HomeMy WebLinkAboutItem #02 Approval of Cintas Corporation Facilities Solutions Agreementlkaxo%/�
000(?(?
fIorida
AGENDA ITEM COVER SHEET
Meeting Date: June 4, 2013
Item #
Contact Name: Stephen C. Kru
Contact Number: 6002
Reviewed By.
_ Department Director:
City Manager:
Subject: Cintas Corporation Facilities Solutions Agreement.
Background Summary:
At the January 4 2011 meeting, the Commission approved the Public Works Team's utilization of
Cintas for uniform, shop towel and fender cover service. Pricing was based on a Volusia County bid,
however Cintas has since approached the City with an alternative contract which will save Public Works
approximately $5,000.00 annually. Ocoee is a member of the U.S. Communities Government
Purchasing Alliance which is a cooperative that allows the City to take advantage of competitively bid
contracts from other government agencies. The Harford County Public Schools, Maryland, has provided
a Master Agreement for the City to utilize for uniform, shop rag, fender cover and carpet service
providing a significant savings. Public Works will spend approximately $25,800.00 for the services. The
Parks and Recreation Department also utilizes Cintas for uniform service and will benefit from the
contract at their approximate budget of $2,700.00.
Public Works recommends awarding the uniform, shop towel, fender cover and carpet service to Cintas
through the U.S. Communities Government Purchasing Alliance Master Agreement by and between
Harford County Public Schools, Maryland and Cintas, Contract #12- JLH -011C.
Issue:
Request the City Commission to approve uniform, shop towel, fender cover and carpet service with
Cintas.
Recommendations
Recommend approval to issue purchase order(s) to Cintas Corporation to provide uniform, shop towel,
fender cover and carpet service to Cintas through the U.S. Communities Government Purchasing
Alliance Master Agreement by and between Harford County Public Schools, Maryland and Cintas
Corporation, Contract #12 -JLH -011 C, including renewals, for a not to exceed amount of $35,000.00
annually to account for employee turn over and revisions.
Attachments:
HCPS & Cintas Master Agreement Contract #12 -JLH -011 C.
Cintas U.S. Communities Govt. Purchasing Alliance RFP.
HCPS & Cintas Master Agreement Amendment #1.
Financial Impact:
The funding for the shop towel, fender cover and carpet service is adequately covered in the Public
Works and Parks & Recreation Department budgets.
Type of Item: (please mark with an z')
Public Hearing
For Clerk's Dept Use:
Ordinance First Reading
_ Consent Agenda
Ordinance Second Reading
Public Hearing
Resolution
Regular Agenda
x Commission Approval
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
N/A
Reviewed by Finance Dept.
N/A
Reviewed by ( )
N/A
2
MASTER AGREEMENT:
By and between:
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
102 S. Hickory Avenure
Bel Air, MD 21014
AND
Cintas Corporation
6800 Cintas Blvd.
Mason, OH 45040
Contract #12- JLH -011C
THIS MASTER AGREEMENT made and entered into this 1st day of April, 2012, by and between Harford
County Public Schools, Maryland (hereinafter referred to as "School District ", "HCPS ", or "District "), and
Cintas Corporation, a corporation authorized to conduct business in the State of Maryland (hereinafter
referred to as "Supplier ").
This agreement is made on behalf of Harford County Public Schools, Maryland and other participating
governmental agencies, through the U.S. Communities Government Purchasing Alliance.
WITNESSETH:
WHEREAS, pursuant to a request by the District, Supplier has submitted a proposal to provide a master
agreement for a National Award covering the following: furnish, supply and deliver facilities solutions
including the rental and service of uniforms, mats, mops and towels, and other related products and
services in accordance with the scope, terms and conditions of Request for Proposal, RFP #12 -JLH -011,
addenda, amendments, appendices and related correspondence. The Request for Proposal is
incorporated in its entirety and included as part of this agreement.
WHEREAS, HCPS desires to engage Supplier to perform said services; and
WHEREAS, HCPS and Supplier desire to state the terms and conditions under which Supplier will provide
said services to Harford County Public Schools (Lead Agency) and participating public agencies who have
registered with U.S. Communities.
NOW, THEREFORE, in consideration of the mutual covenants, condition and promises contained herein,
the parties hereto agree as follows:
A. Services: Supplier will provide Facilities Solutions as detailed in the referenced RFP and related
services for HCPS in its response to the heretofore referenced RFP to HCPS, which is attached
hereto and incorporated herein as a part of this Master Agreement.
B. Term: The initial term of this Master Agreement shall be three (3) years from on or about
April 1, 2012. This Master Agreement may then be renewed by mutual written agreement of
the parties for two (2) additional, two (2) year periods.
C. Compensation: HCPS agrees to pay and Supplier agrees to accept as compensation for the
products provided pursuant to this Master Agreement, the following:
1. The price proposal set forth in the best and final RFP Response, dated March 15, 2012 and
marked Amendment 1.
D. Invoicing: Supplier agrees to invoice HCPS as deliveries are completed or charge purchases to
an authorized HCPS Visa credit card. Invoices shall be delivered to HCPS accounts payable. Each
invoice shall include — as applicable — the following data: Item Number, Purchase Order Number,
Item Description, Quantity purchased, Unit Price, Extended price and Delivery location. All
purchase orders will be invoiced separately. Each invoice submitted by Supplier shall be paid by
HCPS within thirty (30) days after approval. The Supplier has agreed to accept payment via a
procurement credit card (i.e. Visa, MasterCard, etc.) which is the preferred method of payment.
E. Insurance: Supplier shall maintain at its own cost and expense (and shall cause any
Subcontractor to maintain) insurance policies in form and substance acceptable to HCPS as
detailed in the Request for Proposal.
F. Termination of Contract: This contract may be terminated as per the General Information of
the RFP, Section 1, K (page 5) and General Requirements, Attachment G, VIII (page 85 -86).
G. Notification: Notices under this Master Agreement shall be addressed as follows:
Jeffrey LaPorta, Supervisor of Purchasing
Harford County Public Schools
102 S. Hickory Avenue
Bel Air, MD 21014
Supplier: Cintas Corporation
Attn: Craig Jackson, Senior Global Account Manager
Address: 6800 Cintas Blvd
Mason, OH 45040
Phone: 513 - 459 -1200
The effective date of any notice under this Master Agreement shall be the date of receipt by the
addressee. The failure of either party to give notice of default, or to strictly enforce or insist
upon compliance with any of the terms or conditions of this Master Agreement, the waiver of
any term or condition of this Master Agreement, or the granting of an extension of time for
performance shall not constitute the permanent waiver of any term or condition of this Master
Agreement. This Master Agreement and each of its provisions shall remain at all times in full
force and effect until modified by the parties in writing.
H. Governing Law: This contract shall be interpreted under and governed by the laws of the State
of Maryland. Disputes will be settled as per the stipulations contained within the Request for
P ro posa I.
I. Incorporation of Appendices: All provisions of Appendices and Amendments are hereby
incorporated herein and made a part of this Master Agreement. In the event of any
apparent conflict between any provisions set forth in the main body of the Master Agreement
and any provision set forth in the Appendices and Amendments the provisions shall be
interpreted, to the extent possible, as if they do not conflict. In the event that such an
interpretation is not possible, the provisions set forth in the main body of this Master
Agreement shall control.
J. Entire Master Agreement: This Master Agreement including the entire RFP solicitation and the
Appendices attached hereto contain all the terms and conditions agreed upon by both parties.
No other understandings, oral or otherwise, regarding the subject matter of this Master
Agreement shall be deemed to exist or to bind any of the parties hereto. Any agreement not
contained herein shall not be binding on either party, nor of any force or effect. The revised
Best and Final Offer contained within Amendment 1 is also included and becomes part of the
Master Agreement.
K. Participating Public Agencies: Supplier agrees to extend the same terms, covenants and
conditions available to HCPS under this Master Agreement to other government agencies
( "Participating Public Agencies ") that, in their discretion, desire to access this Master Agreement
in accordance with all terms and conditions contained herein or attached hereto. Each
participating Public Agency will be exclusively responsible and deal directly with Supplier on
matters relating to ordering, delivery, inspection, acceptance, invoicing, and payment for
products and services in accordance with the terms and conditions of this Master Agreement.
Any disputes between a Participating Public Agency and Supplier will be resolved directly
between them in accordance with and governed by the laws of the State in which the
Participating Public Agency exists.
IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AGREEMENT IN THE YEAR AND DAY AS
NOTED:
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
L
Superintendent of Schools
Date
Y
Date
Attest:
Cintas Corporatio "
by
Senior bal Account Manager Date
Attest:
� 1-2 /I
4
To access pricing information, please use your login at www.uscommunities.org
h ie
HARFORD COUNTY
RoOert M. lonuoack, Ph.D, ut Schools
102 S. Hickory Avenue, Be! Air, hYtrviand 21014
off;cc -1 }O -g 8 7 zOO • r e. 410 8`j3 2478
Purchasing Office
Jeffrey LaPOrfa, Supervisor of Purchasing
P:410.638.4083
HARFORD COUNTY PUBLIC SCHOOLS
CONTRACT AMENDMENT #1
RFP# 12 -JLH -011
FACILITIES SOLUTIONS
This amendment dated November 12, 2012 (hereinafter "Execution Date ") is entered into between
CINTAS CORP, a corporation organized and existing under the laws of the State of Nevada with its
principal office located at 6800 Cintas Boulevard, Cincinnati, Ohio 45262 -5737, or any of its subsidiaries,
successors and assigns, and Harford County Public Schools, Maryland with its principal office located at
102 South Hickory Avenue, Bel Air, MD 21014 or any of its subsidiaries, successors and assigns. This
document amends the Master Agreement #12- JLH -011C signed by the parties April 1, 2012.
The Parties hereby further agree as follows:
CINTAS may provide to Harford County Public Schools and other participating public agencies who have
registered with U.S. Communities any product or service in its enterprise not specifically referenced in
the RFP # 12 -JLH -011. Pricing for such products or services shall be maintained at a discount of no less
than 10% on national voluntary book pricing. Where no national voluntary book pricing exists, local book
pricing with a discount of no less than 10% shall prevail.
IN WITNESS WHEREOF, the parties have hereunto set their hands as of the Execution Date.
HARFORD COUNTY PUBLIC SCHOOLS
1
By:
Title; \l.( Pe �(` J t r
Date:
U.S. COMMUNITIES"
GOVERNMENT PURCHASING ALLIANCE
NATIONAL
LEAGUE
aCITIES wiix
a �ouHry .
� t O
Harford County Public Schools
102 South Hickory Avenue
Bel Air, Maryland 21014
Purchasing Department
410 - 809 -6044
RFP #12 -JLH -011
REQUEST FOR PROPOSALS
FOR
FACILITIES SOLUTIONS:
INCLUDING THE RENTAL AND SERVICE OF UNIFORMS, MATS, MOPS AND TOWELS AND
OTHER RELATED PRODUCTS AND SOLUTIONS
Proposals Due: February 16, 2012, 2:30 pm EDT
THIS SOLICITATION IS MADE ON BEHALF OF HARFORD COUNTY PUBLIC SCHOOLS,
MARYLAND AND OTHER GOVERNMENTAL AGENCIES AND MADE AVAILABLE
THROUGH THE U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE.
