RFP are to be supplied as offered,and accepted without substitution of material or style, at the contract price. Any deviation must be approved in advance by the requisitioning agency official. FREIGHT Freight Prepaid and Allowed. All charges including, but not limited to,transportation, packing and installation,to any location, including desktop delivery within agency facilities, anywhere within Los Angeles County or any location in all 50 States, must be inclusive in the Supplier' ¢"¢' ¢s price. STANDARD TERMS&CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 28 The County of Los Angeles accepts your offer to furnish our requirements(and such requirements as may be ordered by cities and/or districts indicated herein)of the listed commodity,or service, as needed, subject to conditions of the stated quotation and.as provided herein.All Purchase Agreements, Purchase Orders and Contracts will be deemed to be made and entered into the State of California under the constitution and laws of this state and are to be so" construed. PRICE GUARANTEE: Unless otherwise provided herein, prices are maximum for the period of this agreement. In the event of a price decline, or, should you at any time during the life of this agreement sell the same material or service under similar quantity and deliver conditions to the State of California,or legal district thereof,or to any county or Municipality within the State of California at prices below those stated herein,you will immediately extend such lower prices to the County of Los Angeles. ATTENTION:VENDOR/DEPARTMENT-SPECIAL NOTE: County departments are not authorized to use this agreement as a purchasing source for products not specifically covered herein. Changes of items, equipment, or modifications to prices, specifications,or conditions, etc.,of this agreement can be made only by the Purchasing Agent by issuance of official amendment and in accordance with properly authorized changes agreed upon prior to consummation. Los Angeles County will not pay for items not listed below that have not been processed in accordance with the above paragraph.Vendor will incur payment problems. County's Quality Assurance Plan.The County or its agent will evaluate Contractor's performance under this agreement on not less than annual basis. Such evaluation will include assessing Contractor's compliance with all contract terms and performance standards. Contractor deficiencies which County's determines are severe or continuing and that may place performance of the agreement in jeopardy if not corrected will be reported to the Board of Supervisors. The report will include improvement/corrective action measures taken by the County and Contractor. If improvement does not occur consistent with the corrective action measures, County may terminate this agreement or impose other penalties as specified in this agreement. CONTRACTOR RESPONSIBILITY AND DEBARMENT 1.A responsible Contractor is a Contractor who has demonstrated the attribute of trustworthiness,as well as quality, fitness, capacity and experience to satisfactorily perform the contract. It is the County's policy to conduct business only with responsible contractors. 2.The Contractor is hereby notified that, in accordance with Chapter 2.202 of the County Code, if the County acquires information concerning the performance of the contractor on this or other contracts which indicates that the Contractor is not responsible,the County may, in addition to other remedies provided in the contract, debar the Contractor from bidding on County contracts for a specified period of time not to exceed 5 years, and terminate any or all existing contracts the Contractor may have with the County. 3.The County may debar a contractor if the Board of Supervisors finds, in its discretion,that the Contractor has done any of the following: (1)violated any term of a contract with the County, (2)committed any act or omission which negatively reflects on the Contractor's quality, fitness or capacity to perform a contract with the County or any other public entity, or engaged in a pattern or practice which negatively reflects on same, (3)committed an act or offense which indicates a lack of business integrity or business honesty, or(4)made or submitted a false claim against the County or any other public entity. 4. If there is evidence that the Contractor may be subject to debarment, the Department will notify the Contractor in writing of the evidence which is, the basis for the proposed debarment and will advise the Contractor of the scheduled date for a debarment hearing before the Contractor Hearing Board. i STANDARD TERMS&CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 29 5.The Contractor Hearing Board will conduct a hearing where evidence on the proposed debarment is presented. The Contractor and/or the Contractor's representative shall be given an opportunity to submit evidence at that hearing..After the hearing,the Contractor Hearing Board shall prepare a proposed decision,which shall contain a recommendation regarding whether the contractor should be debarred, and,if so,the appropriate length of time of the debarment. If the Contractor fails to avail itself of the opportunity to submit evidence to the Contractor Hearing Board,the Contractor may be deemed to have waived all rights of appeal. 6.A record of the hearing,the proposed decision and any other recommendation of the Contractor Hearing Board shall be presented to the Board of Supervisors. The Board of Supervisors shall have the right to modify,deny or adopt the proposed decision and recommendation of the Hearing Board. 7. These terms shall also apply to(subcontractors/subconsultants)of County Contractors. PROHIBITION AGAINST USE OF CHILD LABOR VENDOR shall: 1. Not knowingly sell or supply to COUNTY any products,goods, supplies or other personal property produced or manufactured in violation of child labor standards set by the International Labor Organizations through its 1973 Convention concerning Minimum Age for Employment. 2. Upon request by COUNTY, identify the country/countries of origin of any products. goods, supplies or other personal property bidder sells or supplies to COUNTY, and 3. Upon request by COUNTY, provide to COUNTY the manufacturer's certification of compliance with all international child labor conventions. Should COUNTY discover that any products, goods, supplies or other personal property sold or supplied by VENDOR to COUNTY are produced in violation of any international child labor conventions, VENDOR shall immediately provide an alternative,compliant source of supply. Failure by VENDOR to comply with the provisions of this clause will be grounds for immediate cancellation of this Purchase Order or termination of this Agreement and award to an alternative vendor. A. Jury Service Program. This Contract is subject to the provisions of the County's ordinance entitled Contractor Employee Jury Service("Jury Service Program")as codified in Sections 2.203.010 through 2.203.090 of the Los Angeles County Code. B. Written Employee Jury Service policy. 