See Information on Page 7, Paragraph P. regarding the date /time of the
Pre - Proposal Conference
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412- JLH -01 1
TABLE OF CONTENTS
SectionI — General Information ................................................................................................... ..............................3
Calendar of Events (Timeframe) ..................................................................................... ..............................4
Pre - Proposal Conference ................................................................................................. ..............................7
Section 11 — Performance Work Statement ................................................................................... ..............................8
Required Information Checklist ...................................................................................... ..............................9
Section III — Evaluation and Selection Process ........................................................................... .............................10
Technical Proposal Criteria ........................................................................................... ..............................1 l
PriceProposal Criteria .................................................................................................... .............................14
Section IV — U.S. Communities Supplier Qualifications ............................................................ .............................15
Supplier Qualification Worksheet .................................................................................. .............................24
New Supplier Implementation Checklist ........................................................................ .............................25
Supplier Information Required ....................................................................................... .............................27
AttachmentA, Signature Sheet ................................................................................................... .............................31
Attachment B, Master Intergovernmental Cooperative Purchasing Agreement ......................... .............................32
Attachment C, U.S. Communities Administration Agreement ................................................... .............................34
Attachment D, State Notice Addendum ...................................................................................... .............................47
AttachmentE, ARRA Addendum ............................................................................................... .............................79
AttachmentF, FEMA Addendum ............................................................................................... .............................82
Attachment G, HCPS General Terms and Conditions ................................................................ .............................84
Attachment H, HCPS Insurance Requirements ........................................................................... .............................91
Attachment 1, Debarment and Anti- Bribery Statement ............................................................... .............................95
BidForm /Price Sheet .................................................................................................................. .............................96
Bid Form /Price Sheet Signature Sheet ........................................................ ............................... ............................101
2
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
REQUEST FOR PROPOSAL
FACILITIES SOLUTIONS:
INCLUDING THE RENTAL AND SERVICE OF UNIFORMS, MATS, MOPS AND TOWELS
AND OTHER RELATED PRODUCTS AND SOLUTIONS
Section I - General Information
A. Introduction
It is the intent of this RFP to solicit sealed proposals from qualified business entities to provide a
comprehensive solution of a broad scope of facilities solutions on a national level, including the rental
and service of uniforms, mats, mops, and towels and other related products and facilities solutions.
The method of procurement will be a competitive negotiation via a Request for Proposal (RFP) which
may include the submission of best and final offers.
Price will not be the sole determinant for the award. As defined by the American Bar Association
Model Procurement Code, Competitive Sealed Proposals (RFP) will be evaluated based upon criteria
formulated around best value which may include among other criteria: price, quality, performance
references, financial information and the ability to successfully supply public entities throughout the
United States.
B. Background
This solicitation is on behalf of Harford County Public Schools and those public entities that elect to
access the Master Agreement through the U.S. Communities Government Purchasing Alliance.
The Harford County Public Schools System (HCPS) is the seventh largest of the 24 Maryland School
Systems. HCPS has 54 schools and a total enrollment of approximately 40,000 students. We invite you
to learn more about our district by visiting our website at http: / /www.hcps.org
C. Procurement Administrator
Jeff LaPorta, CPPB, Supervisor of Purchasing, will administer the solicitation process and will be the
point of contact for purposes of this Request for Proposal. All questions and inquires should be emailed
to jeff.laporta(a�hcps.org All questions should be received by the close of business on January 27, 2012
at 4:00 pm EDT. Responses will not be made to telephone, faxed or mailed inquires.
D. Proposal Submission
One (1) original and eight (8) copies including four (4) CD's or flash drives of the Technical Proposal
are required, as well as two (2) Price Proposals. Proposals shall be submitted to, or hand delivered to,
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
Harford County Public Schools, 102 S. Hickory Avenue, Bel Air, Maryland 21014 to the attention of the
Purchasing Department no later than February 16, 2012 at 2:30 pm EDT.
Technical and Cost Proposals shall be in separate sealed envelopes /containers. Cost Proposals must be
submitted on the Bid Form/Price Sheet provided. Proposals must be clearly labeled showing the RFP
number, firm's name and address, and the proposal due date on the outside. Late proposals will not be
accepted and will be returned unopened. A Register of Proposals will be prepared at the closing time.
The Register of Proposals shall be open for inspection after award of the contract.
E. Proposal Acceptance
Proposals including price must remain valid for a period of not less than ninety (90) days to allow for
evaluation, School Board approval and contract execution. Harford County Public Schools reserves the
right to accept or reject any or all proposals, waive informalities and select the most favorable proposal
that will serve its best interest as well as the best interest of those participating governmental entities.
F. Calendar of Events (Subject to Change)
Event
Issue RFP
Pre - Proposal Conference (not mandatory)
Deadline for receipt of questions via email
Issue Addendum /s (if required)
Proposal due date
Finalist firms notified /interviewed
Negotiation of Best & Final Offer
Approval -Board of Education
Contract Effective Date
Date
January 12, 2012
January 19, 2012 - 10:30am to 12:00pm EDT
January 27, 2012 by 4:00pm EDT
February 3, 2012
February 16, 2012 by 2:30pm EDT
on or about March 1, 2012
on or about March 2, 2012
March 26, 2012
April 1, 2012
G. Incurring RFP Preparation Cost
Harford County Public Schools accepts no responsibility for any expense incurred in the proposal
preparation, on -site presentation, mailings, etc.
H. Insurance Requirements
Insurance requirements are contained in General Requirements, attached herewith. The Contractor must
have in force and will maintain insurance, including workers compensation, not less than the amounts
specified. These insurance requirement are only specific to purchases made to HCPS and does not apply
to other entities who use this agreement. Individual public entities will have their own specific
insurance requirements.
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
L Confidential Information
Trade secrets or proprietary information submitted in response to this solicitation must be clearly labeled
as "Confidential" and may not be disclosed unless required under the appropriate freedom of
information statute. Proposers must clearly identify the data or other materials to be protected and state
the reasons why protection is necessary. If awarded, the RFP and all related documents and proposal
submissions will become part of the contract award.
J. Contract Term
The term of the contract will be for three (3) years following the contract award date with the option to
renew for three (3) additional one (1) year periods. There may be annual negotiations of price, terms
and discounts with any changes taking effect on the anniversary date of the contract. All requests for
price changes must be justified and based upon verifiable criteria which may include the Bureau of
Labor Statistics Consumer Price Index (CPI -U) U.S. City Average, Baltimore Region (Washington -
Baltimore).
K. Termination for Cause /Convenience
If the Contractor fails to fulfill its obligations under this contract properly and on time, or otherwise
violates any provision of the contract, Harford County Public Schools may terminate the contract by 30
day written notice to the Contractor. HCPS can affirmatively collect damages which may result from
the Contractor's breach.
Harford County Public Schools may terminate all or any part of the Contract for the convenience of the
Harford County Public Schools with 30 day written notice. The Contractor will be paid for reasonable
costs incurred to the date of termination, if applicable.
L. Disputes
Except as otherwise provided in these contractual documents, any claim, dispute, or other matter in
question shall be referred to the Harford County Public Schools Supervisor of Purchasing, who shall
decide the issue and provide a written response to the Contractor. The decision of the Supervisor of
Purchasing shall be final and conclusive.
The Contract shall be governed by the laws of the State of Maryland and nothing in this contract shall be
interpreted to preclude the parties seeking any and all remedies provided by law. All protests must be in
writing and submitted to the Supervisor of Purchasing. Prior to dispute resolution through the
appropriate legal means, i.e. adjudicated by the appropriate Courts, the parties will participate in
Alternative Dispute Resolution (ADR), in an attempt to resolve the dispute in accordance with the
commercial Rules of the American Arbitration Association in effect at the time. All disputes shall be
decided by a single arbitrator. All costs associated with ADR will be borne by the Awarded Contractor.
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
M. Billing and Payment
Specific to HCPS, unless otherwise instructed, the preferred method of payment is by US Bank Visa
credit card. If this is not possible, invoices must be submitted to the Accounts Payable Office, 102 S.
Hickory Ave., Bel Air, Maryland, 21014. Purchase order numbers or contract numbers must appear on
the invoice.
Please advise in your Technical Proposal if payment via VISA credit card is not acceptable.
Specific to other entities that may access this contract via the Master Agreement payment methods will
be entity specific and may include, credit card payment, payment by invoice, or other options including
electronic payment. Any unacceptable payment options must be clearly articulated in the technical
submission.
N. Multi- Agency Procurement
Harford County Public Schools assumes no authority, liability, or obligation, on behalf of any other
public or non - public entity that may use any contract resulting from this Request for Proposal. All
purchases and payment transactions will be made directly between the Contractor and the requesting
entity. Any exceptions to this requirement must be specifically noted in the proposal response.
O. About This Document
This document is a Request for Proposal (RFP). It differs from a Request for Bid /Quotation in that
Harford County Public Schools is seeking a solution, as described in the cover page and in the following
sections, not a bid /quotation meeting firm specifications for the lowest price. As such, the lowest prices
proposed may not guarantee an award recommendation. As defined in the American Bar Association
Model Procurement Code, Competitive Sealed Proposals will be evaluated based upon criteria
formulated around the most important features of a product or service, of which quality, testing,
references, and availability or capability, may be overriding factors, and price may not be determinative
in the issuance of a contract or award. The proposal evaluation criteria should be viewed as standards
that measure how well a contractor(s) approach meets the desired requirements and needs of Harford
County Public Schools. Those criteria that will be used and considered in evaluation for award are set
forth in this document.
No negotiations, decisions, or actions shall be initiated by any proposers as a result of any verbal
discussion with any Harford County Public Schools member or U.S. Communities staff prior to the
opening of proposals in responses to this document. RFP Offerors shall make no contacts — either
written or verbal — with any individual other than the individual identified herein during the period
beginning with the issuance of this RFP through approval of award. Any attempt by a supplier /proposer
to influence a member or members of the aforementioned may be grounds to disqualify the proposal
from the proposer from further consideration.
As applicable to the service identified in this solicitation, trade secrets or proprietary information
submitted by a supplier /proposer in connection with this solicitation may not be subject to disclosure.
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -J L H -01 1
Proposers must clearly identify the materials to be protected and state the reasons why protection is
necessary.
If awarded, this RFP document in its entirety including attachments, appendices and addendums will
become part of the Contract. Harford County Public Schools reserves the right to reject any or all
proposals at any time and make necessary arrangements to contract for the services or work described
and proposed in the manner most feasible and applicable when in its best interest to do so.
P. Pre - Proposal Conference
A pre - proposal conference will be held on January 19, 2012 beginning at 10:30 am EDT. The location
will be at the Harford County Public Schools Administration Building, 102 S. Hickory Avenue, Bel Air,
MD 21014, 2 nd Floor, Room 234.
The conference is not mandatory. Interested proposers are strongly encouraged to attend.
Q. Multiple Awards
It is the intent of HCPS to make a single award, but reserves the right to make multiple awards at its
discretion.
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
Section II — Performance Work Statement
Outcome
The expected outcome of this proposal is to enter into a contractual relationship with a business partner
who will provide commodities and services incidental to providing K -12 school districts, community
colleges, higher education institutions, municipalities, counties, state agencies and other participating
public agencies throughout the United States with the service of rental of uniforms, mops, mats and
towels and other products and solutions and the most extensive and comprehensive array of facilities
solutions at the lowest possible cost. Products must meet the highest quality control standards and be
durable and reliable.
The primary focus of this RFP is to award a national contract(s), to those supplier(s) that offer the most
comprehensive solutions to the above outcome statement.
Proposer must demonstrate that they have comprehensive solutions to provide the rental of uniforms,
mops, mats and towels and other products and facility solutions in a fast and effective manner.
Proposers are encouraged to detail in their Technical Proposal any related value added services that will
benefit contracting agencies.
Proposal Submission
This RFP requires a two -part submission process. Separate Technical and Price Proposals are to be
submitted in sealed envelopes on the date and time stipulated. One (1) original and eight (8) copies
(total of 9) and four (4) CD's or flash drives of the Technical Proposal are required. Two (2) copies of
the Cost Proposal are required. The proposal due date is February 16, 2012 at 2:30 pm, EDT. Late
proposals will not be accepted and will be returned unopened. A Register of Proposals will be prepared
at the closing time and will be available for inspection after award of the Contract.
Definitions
Definitions as used herein:
A. The term "solicitation" used in this document means this Request for Proposal (RFP).
B. The term "offer and "proposal" are used synonymously and mean a response to this solicitation.
C. The terms "offeror" and "proposer" are synonymous and refer to the entity/business /individual that
submits a response to this solicitation.
D. Harford County Public Schools, Maryland may be referred to as "HCPS ".
E. Rental of garments includes cleaning and laundering.
F. Lease of garments excludes cleaning and laundering.
Specific Information Requested From All Proposal Submitters
Harford County Public Schools may make such investigations deemed necessary to determine the ability
of the Offeror to furnish the necessary requirements described herein. The Offeror shall furnish, to
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
Harford County Public Schools, all data and information requested in order to determine the Offerors
ability to perform under this RFP. Harford County Public Schools reserves the right to reject any offer
if the evidence submitted by, or investigation of, such Offeror fails to satisfy Harford County Public
Schools that such Offeror is qualified to carry out the obligations of the contract.
The following is a checklist of required information:
#
Item
Complete
1
I Original Technical Proposal and 8 Copies and 4 CD's or flash drives 3 & 8
2
2 Price Proposals 3 & 8
3
Acceptance of procurement cards? 5 -6
4
Technical Proposal Criteria — Specific Requirements A -O 11
5
Technical Proposal Criteria — Specific Conditions 12 -13
6
Price Proposal Criteria 13 -14
7
Supplier Qualification Worksheet 24
8
Supplier Information 27 -30
9
Attachment A — Technical Proposal Signature Sheet 31
10
Attachment C — U.S. Communities Administration Agreement, signed unaltered,
34 -44
11
Attachment G - General Requirements — specific to HCPS 84 -90
12
Attachment H - Insurance Requirements — specific to HCPS 91 -94
13
Anti - Briber Statement 95
14
Bid Form /Price Sheet 96 -101
15
Price Proposal Signature Sheet (pg 101)
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 I
Section III — Evaluation and Selection Process
The evaluation criteria are set forth below and are intended to be the basis by which each proposal shall
be evaluated. This is a two -step evaluation process. Technical Proposals and Price Proposals shall be
submitted separately and labeled accordingly. Technical Proposals will be evaluated first. Each
proposal will be assigned an adjectival rating as described below. A short list will be prepared of the top
two highest ranking technical proposals. These two finalist firms may be invited to provide an oral
presentation either on -site or via teleconference and to negotiate best and final offers, both in terms of
Technical and Price Proposals. Based on a final evaluation of both Technical and Price Proposals from
the two finalist firms, a selection will be made. The highest ranking firm shall be given first rights for
finalization of a contract agreement.
Evaluation Criteria Definitions:
A. Discussion: Written or oral communications including negotiations between the Harford County
Public Schools and an Offeror that involves information essential for determining the
acceptability of the Proposal or to cure identified defects in the Proposal.
B. Clarification: Communication with an Offeror for the sole purpose of eliminating minor
irregularities, informalities, or apparent clerical mistakes in the Proposal. Unlike discussion,
clarification does not give the Offeror an opportunity to revise or modify its proposal, except to
the extent that correction of apparent clerical mistakes results in revision.
C. Deficiencies: Any defects in the proposal which preclude acceptance. Involves any part of the
Offeror's Proposal which would not satisfy the minimum requirements established in this
solicitation. It may also include failure to provide information and questionable technical or
management approaches.
D. Weakness: Aspect of or omission from an Offeror's proposal that includes ambiguities and
conflicts within the Proposal, lack of complete descriptions, errors in interpretation, omissions of
essential information, inadequate information that prevent the evaluators from knowing the intent
of the Proposal.
E. Strengths: Elements of the Proposal that meet or exceed the outcomes identified and may
provide additional benefits beyond what is specified.
Adjectival Ratings:
A. Outstanding (90 -1 OO): Exceeds evaluation standards in a beneficial way and meets the outcomes
identified, and contains strengths and no weaknesses or deficiencies. The Proposal submitted is
innovative, comprehensive and complete in all details and meets or exceeds performance
standards.
B. Excellent (80 -89): Exceeds evaluation standards in a beneficial way and meets the outcomes
identified. Comprehensive and complete and has no significant weaknesses. May be lacking
some of the strengths but generally meets performance standards.
C. Acceptable (70 -79) Meets outcomes and performance standards and may contain weaknesses
which are not significant and may be correctable.
D. Marginal (60 -69): Fails to meet evaluation standards. Lacks essential information to support the
Proposal. Does not contain the outcomes and contains significant weaknesses.
10
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -JLH -0 I 1
E. Unacceptable (59 or less): Fails to meet minimum evaluation standards and the deficiencies and
weaknesses are uncorrectable. Demonstrated a lack of understanding of requirements or
omissions of major areas.
TECHNICAL PROPOSAL CRITERIA:
Qualifications, Technical Ability and Management Approach
Technical Proposals should be bound and organized with a table of contents.
Your Technical Proposal must answer and address the following:
Specific Requirements
A. Name of firm, address, telephone number, fax number, primary contact with email address and
website address.
B. Is your organization a subsidiary, parent or affiliate of any other firm?
C. Include a brief history and description of your company.
D. Provide three references for clients to which you are providing similar service. List the names,
email addresses and telephone numbers in order to contact the references provided.
E. Discuss your ability to meet the outcomes and standards identified.
F. Explain past performance of related experiences with regards to contracts of similar scale, scope
and complexity.
G. A detailed narrative that describes the strengths of the company, its understanding of the
Performance Work Statement, and includes all of the information requested.
H. Describe the firm's approach to meeting the overall requirements and deliverables stated herein.
Include a narrative describing how your company can meet the outcome of providing the most
comprehensive facilities solutions including but not limited to uniforms, mops, mats and towels.
1. Describe how your company can meet the criteria noted in the Specific Conditions section (pg.
12)
J. U.S. Communities Administration Agreement, signed unaltered — Attachment C, must be
included with the Technical Proposal.
K. Complete the Supplier Qualification Worksheet and include with the Technical Proposal.
L. Complete the Supplier Information and include with the Technical Proposal.
M. Provide a Diversity Statement which states your corporate commitment to engage, utilize and
partner with Minority and Women owned business and other business entities identified as
Disadvantaged Business Enterprises (DBE).
N. Include your business statement covering your position relative to sustainable business practices.
Please indicate if you can provide an annual report that identifies the "Green Products" carried in
your catalog or otherwise provided under this agreement. Also address whether your company
will use and /or supply "Green Products" for all cleaning jobs such as bathroom and carpet
cleaning. What is your process if you do not have "Green Products" for the assigned task?
O. List any and all additional fees /charges your company has that are not reflected on the Bid Form.
Charges such as restocking fees, cost for premium uniform sizes (XXL etc), fuel surcharges, etc.
W
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -J LH -01 1
Specific Conditions
A. All Offerors shall be primarily engaged in facilities solutions and shall be actively engaged in
this field for over 3 years.
B. SAMPLES ARE REQUIRED PRIOR TO BID OPENING. Samples will be received in the
Purchasing Office no later than the Proposal due date and time. Samples shall be plainly
marked with the name of the Offeror and the manufacturer of the item. All samples shall be
addressed to the Purchasing Department, Harford County Public Schools, 102 S. Hickory Ave.,
Bel Air, MD 21014, Attn: Jeff LaPorta. Samples submitted may be subject to examination and
test and Harford County Public Schools shall reserve the right to use all samples in any manner
which may best serve in final determination of the successful Offeror, even if said examination
and test results in damage to or destruction of sample. All samples shall be furnished at no cost
to Harford County Public Schools. Samples should include one (1) of each of the following:
Men's Clothing
Shirts, Long Sleeve (Poly /Cotton blend)
Shirts, Long Sleeve (cotton)
Shirts, Short Sleeve Polo Style (poly /cotton blend)
Trousers (poly /cotton blend)
Trousers (cotton)
Jackets, Lightweight
Jackets, Heavyweight
Other
Smocks
Coveralls ( poly /cotton blend)
Coveralls (Fire Retardant)
C. Method of Ordering and Delivery
1. Rental service (with laundering) of uniforms shall include weekly pick -up of soiled clothing
and deliver of equivalent clothing, cleaned and laundered. Upon delivery /pick -up at each
location, the route driver shall submit documentation of what is being delivered and what is
being picked -up by employee.
2. Lease service (without laundering) of uniforms shall include weekly visits to each location.
The route driver shall check with the Lead Custodian, or designee, for any items in need of
repair or replacement. The route driver shall submit documentation of what is being delivered
and what is being picked -up by employee.
3. Uniforms for new /additional employees shall be supplied within 10 business days.
4. Harford County Public Schools shall inspect items upon delivery. The route driver shall log
any inadequacies.
12
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
5. Uniforms shall be delivered on coat hangers to approximately sixty (60) locations throughout
Harford County. Delivery and pick up shall be made Monday thru Friday, between the hours
of 8:OOAM and 3:30PM. The established delivery day for a given location shall remain the
same throughout the Contract. Any change in delivery day shall require advance written
notification. Exact delivery locations and addresses shall be provided to the Successful
Vendor. ALL delivery locations MUST be visited once per week unless otherwise
established in writing.
6. Delivery drivers are required to hand count uniforms coming in and going out and confirm
such count with the Head Custodian or other designee in charge.
D. Invoicing
1. Invoices and any related billing documents must be guaranteed to be accurate and only
reflect charges actually incurred by Owner. Repeated instances of inaccurate, or over - billing
may result in contract termination.