1. Unless Contractor has demonstrated to the County's satisfaction either that Contractor is not a"Contractor"as defined under the Jury Service Program (Section 2.203.020 of the County Code)or that Contractor qualifies for an exception to the Jury Service Program (Section 2.203.070 of the County Code), Contractor shall have and adhere to a written policy that provides that its Employees shall receive from the Contractor, on an annual basis, no less than five days of regular pay for actual jury service. This policy may provide that Employees deposit any fees received for such jury service with the Contractor or that the Contractor deduct from the Employee's regular pay the fees received for jury service. I , STANDARD TERMS&CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 30 2. For purposes of this Section, "Contractor"means a person, partnership, corporation or other entity which has a contract with the County or a subcontract with a County contractor and has received or will receive an aggregate sum of $50,000 or more in any 12-month period under one or more County contracts or subcontracts. "Employee" means any Califomia resident who is a full time employee of Contractor. "Full time"means 40 hours or more worked per week,or a lesser number of hours if the lesser number is a recognized industry standard and is approved as such by the County. If Contractor uses any subcontractor to perform services for the County under the Contract,the subcontractor shall also be subject to the provisions of this Section.The provisions of this Section shall be inserted into any such subcontract agreement and a Copy of the Jury Service Program shall be attached to the agreement. 3. If Contractor is not required to comply with the Jury Service Program when the Contract commences, Contractor shall have a continuing obligation to review the applicability of its"exception status"from the Jury Service Program, and Contractor shall immediately notify County if Contractor at any time either comes within the Jury Service Program's definition of"Contractor"or if Contractor no longer qualifies for an exception to the Program. In either event, Contractor shall immediately implement a written policy consistent with the Jury Service Program.The County may also require, at any time during the Contract and at its sale discretion,that Contractor demonstrate to the county's satisfaction that Contractor either continues to remain outside of the Jury service Program's definition of"Contractor"and/or that Contractor continues to qualify for an exception to the Program. 4. Contractor's violation of this Section of the contract may constitute a material breach of the Contract. In the event of such material. breach, County may, in its sole discretion, terminate the Contract and/or bar Contractor from the award of future County contracts for a period of time consistent with the seriousness of the breach. PRICE SPECIFIC CONTRACTS AND PURCHASE ORDERS Vendors are entitled to receive payment for goods received by, or services provided to the county specific to the Contract or Purchase Order price amount. Under no circumstances will those Suppliers, Contractors or Vendors who supply goods or otherwise contract services with the County of Los Angeles be entitled to or paid for expenditures beyond the Contract or Purchase Order amounts.Vendors are prohibited from accepting prepayment for goods or services without the express written approval of the County Purchasing Agent. ASSIGNMENT BY CONTRACTOR A. Contractor shall not assign its rights or delegate its duties under the Agreement, or both whether in whole or in part,without the prior written consent of County, in its discretion, and any attempted assignment or delegation without such consent shall be null and void. For purposes of this paragraph, County consent shall require a written amendment to the Agreement,which is formally approved and executed by the parties.Any payments by county to any approved delegate or assignee on any claim under the Agreement shall be deductible, at County's sole discretion,against the claims which Contractor, may have against county. B. Shareholders, partners, members, or other equity holders of Contractor may transfer, sell exchange, assign, or divest themselves of any interest they may have therein. However, in the event any such sale, transfer, exchange. assignment, or divestment is effected in such a way as to give majority control of Contractor to any person(s), corporation, partnership, or legal entity other than the majority controlling interest therein at the time of execution of the Agreement, such disposition is an assignment requiring the prior written consent of County in accordance with applicable provisions of this Agreement. C. Any assumption, assignment, delegation, or takeover of any of the Contractor's duties, responsibilities, obligations, or performance of same by any entity other than the Contractor,whether through assignment, subcontract, delegation, merger, buyout, or any other mechanism, with or without consideration for any reason whatsoever without county's express prior written approval, shall be a material breach of the Agreement which may result in the termination of the Agreement. In the event of such termination, County shall be entitled to pursue the same remedies against Contractor as it could pursue in the event of default by Contractor. PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1340234-1 PAGE 16 LINE NO. COMMODITYISERVICE DESCRIPTION QUANTITY UOM PRICE TYPE VALUE INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 67 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 71.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS,ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 68 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 72.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 69 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 73.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog 70 COMMODITY CODE:285-93-00-047498 0.000 CATALOG 74.0000% ELECTRICAL PRODUCTS AND SUPPLIES FOR SUPPLIERS, ELECTRICAL ITEMS AND DISCOUNT INFORMATION PLEASE SEE CATALOG ATTACHMENT. catalog