E. Warranty and Replacement
All garments furnished at initial contract inception shall be guaranteed by the Successful
Offeror to be like new and free from any defects. Garments showing defects shall
immediately be replaced at no cost to the Participating Public Agency. Frayed or badly worn
garments shall be replaced as requested, at no cost during the term of the Contract. Stained
clothing shall be cleaned to the Participating Public Agency's satisfaction or replaced as
requested.
2. All alterations, repairs (zippers, buttons, tears, split seams, etc.) and replacement of defective
garments shall be the responsibility of the successful Offeror. The maintenance of garments
in presentable condition shall be the responsibility of the Successful Offeror. The Successful
Offeror shall make repairs as necessary, within ten (10) days of notification. The driver shall
leave service request forms with each department.
3. Failure to repair garments, or to replace worn -out garments with new garments within ten
(10) days from initial notification, will be considered unsatisfactory performance and may
result in termination.
F. Uniforms and Measurements
The Successful Offeror shall supply services to measure individual employees, at the job site, to
insure proper fit of garments. All garments shall be delivered within thirty (30) days from the
award date of the Contract. The Successful Offeror shall be prepared to start measuring for
uniforms upon contract award.
13
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 I
PRICE PROPOSAL CRITERIA:
The Price Proposal must be submitted separately from the Technical Proposal.
a. Offerors shall quote pricing for weekly rental with cleaning per employee, based on a weekly
allotment of eleven (1 1) shirts and eleven (11) trousers
b. Offerors shall quote pricing for weekly lease (no cleaning), based on a weekly allotment of
ten (10) shirts and five (5) trousers.
c. Offerors shall quote pricing for weekly rental of coveralls based on a weekly allotment of
three (3) coveralls
d. The Bid Form lists products and services that a pricing response is solicited for. Be aware
that all pricing submitted must be inclusive of all fees and service charges.
In addition please provide an excel spread sheet that provides pricing for any products that you
offer that were not included on the Bid /Pricing Form.
Please also provide your pricing for special order garments, and define what is a special order
garment.
Selection and Contract Finalization
Harford County Public Schools reserves the right to terminate negotiation when, in its judgment,
negotiations have reached an impasse. The Successful Offeror will be required to execute a contract
with Harford County Public Schools and the Contract will include all of the provisions of this RFP,
including conditions, attachments and addenda issued. Unsuccessful Offerors may request a
debriefing meeting concerning the selection process. The debriefing will occur after contract award.
14
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
Section IV — Overview of U.S. Communities Supplier Qualifications
1. MASTER AGREEMENT
Harford County Public Schools (herein "Lead Public Agency ") on behalf of itself and all states, local
governments, school districts, and higher education institutions in the United States of America, and
other government agencies and nonprofit organizations (herein "Participating Public Agencies ") is
soliciting proposals from qualified suppliers to enter into a Master Agreement for a Comprehensive
facilities solution including rental of uniforms, mops, mats and towels (herein "Products and
Services ").
ALL PRODUCTS OFFERED MUST BE LIKE NEW AND FREE FROM ANY DEFECTS.
2. OBJECTIVES
A. Provide a comprehensive competitively solicited Master Agreement offering Products and
Services to Participating Public Agencies;
B. Establish the Master Agreement as a Supplier's primary offering to Participating Public
Agencies;
C. Achieve cost savings for Suppliers and Participating Public Agencies through a single
competitive solicitation process that eliminates the need for multiple bids or proposals;
D. Combine the volumes of Participating Public Agencies to achieve cost effective pricing;
E. Reduce the administrative and overhead costs of Suppliers and Participating Public Agencies
through state of the art ordering and delivery systems;
F. Provide Participating Public Agencies with environmentally responsible products and services.
3. GENERAL DEFINITION OF PRODUCTS AND /OR SERVICES
The intent of the RFP is to enter into contract(s) which will allow schools, higher education
institutions, municipalities, counties, state agencies and certain not for profit organizations to
provide the rental of uniforms, mops, mats and towels and other products and solutions.
The successful suppliers must be capable of providing complete and comprehensive solutions to
provide the rental of uniforms, mops, mats and towels and other products and solutions to
participating public agencies. The primary focus of this RFP is to award a national contract(s), to
those suppliers that offer the most comprehensive solutions to provide the rental of uniforms, mops,
mats and towels and other products and solutions to the target market above.
15
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
4. U.S. COMMUNITIES
U.S. Communities Government Purchasing Alliance (herein "U.S. Communities ") assists
Participating Public Agencies reduce the cost of purchased goods through strategic sourcing that
combines the volumes and the purchasing power of public agencies nationwide. This is
accomplished through an award of competitively solicited contracts for high quality products and
services by large and well recognized public agencies (herein "Lead Public Agencies "). The
Contracts provide for use by not only the respective Lead Public Agency, but also by other
Participating Public Agencies.
National Sponsors
U.S. Communities is jointly sponsored by the National Institute of Governmental Purchasing (NIGP),
the National Association of Counties (NACo), the National League of Cities (NLC), the Association
of School Business Officials International (ASBO) and the United States Conference of Mayors
(USCM) (herein "National Sponsors ").
Advisory Board
The U.S. Communities Advisory Board is made up of key government purchasing officials from
across the United States.
Each Advisory Board Member is expected to actively participate in product bids and selection,
participate in policy direction, and share expertise and purchasing innovations.
Current U.S. Communities Advisory Board Members
City of Los Angeles, CA
Fairfax County, VA
Cobb County, GA
North Carolina State University, NC
Fresno Unified School District, CA
City and County of Denver, CO
Hennepin County, MN
Emory University, GA
Denver Public Schools, CO
Harford County Public Schools, MD
Hillsborough Schools, FL
City of Houston, TX
Los Angeles County, CA
Maricopa County, AZ
Miami -Dade County, FL
Salem - Keizer School District, OR
City of San Antonio, TX
San Diego Unified School District, CA
City of Seattle, WA
Great Valley School District, PA
Participating Public Agencies
Today more than 47,000 public agencies utilize U.S. Communities contracts and suppliers to procure over $1.6
Billion Dollars in products and services annually. Each month more than 400 new public agencies register to
participate. The continuing rapid growth of public agency participation is fueled by the program's proven
track record of providing public agencies unparalleled value.
The Supplier(s) must communicate directly with any Participating Public Agency concerning the placement of
orders, issuance of the purchase order, contractual disputes, invoicing, and payment. Harford County Public
16
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -J L H -01 1
Schools is acting as "Contracting Agent" for the Participating Public Agencies and shall not be held liable for
any costs, damages, expenses, fees, liabilities, etc. incurred by any other Participating Public Agency.
Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement
(MICPA) outlining the Terms and Conditions that allow access to the Lead Public Agencies' Master
Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be
construed to be in accordance with, and governed by, the laws of the state in which the Participating Public
Agency resides. A copy of the MICPA is attached as Attachment B.
Estimated Volume
The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is
$100 Million Dollars annually. This estimate is based on the anticipated volume of the Lead Public Agency
the U.S. Communities Advisory Board members, and current sales within the U.S. Communities program.
While there is no minimum quantity of products required to be purchased under the proposed Master
Agreement Harford County Public Schools and the U.S. Communities Advisory Board Members are
committed to utilizing the Master Agreement. The Advisory Board members shall determine if the Master
Agreement is of value to their agency, and will promote the Master Agreement among other public agencies
nationwide and internationally. The Advisory Board in 2010 purchased more than $138 Million Dollars of
products and services from existing U.S. Communities contracts.
Marketing Support
U. S. Communities provides marketing support for each Supplier's products through the following:
• National Sponsors as referenced above.
• State Associations of Counties, Schools and Municipal Leagues.
• Administrative and marketing personnel that directly promote the U.S. Communities Suppliers to
Participating Public Agencies through public agency meetings, direct mail, national publications, annual
meetings and a network of K -12, City, County, Higher Education and State Associations.
• U.S. Communities provides Suppliers government sales training, and a host of online marketing and sales
management tools to effectively increase sales through U.S. Communities.
Marketplace
U.S. Communities has developed an online Marketplace, which gives Participating Public
Agencies the ability to purchase from many U.S. Communities contracts directly from our website. The
Marketplace makes it easier for Participating Public Agencies to access many contracts through a single login
and place orders using a procurement card, credit card or purchase order. Suppliers have the ability to add
their products to the Marketplace at no cost.
Multiple Awards
Multiple awards may be issued as a result of the solicitation. Multiple Awards will ensure that any ensuing
Master Agreements fulfill current and future requirements of the diverse and large number of Participating
Public Agencies.
17
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
Evaluation of Proposals
Proposals will be evaluated by the Lead Public Agency in accordance with, and subject to, the relevant
statutes, ordinances, rules and regulations that govern its procurement practices.
U.S. Communities Advisory Board members and other Participating Public Agencies will assist the Lead
Public Agency in evaluating proposals. The Supplier(s) that respond(s) affirmatively meets the requirements
of this Request for Proposal and provides the best overall value will be eligible for a contract award. U.S.
Communities reserves the right to make available or not make available Master Agreements awarded by a
Lead Public Agency to Participating Public Agencies.
Suppliers Qualifications/Information:
Commitments
U.S. Communities views the relationship with an awarded Supplier as an opportunity to provide maximum
benefit to both the Participating Public Agencies and to the Supplier.
The successful foundation of the partnership requires commitments from both U.S. Communities and the
Supplier. U.S. Communities requires the Supplier to make the four commitments set forth below ( Corporate ,
Pricine Economy Sales to ensure that Supplier is providing the highest level of public benefit to
Participating Public Agencies:
(a) Corporate Commitment
(i) The pricing, terms and conditions of the Master Agreement shall, at all times, be
Supplier's primary contractual offering of Products and Services to Public Agencies. All
of Supplier's direct and indirect marketing and sales efforts to Public Agencies shall
demonstrate that the Master Agreement is Supplier's primary offering and not just one of
Supplier's contract options.
(ii) Supplier's sales force (including inside, direct and/or authorized dealers,
distributors and representatives) shall always solely present the Master Agreement when
marketing Products or Services to Public Agencies.
(iii) Supplier shall advise all Public Agencies that are existing customers of Supplier
as to the pricing and other value offered through the Master Agreement.
(iv) Upon authorization by a Public Agency, Supplier shall transition such Public
Agency to the pricing, terms and conditions of the Master Agreement.
(v) Supplier shall ensure that the U.S. Communities program and the Master
Agreement are actively supported by Supplier's senior executive management.
(vi) Supplier shall provide a national /senior management level representative with the
authority and responsibility to ensure that the Supplier's Commitments are maintained at
all times. Supplier shall also designate a lead referral contact person who shall be
responsible for receiving communications from U.S. Communities concerning new
Participating Public Agency registrations and for ensuring timely follow -up by Supplier's
staff to requests for contact from Participating Public Agencies. Supplier shall also
18
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
provide the personnel necessary to implement and support a supplier -based internet web
page dedicated to Supplier's U.S. Communities program and linked to U.S.
Communities' website and shall implement and support such web page.
(vii) Supplier shall demonstrate in its request for proposal ( "RFP ") or invitation to bid
( "ITB ") response and throughout the term of the Master Agreement that national /senior
management fully supports the U.S. Communities program and its commitments and
requirements. National /Senior management is defined as the executive(s) with
companywide authority.
(viii) Where Supplier has an existing contract for Products and Services with a state,
Supplier shall notify the state of the Master Agreement and transition the state to the
pricing, terms and conditions of the Master Agreement upon the state's request.
Regardless of whether the state decides to transition to the Master Agreement, Supplier
shall primarily offer the Master Agreement to all Public Agencies located within the
state.
(b) Pricin-a Commitment
(i) Supplier represents to U.S. Communities that the pricing offered under the
Master Agreement is the lowest overall available pricing (net to purchaser) on Products
and Services that it offers to Public Agencies. Supplier's pricing shall be evaluated on
either an overall project basis or the Public Agency's actual usage for more frequently
purchased Products and Services.
(ii) Contracts Offering Lower Prices If a pre- existing contract and /or a Public
Agency's unique buying pattern provide one or more Public Agencies a lower price than
that offered under the Master Agreement, Supplier shall match that lower pricing under
the Master Agreement and inform the eligible Public Agencies that the lower pricing is
available under the Master Agreement. If an eligible Public Agency requests to be
transitioned to the Master Agreement, Supplier shall do so and report the Public
Agency's purchases made under the Master Agreement going forward. The price match
only applies to the eligible Public Agencies. Below are three examples of Supplier's
obligation to match the pricing under Supplier's contracts offering lower prices.
(A) Supplier holds a state contract with lower pricing that is available to all
Public Agencies within the state. Supplier would be required to match the lower
state pricing under the Master Agreement and make it available to all Public
Agencies within the state.
(B) Supplier holds a regional cooperative contract with lower pricing that is
available only to the ten cooperative members. Supplier would be required to
match the lower cooperative pricing under the Master Agreement and make it
available to the ten cooperative members.
(C) Supplier holds a contract with an individual Public Agency. The Public
Agency contract does not contain any cooperative language and therefore other
Public Agencies are not eligible to utilize the contract. Supplier would be
required to match the lower pricing under the Master Agreement and make it
available only to the individual Public Agency.
19
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
(iii) Deviating Bugg Patterns Occasionally U.S. Communities and Supplier may
interact with a Public Agency that has a buying pattern or terms and conditions that
considerably deviate from the normal Public Agency buying pattern and terms and
conditions, and causes Supplier's pricing under the Master Agreement to be higher than
an alternative contract held by Supplier. This could be created by a unique end -user
preference or requirements. In the event that this situation occurs, Supplier may address
the issue by lowering the price under the Master Agreement on the item(s) causing the
large deviation for that Public Agency. Supplier would not be required to lower the price
for other Public Agencies.
(iv) Supplier's Options in Responding to a Third Party RFP or ITB While it is the
objective of U.S. Communities to encourage Public Agencies to piggyback on to the
Master Agreement rather than issue their own RFPs and ITBs, U.S. Communities
recognizes that for various reasons some Public Agencies will issue their own
solicitations. The following options are available to Supplier when responding to a
Public Agency solicitation:
(A) Supplier may opt not to respond to the RFP or ITB. Supplier may make
the Master Agreement available to the Public Agency as a comparison to its
solicitation responses.
(B) Supplier may respond with the pricing, terms and conditions of the
Master Agreement. If Supplier is awarded the contract, the sales would be
reported as sales under the Master Agreement.
(C) If competitive conditions require pricing lower than the standard Master
Agreement pricing, Supplier may submit lower pricing through the Master
Agreement. If Supplier is awarded the contract, the sales would be reported as
sales under the Master Agreement. Supplier would not be required to extend the
lower price to other Public Agencies.
(D) Supplier may respond to the RFP or ITB with pricing that is higher (net
to buyer) than the pricing offered under the Master Agreement. If awarded a
contract, Supplier shall still be bound by all obligations set forth in this Section
3.3, including, without limitation, the requirement to continue to advise the
awarding Public Agency of the pricing, terms and conditions of the Master
Agreement.
(E) Supplier may respond to the RFP or ITB with pricing that is higher (net
to buyer) than the pricing offered under the Master Agreement and if an
alternative response is permitted, Supplier may offer the pricing under the Master
Agreement as an alternative for consideration.
(c) Economy Commitment Supplier shall demonstrate the benefits, including the pricing
advantage, of the Master Agreement over alternative options, including competitive solicitation
pricing and shall proactively offer the terms and pricing under the Master Agreement to Public
Agencies as a more effective alternative to the cost and time associated with such alternate bids
and solicitations.
20
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -J L H -01 1
(d) Sales Commitment Supplier shall market the Master Agreement through Supplier's
sales force or dealer network that is properly trained, engaged and committed to offering the
Master Agreement as Supplier's primary offering to Public Agencies. Supplier's sales force
compensation and incentives shall be greater than or equal to the compensation and incentives
earned under other contracts to Public Agencies.
(i) Supplier Sales Supplier shall be responsible for proactive direct sales of
Supplier's Products and Services to Public Agencies and the timely follow -up to sales
leads identified by U.S. Communities. Use of product catalogs, targeted advertising,
direct mail and other sales initiatives are encouraged. All of Supplier's sales materials
targeted towards Public Agencies shall include the U.S. Communities logo. U.S.
Communities hereby grants to Supplier, during the term of this Agreement, a non-
exclusive, revocable, non - transferable, license to use the U.S. Communities name,
trademark, and logo solely to perform its obligations under this Agreement, and for no
other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S.
Communities name, trademark, or logo shall inure to the benefit of U.S. Communities.
U.S. Communities shall provide Supplier with its logo and the standards to be employed
in the use of the logo. During the term of the Agreement, Supplier grants to U.S.
Communities an express license to reproduce and use Supplier's name and logo in
connection with the advertising, marketing and promotion of the Master Agreement to
Public Agencies. Supplier shall assist U.S. Communities by providing camera -ready
logos and by participating in related trade shows and conferences. At a minimum,
Supplier's sales initiatives shall communicate that (i) the Master Agreement was
competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides
the best government pricing, (iii) there is no cost to Participating Public Agencies, and
(iv) the Master Agreement is a non - exclusive contract.
(ii) Brandine and Logo Compliance Supplier shall be responsible for complying
with the U.S. Communities branding and logo standards and guidelines. Prior to use by
Supplier, all U.S. Communities related marketing material must be submitted to U.S.
Communities for review and approval.
(iii) Sales Force Training Supplier shall train its national sales force on the Master
Agreement and U.S. Communities program. U.S. Communities shall be available to train
regional or district managers and generally assist with the education of sales personnel.
(iv) Participating Public Agency Access Supplier shall establish the following
communication links to facilitate customer access and communication:
(A) A dedicated U.S. Communities internet web -based homepage containing:
(1) U.S. Communities standard logo with Founding Co- Sponsors
logos;
(2) Copy of original RFP or ITB;
(3) Copy of Master Agreement including any amendments;
(4) Summary of Products and Services pricing;
(5) Electronic link to U.S. Communities' online registration page;
and
(6) Other promotional material as requested by U.S. Communities.
21
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
(B) A dedicated toll -free national hotline for inquiries regarding U.S.
Communities.
(C) A dedicated email address for general inquiries in the following format:
uscommunities @(name of supplier).com.
(v) Electronic Registration Supplier shall be responsible for ensuring that each
Public Agency has completed U.S. Communities' online registration process prior to
processing the Public Agency's first sales order.
(vi) Supplier's Performance Review Upon request by U.S. Communities, Supplier
shall participate in a performance review meeting with U.S. Communities to evaluate
Supplier's performance of the covenants set forth in this Agreement.
(vii) Supplier Content Supplier may, from time to time, provide certain graphics,
media, and other content to U.S. Communities (collectively " Supplier Content ") for use
on U.S. Communities websites and for general marketing and publicity purposes.
Supplier hereby grants to U.S. Communities and its affiliates a non- exclusive, worldwide,
perpetual, free, transferrable, license to reproduce, modify, distribute, publically perform,
publically display, and use Supplier Content in connection with U.S. Communities
websites and for general marketing and publicity purposes, with the right to sublicense
each and every such right. Supplier warrants that: (a) Supplier is the owner of or
otherwise has the unrestricted right to grant the rights in and to Supplier Content as
contemplated hereunder; and (b) the use of Supplier Content and any other materials or
services provided to U.S. Communities as contemplated hereunder will not violate,
infringe, or misappropriate the intellectual property rights or other rights of any third
party.
22
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
U.S. Communities Administration Agreement
The Supplier is required to execute, unaltered, the U.S. Communities Administration Agreement
(attached hereto as Attachment C) prior to the award of the U.S. Communities contract. The Agreement
outlines the Supplier's general duties and responsibilities in implementing the U.S. Communities
contract.
The executed U.S. Communities Administration Agreement is required to be submitted with the
supplier's proposal without exception or alteration. Failure to do so will result in disqualification.
23
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 I
SUPPLIER QUALIFICATION WORKSHEET
(Must be included with Technical Proposal)
Suppliers are required to meet specific qualifications. Please respond in the spaces provided after each
qualification statement below:
A. State if pricing for all Products /Services offered will be the most competitive pricing offered by your
organization to Participating Public Agencies nationally.
YES NO
B. Does your company have the ability to provide service to any Participating Public Agencies in the
contiguous 48 states, and the ability to provide service in Alaska and Hawaii?
YES NO
C. Does your company have a national sales force, dealer network or distributor with the ability to call on
Participating Public Agencies in all 50 U.S. states?
YES NO
D. Did your company have sales greater than $50 million last year in the United States?
YES NO
E. Does your company have existing capacity to provide toll -free telephone and state of the art electronic,
facsimile and internet ordering and billing?
YES NO
F. Will your company assign a dedicated Senior Management level Account Manager to support the resulting
U.S. Communities program contract?
YES NO
G. Does your company agree to respond to all agency referrals from U.S. Communities within 2 business
days?
YES NO
H. Does your company maintain records of your overall Participating Public Agencies' sales that you can and
will share with U.S. Communities to monitor program implementation progress?
YES NO
1. Will your company commit to the following program implementation schedule?
YES NO
J. Will the U.S. Communities program contract be your lead public offering to Participating Public
Agencies?
YES NO
Submitted by:
(Printed Name) (Signature)
(Title)
(Date)
24
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
New Supplier Implementation Checklist
Target Completion
After Award
1. First Conference Call
One Week
Discuss expectations
Establish initial contact people & roles
Outline kickoff plan
Establish WebEx training date
2. Administration Agreement Signed
One Week
Lead Public Agency agreement signed
3. Supplier Login Established
One Week
Complete Supplier initiation form
Complete Supplier product template
Create user account & user ID - Communicate to Supplier
4. Initial Sr. Management Meeting
Two Weeks
Review commitments
Discuss National Account Manager (NAM) role & staff requirements
Discuss reporting process & requirements
Review kickoff plan
Determine field sales introductory communication plan
S. Initial NAM & Staff Training Meetings
Two Weeks
Discuss expectations, roles & responsibilities
Introduce and review web -based tools
Discuss sales organization & define roles
Review with NAM
Review process & expectations with NAM and lead referral person
Discuss marketing plan and customer communication strategy
Discuss Admin process /expectations & provide admin support training
6. Review Top 10 Local Government Contracts
Two Weeks
Determine strategies with NAM
7. Program Contact Requirements
Two Weeks
Supplier contacts communicated to U.S. Communities Staff
Dedicated email
Dedicated toll free number
Dedicated fax number
8. Web Development
Initiate IT contact
Two Weeks
Website construction
Three Weeks
Website final edit
Four Weeks
Product upload to U.S. Communities site
Four Weeks
25
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
9. Sales Training & Roll Out
Regional Manager (RM) briefing - Coordinate with NAM One Week
Initial remote WebEx training for all sales - Coordinate with NAM Two Weeks
Top 10 metro areas - Coordinate with NAM & RM Four Weeks
Initiate contact with Advisory Board (AB) members Four Weeks
Training plan for other metros
10. Marketing
General announcement
1 Page Summary with Supplier contacts
Branding of program
Supplier handbook
Announcement to AB and Sponsors
11. Green Initiative
Identify Green Products
- Certifications
- New product identification
Identify green expert
Green reporting
Upload product to U.S. Communities website
- Product description
- Picture
-SKU
Green marketing material
- Approved by U.S. Communities
- Printed/ Images
- Articles/ Best Practices/ Supplier internal green practices
- Workshops
- Green tradeshows
- 3rd Party green vendors
Two Weeks
Six Weeks
Four Weeks
Six Weeks
26
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -J L H -01 1
SUPPLIER INFORMATION
(To be submitted in the Technical Proposal)
Company
1. Total number and location of sales persons employed by your company in the United States;
Example:
NUMBER OF SALES
REPRESENTATIVES
CITY
STATE
13
Phoenix
AZ
6
Tucson
AZ
10
Los Angeles
CA
12
San Francisco
CA
6
San Diego
CA
S
Sacramento
CA
3
Fresno
CA
Etc.
Etc.
Total: 366
Federal
2. Number and location of distribution outlets in the United States (if applicable);
3. Number and location of support centers (if applicable);
4. Annual sales for 2009, 2010 and 2011 in the United States; Sales reporting should be segmented into the
following categories:
SUPPLIER ANNUAL SALES IN THE UNITED STATES FOR 2009, 2010, AND 2011
Segment
2009 Sales
2010 Sales
2011 Sales
Cities
Counties
K -12 (Pubic /Private)
Higher Education (Public /Private)
States
Other Public Sector and Nonprofits
Federal
Private Sector
Total Supplier Sales
S. Submit your current Federal Identification Number and latest Dun & Bradstreet report.
6. Provide a list with contact information of your company's ten largest public agency customers. Provide a
list with contact information of five public agency customers that your company has lost in the last twelve
months.
27
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
Distribution
Describe how your company proposes to distribute the Products nationwide.
1. Identify all other companies that will be involved in servicing, processing, handling or shipping the
Product /Service to the end user.
2. State the effectiveness of the proposed distribution in providing the lowest cost to the end user.
3. Provide the number, size and location of your company's distribution facilities and warehouses.
4. State the company's standard delivery time and any options, including desktop delivery costs, for expediting
delivery and return policies.
Marketing
1. Outline your company's plan for marketing the Products to state and local government agencies
nationwide.
2. Explain how your company will educate its national sales force about the Master Agreement.
3. Explain how your company will market and transition the Master Agreement into the primary offering to
Participating Public Agencies.
4. Explain how your company plans to market the Master Agreement to existing government customers and
transition these customers to the Master Agreement. Please provide the amount of purchases of existing
public agency clients that your company will transition to the U.S. Communities Contract for the initial
three years of the contract in the following format within your proposal.
a. $ .00 will be transitioned in year one.
b. $ .00 will be transitioned in year two.
c. $ .00 will be transitioned in year three.
5. Explain how your company proposes to resolve any complaints, issues or challenges.
Please submit the resume of the person your company proposes to serve as the National Accounts Manager.
Also provide the resume for each person that will be dedicated full time to U.S. Communities account
management.
Products and Services
Provide a description of the Products and Services to be provided by the major product category set forth in
Section 1, A of the RFP. The primary objective is for each Supplier to provide its complete product and
service offerings so that Participating Public Agencies may order a range of product as appropriate for their
needs.
2. Describe any special programs that your company offers that will improve customers' ability to access
Products, on -time delivery or other innovative strategies.
3. State your fill rate (delivery of product within one day of order) for products, Section 111.
28
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412- JLH -01 1
4. Describe the capacity of your company to broaden the scope of the contract and keep the product offerings
current and ensure that latest products, standards and technology for additional facilities solutions.
Administration
1. Describe your company's capacity to employ EDI, telephone, ecommerce, with a specific proposal for
processing orders under the Master Agreement. State which forms of ordering allow the use of a
procurement card and the accepted banking (credit card) affiliation.
2. Describe your company's internal management system for processing orders from point of customer
contact through delivery and billing. Please state if you use a single system or platform for all phases of
ordering, processing, delivery and billing.
3. Describe your company's ecommerce capabilities, including details about your ability to create punch out
sites and accept orders electronically (cXML, OCI, etc.). Please detail where you have integrated with a
pubic agency's ERP (PeopleSoft, Lawson, Oracle, SAP, etc.) system in the past and include some details
about the resources you have in place to support these integrations. List, by ERP provider, the following
information: name of public agency, ERP system used, "go live" date, net sales per calendar year since "go
live ", and percentage of agency sales being processed through this connection.
4. Describe your company's implementation and success with existing multi -state cooperative purchasing
programs, if any, and provide the entity's name(s), contact person(s) and contact information as
reference(s).
5. Describe the capacity of your company to report monthly sales under the Master Agreement by
Participating Public Agency within each U.S. state.
6. Describe the capacity of your company to provide management reports, i.e. commodity histories,
procurement card histories, green spend, etc. for each Participating Public Agency.
7. Please provide any suggested improvements and alternatives for doing business with your company that
will make this arrangement more cost effective for your company and Participating Public Agencies.
Financial Statements
The Supplier shall include an audited income statement and balance sheet from the most recent reporting period in
its proposal.
Staffing Plan
A staffing plan is required which describes the Supplier's proposed staff distribution to accomplish this work. The
staffing plan should indicate a chart that partitions the time commitment of each professional staff member across
the proposed tasks and a timeline for the project. It is mandatory that this section identify the key personnel who are
to work on the project, their relationship to the contracting organization, and amount of time to be devoted to the
project.
Environmental
1. Provide a brief description of any company environmental initiatives, including any green products and
certifications to be available through your company.
29
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
2. What is your company's environmental strategy?
3. What is your investment in being an environmentally preferable product leader?
4. Do you have any resources dedicated to your environmental strategy? Please describe.
5. What percentage of your offering is environmentally preferable and what are your plans to improve this
offering?
Additional Information
Please use this opportunity to describe any /all other features, advantages and benefits of your organization that you
feel will provide additional value and benefit to a Participating Public Agency.
30
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
ATTACHMENT A
Attachment A - Signature Sheet, which must be completed and included in the Technical Proposal
submission.
SIGNATURE SHEET
I/We agree to provide the services in accordance with the accompanying specifications and all conditions,
provisions, attachments and any addenda to this RFP.
Company
Address
Address, continued
Payment Terms
Federal I.D. Number
Name of Firm's Contract Administrator
Authorized Representative (please print)
Signature
Title
Telephone Number
Fax Number
Telephone Number of Firm's Contract
Administrator
E -Mail Address of Firm's Contract Administrator
Acknowledgement of Addenda
I/We acknowledge receipt of the following Addenda:
No. Dated
No. Dated
No. Dated
PLEASE CHECK APPROPRIATE BOXES:
Small Business F-1 Partnership
Individual Proprietorship F-1 Non - incorporated
❑ Corporation 0 Woman Owned Business
❑ Minority Business, Approved Minority DOT #
31
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
ATTACHMENT B
MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT
This Master Intergovernmental Cooperative Purchasing Agreement ( "Agreement ") is made between certain
government agencies that execute a Lead Public Agency Certificate (collectively, "Lead Public Agencies ") to be
appended and made a part hereof and other government agencies ( "Participating Public Agencies ") that agree to
the terms and conditions hereof through the U.S. Communities registration process and made a part hereof.
RECITALS
WHEREAS, after a competitive solicitation and selection process by Lead Public Agencies, in compliance with
their own policies, procedures, rules and regulations, a number of suppliers (each, a "Contract Supplier ") have
entered into Master Agreements with Lead Public Agencies to provide a variety of goods, products and services
based on national and international volumes (herein "Products and Services ");
WHEREAS, Master Agreements are made available by Lead Public Agencies through U.S. Communities and
provide that Participating Public Agencies may purchase Products and Services on the same terms, conditions
and pricing as the Lead Public Agency, subject to any applicable local purchasing ordinances and the laws of the
State of purchase;
WHEREAS, the parties desire to comply with the requirements and formalities of the Intergovernmental
Cooperation Act as may be applicable to the laws of the State of purchase;
WHEREAS, the parties hereto desire to conserve resources and reduce procurement cost;
WHEREAS, the parties hereto desire to improve the efficiency, effectiveness and economy of the procurement of
necessary Products and Services;
NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual
benefits to result, the parties agree as follows:
L That each party will facilitate the cooperative procurement of Products and Services.
2. That the procurement of Products and Services subject to this Agreement shall be conducted in accordance with
and subject to the relevant statutes, ordinances, rules and regulations that govern each party's procurement
practices.
3. That the cooperative use of solicitations obtained by a party to this Agreement shall be in accordance with the
Terms and Conditions of the Solicitation, except as modification of those terms and conditions is otherwise
allowed or required by applicable law.
4. That the Lead Public Agencies will make available, upon reasonable request and subject to convenience,
information which may assist in improving the effectiveness, efficiency and economy of Participating Public
Agencies' procurement of Products and Services.
5. That the Participating Public Agency will make timely payments to the Contract Supplier for Products and
Services received in accordance with the Terms and Conditions of the procurement. Payment, inspections and
acceptance of Products and Services ordered by the Participating Public Agency shall be the exclusive
obligation of such Participating Public Agency. Disputes between the Participating Public Agency and Contract
Supplier are to be resolved in accord with the law and venue rules of the State of purchase.
6. The Participating Public Agency shall not use this Agreement as a method for obtaining additional concessions
or reduced prices for similar products or services.
32
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
7. The Participating Public Agency shall be responsible for the ordering of Products and Services under this
Agreement. A Lead Public Agency shall not be liable in any fashion for any violation by a Participating Public
Agency, and the Participating Public Agency shall hold the Lead Public Agency harmless from any liability that
may arise from action or inaction of the Participating Public Agency.
8. The exercise of any rights or remedies by the Participating Public Agency shall be the exclusive obligation of
such Participating Public Agency.
9. This Agreement shall remain in effect until termination by a party giving thirty (30) days prior written notice to
U.S. Communities at 2033 N. Main Street, Suite 700, Walnut Creek, CA 94596.
10. This Agreement shall become effective after execution of the Lead Public Agency Certificate or
Participating Public Agency registration, as applicable.
33
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
ATTACHMENT C
ADMINISTRATION AGREEMENT
This ADMINISTRATION AGREEMENT ( " Agreement ") is made as of , by and between U.S.
COMMUNITIES GOVERNMENT PURCHASING ALLIANCE ( " U.S. Communities ") and
( " Supplier ").
RECITALS
WHEREAS, ( " Lead Public Agency has entered into a certain Master Agreement
dated as of , referenced as Agreement No. , by and between Lead Public Agency
and Supplier (as amended from time to time in accordance with the terms thereof, the " Master Agreement ") for the
purchase of (the " Products and Services ");
WHEREAS, the Master Agreement provides that any state, county, city, special district, local government,
school district, private K -12 school, technical or vocational school, higher education institution (including
community colleges, colleges and universities, both public and private), other government agency or nonprofit
organization (each a " Public Agency and collectively, " Public Agencies may purchase Products and Services at
the prices indicated in the Master Agreement upon prior registration with U.S. Communities, in which case the
Public Agency becomes a " Participating Public A
WHEREAS, U.S. Communities has the administrative and legal capacity to administer purchases under the
Master Agreement to Participating Public Agencies;
WHEREAS, U.S. Communities serves as the administrative agent for Lead Public Agency and other lead
public agencies in connection with other master agreements offered by U.S. Communities;
WHEREAS, Lead Public Agency desires U.S. Communities to proceed with administration of the Master
Agreement on the same basis as other master agreements;
WHEREAS, `U.S. Communities Government Purchasing Alliance" is a trade name licensed by U.S.
Communities Purchasing & Finance Agency; and
WHEREAS, U.S. Communities and Supplier desire to enter into this Agreement to make available the
Master Agreement to Participating Public Agencies.
NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants
contained in this Agreement, U.S. Communities and Supplier hereby agree as follows:
ARTICLE I
GENERAL TERMS AND CONDITIONS
1.1 The Master Agreement, attached hereto as Exhibit A and incorporated herein by reference as
though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as
expressly changed or modified by this Agreement.
1.2 U.S. Communities shall be afforded all of the rights, privileges and indemnifications afforded to
Lead Public Agency under the Master Agreement, and such rights, privileges and indemnifications shall accrue and
apply with equal effect to U.S. Communities under this Agreement including, without limitation, Supplier's
obligation to provide insurance and certain indemnifications to Lead Public Agency.
34
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412- JLH -01 1
1.3 Supplier shall perform all duties, responsibilities and obligations required under the Master
Agreement in the time and manner specified by the Master Agreement.
1.4 U.S. Communities shall perform all of its duties, responsibilities and obligations as administrator of
purchases under the Master Agreement as set forth herein, and Supplier acknowledges that U.S. Communities shall
act in the capacity of administrator of purchases under the Master Agreement.
1.5 With respect to any purchases made by Lead Public Agency or any Participating Public Agency
pursuant to the Master Agreement, U.S. Communities (a) shall not be construed as a dealer, re- marketer,
representative, partner, or agent of any type of Supplier, Lead Public Agency or such Participating Public Agency,
(b) shall not be obligated, liable or responsible (i) for any orders made by Lead Public Agency, any Participating
Public Agency or any employee of Lead Public Agency or a Participating Public Agency under the Master
Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated,
liable or responsible for any failure by a Participating Public Agency to (i) comply with procedures or requirements
of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master
Agreement. U.S. Communities makes no representations or guaranties with respect to any minimum purchases
required to be made by Lead Public Agency, any Participating Public Agency, or any employee of Lead Public
Agency or a Participating Public Agency under this Agreement or the Master Agreement.
ARTICLE If
TERM OF AGREEMENT
2.1 This Agreement is effective as of and shall terminate upon termination of
the Master Agreement or any earlier termination in accordance with the terms of this Agreement, provided,
however, that the obligation to pay all amounts owed by Supplier to U.S. Communities through the termination of
this Agreement and all indemnifications afforded by Supplier to U.S. Communities shall survive the term of this
Agreement.
ARTICLE III
REPRESENTATIONS AND COVENANTS
3.1 U.S. Communities views the relationship with Supplier as an opportunity to provide benefits to
both Public Agencies and Supplier. The successful foundation of the relationship requires certain representations
and covenants from both U.S. Communities and Supplier.
3.2 U.S. Communities' Representations and Covenants
(a) Marketing U.S. Communities shall proactively market the Master Agreement to Public
Agencies using resources such as a network of major sponsors including the National League of Cities (NLC),
National Association of Counties (NACo), United States Conference of Mayors (USCM), Association of School
Business Officials (ASBO) and National Institute of Governmental Purchasing (NIGP) (collectively, the " Founding
Co- Sponsors ") and individual state -level sponsors. In addition, the U.S. Communities staff shall enhance
Supplier's marketing efforts through meetings with Public Agencies, participation in key events and tradeshows
and by providing online tools to Supplier's sales force.
(b) Training and Knowledge Management Support U.S. Communities shall provide support
for the education, training and engagement of Supplier's sales force as provided herein. Through its staff (each, a
" Program Manager and collectively, the " Program Managers "), U.S. Communities shall conduct training sessions
with Supplier and shall conduct calls jointly with Supplier to Public Agencies. U.S. Communities shall also
35
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
provide Supplier with access to U.S. Communities' private intranet website which provides presentations,
documents and information to assist Supplier's sales force in effectively promoting the Master Agreement.
3.3 Supplier's Representations and Covenants Supplier hereby represents and covenants as follows
in order to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies
(such representations and covenants are sometimes referred to as " Supplier's Commitments and are comprised of
the Corporate Commitment, Pricing Commitment, Economy Commitment and Sales Commitment):
(a) Corporate Commitment
(i) The pricing, terms and conditions of the Master Agreement shall, at all times, be
Supplier's primary contractual offering of Products and Services to Public Agencies. All of Supplier's direct and
indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier's
primary offering and not just one of Supplier's contract options.
(ii) Supplier's sales force (including inside, direct and /or authorized dealers,
distributors and representatives) shall always solely present the Master Agreement when marketing Products or
Services to Public Agencies.
(iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as
to the pricing and other value offered through the Master Agreement.
(vi) Upon authorization by a Public Agency, Supplier shall transition such Public
Agency to the pricing, terms and conditions of the Master Agreement.
(v) Supplier shall ensure that the U.S. Communities program and the Master
Agreement are actively supported by Supplier's senior executive management.
(vi) Supplier shall provide a national /senior management level representative with the
authority and responsibility to ensure that the Supplier's Commitments are maintained at all times. Supplier shall
also designate a lead referral contact person who shall be responsible for receiving communications from U.S.
Communities concerning new Participating Public Agency registrations and for ensuring timely follow -up by
Supplier's staff to requests for contact from Participating Public Agencies. Supplier shall also provide the
personnel necessary to implement and support a supplier -based internet web page dedicated to Supplier's U.S.
Communities program and linked to U.S. Communities' website and shall implement and support such web page.
(vi) Supplier shall demonstrate in its request for proposal ( "RFP ") or invitation to bid
( "ITB ") response and throughout the term of the Master Agreement that national /senior management fully supports
the U.S. Communities program and its commitments and requirements. National /Senior management is defined as
the executive(s) with companywide authority.
(viii) Where Supplier has an existing contract for Products and Services with a state,
Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions
of the Master Agreement upon the state's request. Regardless of whether the state decides to transition to the
Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the
state.
(b) Pricing Commitment
(i) Supplier represents to U.S. Communities that the pricing offered under the Master
Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public
36
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
Agencies. Supplier's pricing shall be evaluated on either an overall project basis or the Public Agency's actual
usage for more frequently purchased Products and Services.
(ii) Contracts Offering Lower Prices If a pre- existing contract and /or a Public
Agency's unique buying pattern provide one or more Public Agencies a lower price than that offered under the
Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible
Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency
requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency's purchases
made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies.
Below are three examples of Supplier's obligation to match the pricing under Supplier's contracts offering lower
prices.
(A) Supplier holds a state contract with lower pricing that is available to all
Public Agencies within the state. Supplier would be required to match the lower state pricing under the
Master Agreement and make it available to all Public Agencies within the state.
(B) Supplier holds a regional cooperative contract with lower pricing that is
available only to the ten cooperative members. Supplier would be required to match the lower cooperative
pricing under the Master Agreement and make it available to the ten cooperative members.
(C) Supplier holds a contract with an individual Public Agency. The Public
Agency contract does not contain any cooperative language and therefore other Public Agencies are not
eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master
Agreement and make it available only to the individual Public Agency.
(iii) Deviating Buying Patterns Occasionally U.S. Communities and Supplier may
interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the
normal Public Agency buying pattern and terms and conditions, and causes Supplier's pricing under the Master
Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end -user
preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the
price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier
would not be required to lower the price for other Public Agencies.
(iv) Supplier's Options in Responding to a Third Party RFP or ITB While it is the
objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than
issue their own RFPs and ITBs, U.S. Communities recognizes that for various reasons some Public Agencies will
issue their own solicitations. The following options are available to Supplier when responding to a Public Agency
solicitation:
(A) Supplier may opt not to respond to the RFP or ITB. Supplier may make
the Master Agreement available to the Public Agency as a comparison to its solicitation responses.
(B) Supplier may respond with the pricing, terms and conditions of the Master
Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master
Agreement.
(C) If competitive conditions require pricing lower than the standard Master
Agreement pricing, Supplier may submit lower pricing through the Master Agreement. if Supplier is
awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not
be required to extend the lower price to other Public Agencies.
37
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
(D) Supplier may respond to the RFP or ITB with pricing that is higher (net to
buyer) than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be
bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to
continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master
Agreement.
(E) Supplier may respond to the RFP or ITB with pricing that is higher (net to
buyer) than the pricing offered under the Master Agreement and if an alternative response is permitted,
Supplier may offer the pricing under the Master Agreement as an alternative for consideration.
(c) Economy Commitment Supplier shall demonstrate the benefits, including the pricing
advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall
proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective
alternative to the cost and time associated with such alternate bids and solicitations.
(d) Sales Commitment Supplier shall market the Master Agreement through Supplier's sales
force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as
Supplier's primary offering to Public Agencies. Supplier's sales force compensation and incentives shall be greater
than or equal to the compensation and incentives earned under other contracts to Public Agencies.
(i) Supplier Sales Supplier shall be responsible for proactive direct sales of
Supplier's Products and Services to Public Agencies and the timely follow -up to sales leads identified by U.S.
Communities. Use of product catalogs, targeted advertising, direct mail and other sales initiatives are encouraged.
All of Supplier's sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S.
Communities hereby grants to Supplier, during the term of this Agreement, a non - exclusive, revocable, non-
transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under
this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S.
Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall
provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the
Agreement, Supplier grants to U.S. Communities an express license to reproduce and use Supplier's name and logo
in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies.
Supplier shall assist U.S. Communities by providing camera -ready logos and by participating in related trade shows
and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement was
competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the best government
pricing, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non - exclusive
contract.
(ii) Branding and Logo Compliance Supplier shall be responsible for complying with
the U.S. Communities branding and logo standards and guidelines. Prior to use by Supplier, all U.S. Communities
related marketing material must be submitted to U.S. Communities for review and approval.
(iii) Sales Force Training Supplier shall train its national sales force on the Master
Agreement and U.S. Communities program. U.S. Communities shall be available to train regional or district
managers and generally assist with the education of sales personnel.
(iv) Participating Public Agency Access Supplier shall establish the following
communication links to facilitate customer access and communication:
(A) A dedicated U.S. Communities internet web -based homepage containing:
(1) U.S. Communities standard logo with Founding Co- Sponsors
logos;
38
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412- JLH -01 1
(2) Copy of original RFP or ITB;
(3) Copy of Master Agreement including any amendments;
(4) Summary of Products and Services pricing;
(5) Electronic link to U.S. Communities' online registration page; and
(6) Other promotional material as requested by U.S. Communities.
(B) A dedicated toll -free national hotline for inquiries regarding U.S.
Communities.
(C) A dedicated email address for general inquiries in the following format:
uscommunities @(name of supplier).com.
(v) Electronic Registration Supplier shall be responsible for ensuring that each Public
Agency has completed U.S. Communities' online registration process prior to processing the Public Agency's first
sales order.
(vi) Supplier's Performance Review Upon request by U.S. Communities, Supplier
shall participate in a performance review meeting with U.S. Communities to evaluate Supplier's performance of the
covenants set forth in this Agreement.
(vii) Supplier Content Supplier may, from time to time, provide certain graphics,
media, and other content to U.S. Communities (collectively " Supplier Content ") for use on U.S. Communities
websites and for general marketing and publicity purposes. Supplier hereby grants to U.S. Communities and its
affiliates a non- exclusive, worldwide, perpetual, free, transferrable, license to reproduce, modify, distribute,
publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and
for general marketing and publicity purposes, with the right to sublicense each and every such right. Supplier
warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to
Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or
services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the
intellectual property rights or other rights of any third party.
3.4 Breach of Supplier's Representations and Covenants The representations and covenants set forth
in this Agreement are the foundation of the relationship between U.S. Communities and Supplier. If Supplier is
found to be in violation of, or non- compliance with, one or more of the representations and covenants set forth in
this Agreement, Supplier shall have ninety (90) days from the notice of default to cure such violation or non-
compliance and, if Supplier fails to cure such violation or non- compliance within such notice period, it shall be
deemed a cause for immediate termination of the Master Agreement at Lead Public Agency's sole discretion or this
Agreement at U.S. Communities' sole discretion.
3.5 Indemnity Supplier hereby agrees to indemnify and defend U.S. Communities, and its parent
companies, subsidiaries, affiliates, shareholders, member, manager, officers, directors, employees, agents, and
representatives from and against any and all claims, costs, proceedings, demands, losses, damages, and expenses
(including, without limitation, reasonable attorney's fees and legal costs) of any kind or nature, arising from or
relating to, any actual or alleged breach of any of Supplier's representations, warranties, or covenants in this
Agreement.
39
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
ARTICLE IV
PRICING AUDITS
4.1 Supplier shall, at Supplier's sole expense, maintain an accounting of all purchases made by Lead
Public Agency and Participating Public Agencies under the Master Agreement. U.S. Communities and Lead Public
Agency each reserve the right to audit the accounting for a period of three (3) years from the time such purchases
are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the
effective date of termination. U.S. Communities shall have the authority to conduct random audits of Supplier's
pricing that is offered to Participating Public Agencies at U.S. Communities' sole cost and expense.
Notwithstanding the foregoing, in the event that U.S. Communities is made aware of any pricing being offered to
Participating Public Agencies that is materially inconsistent with the pricing under the Master Agreement, U.S.
Communities shall have the ability to conduct an extensive audit of Supplier's pricing at Supplier's sole cost and
expense. U.S. Communities may conduct the audit internally or may engage a third -party auditing firm. In the
event of an audit, the requested materials shall be provided in the format and at the location designated by Lead
Public Agency or U.S. Communities.
ARTICLE V
FEES & REPORTING
5.1 Administrative Fees Supplier shall pay to U.S. Communities a monthly administrative fee based
upon the total sales price of all purchases shipped and billed pursuant to the Master Agreement, excluding taxes, in
the amount of two percent (2 %) of aggregate purchases made during each calendar month (individually and
collectively, " Administrative Fees "). Supplier's annual sales shall be measured on a calendar year basis. All
Administrative Fees shall be payable in U.S. Dollars and shall be made by wire to U.S. Communities, or its
designee or trustee as may be directed in writing by U.S. Communities. Administrative Fees shall be due and
payable within thirty (30) days of the end of each calendar month for purchases shipped and billed during such
calendar month.
5.2 Sales Resorts Within thirty (30) days of the end of each calendar month, Supplier shall deliver to
U.S. Communities an electronic accounting report, in the format prescribed by Exhibit B , attached hereto,
summarizing all purchases made under the Master Agreement during such calendar month ( " Sales Report All
purchases indicated in the Sales Report shall be denominated in U.S. Dollars. All purchases shipped and billed
pursuant to the Master Agreement for the applicable calendar month shall be included in the Sales Report. U.S.
Communities reserves the right upon reasonable advance notice to Supplier to change the prescribed report format
to accommodate the distribution of the Administrative Fees to its program sponsors and state associations.
(a) Monthly Sales Reports shall include all sales reporting under the Master Agreement, and a
breakout of Environmental Preferable (Green) sales reporting. Supplier must make reasonable attempts at filling in
all required information and contact U.S. Communities with a plan to correct any deficiencies of data field
population.
(b) Submitted reports shall be verified by U.S. Communities against its registration database.
Any data that is inconsistent with the registration database shall be changed prior to processing.
5.3 Exception Reporting /Sales Reports Audits U.S. Communities or its designee may, at its sole
discretion, compare Supplier's Sales Reports with Participating Public Agency records or other sales analysis
performed by Participating Public Agencies, sponsors, advisory board members or U.S. Communities staff. If there
is a material discrepancy between the Sales Report and such records or sales analysis as determined by U.S.
Communities, U.S. Communities shall notify Supplier in writing and Supplier shall have thirty (30) days from the
date of such notice to resolve the discrepancy to U.S. Communities' reasonable satisfaction. Upon resolution of the
40
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
discrepancy, Supplier shall remit payment to U.S. Communities' trustee within fifteen (15) calendar days. Any
questions regarding an exception report should be directed to U.S. Communities in writing to
reporting@uscommunities.org. If Supplier does not resolve the discrepancy to U.S. Communities' reasonable
satisfaction within thirty (30) days, U.S. Communities shall have the right to engage outside services to conduct an
independent audit of Supplier's reports and Supplier shall be obligated to reimburse U.S. Communities for any and
all costs and expenses incurred in connection with such audit.
5.4 Online Re op rtine Within sixty (60) days of the end of each calendar quarter, U.S. Communities
shall provide online reporting to Supplier containing Supplier's sales reporting for such calendar quarter. Supplier
shall contact U.S. Communities within fifteen (15) days of receiving notification of the online reporting and report
to U.S. Communities any concerns or disputes regarding the reports, including but not limited to concerns regarding
the following:
Report Name
Follow up with U.S. Communities
5 Qtr Drop Sales Analysis
Financial & Reporting Manager
Zero States Sales Report
Program Manager
Registered Agency Without Sales Report
Program Manager
Supplier shall have access to the above reports through the U.S. Communities intranet website. The following
additional reports are also available to Supplier and are useful in resolving reporting issues and enabling Supplier to
better manage its Master Agreement:
(i) Agency Sales by Population /Enrollment Report
(ii) Hot Prospect Sales Report
(iii) New Lead Sales Report
(iv) State Comparison Sales Report
(v) Advisory Board Usage Report
(vi) Various Agency Type Comparison Reports
(vii) Sales Report Builder
5.5 Supplier's Failure to Provide Reports or Pay Administrative Fees Failure to provide a Sales
Report or pay Administrative Fees within the time and in the manner specified herein shall be regarded as a
material breach under this Agreement and if not cured within thirty (30) days of written notice to Supplier, shall be
deemed a cause for termination of the Master Agreement at Lead Public Agency's sole discretion or this Agreement
at U.S. Communities' sole discretion. All Administrative Fees not paid within thirty (30) days of the end of the
previous calendar month shall bear interest at the rate of one and one -half percent (1.5 %) per month until paid in
full.
ARTICLE VI
MISCELLANEOUS
6.1 Entire Agreement This Agreement supersedes any and all other agreements, either oral or in
writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or
promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding.
6.2 Attorney's Fees If any action at law or in equity is brought to enforce or interpret the provisions
of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any
other relief to which such party may be entitled.
41
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
6.3 Assignment
(a) Supplier Neither this Agreement nor any rights or obligations hereunder shall be
assignable by Supplier without prior written consent of U.S. Communities, and any assignment without such
consent shall be void.
(b) U.S. Communities This Agreement and any rights or obligations hereunder may be
assigned by U.S. Communities in U.S. Communities' sole discretion, to an existing or newly established legal
entity that has the authority and capacity to perform U.S. Communities' obligations hereunder.
6.4 Notices All reports, notices or other communications given hereunder shall be delivered by first -
class mail, postage prepaid, or overnight delivery requiring signature on receipt to the addresses as set forth below.
U.S. Communities may, by written notice delivered to Supplier, designate any different address to which
subsequent reports, notices or other communications shall be sent.
U.S. Communities: U.S. Communities
2033 N. Main Street, Suite 700
Walnut Creek, California 94596
Attn: Program Manager Administration
Supplier:
Attn: U.S. Communities Program Manager
6.5 Severability If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal,
inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render
the same invalid, inoperative or unenforceable to any extent whatever.
6.6 Waiver Any failure of a party to enforce, for any period of time, any of the provisions under this
Agreement shall not be construed as a waiver of such provisions or of the right of said party thereafter to enforce
each and every provision under this Agreement.
6.7 Counterparts This Agreement may be executed in several counterparts, each of which shall be an
original and all of which shall constitute but one and the same instrument.
6.8 Modifications This Agreement may not be effectively amended, changed, modified, altered or
terminated without the prior written consent of the parties hereto.
6.9 Governing Law; Arbitration This Agreement will be governed by and interpreted in accordance
with the laws of the State of California without regard to any conflict of laws principles. Any dispute, claim, or
controversy arising out of or relating to this Agreement or the breach, termination, enforcement, interpretation or
validity thereof, including the determination of the scope or applicability of this dispute resolution clause, shall be
determined by arbitration in Walnut Creek, California, before one (1) arbitrator. The arbitration shall be
administered by JAMS pursuant to its Comprehensive Arbitration Rules and Procedures. Judgment on the award
may be entered in any court having jurisdiction. This clause shall not preclude parties from seeking provisional
remedies in aid of arbitration from a court of appropriate jurisdiction. The prevailing party will be entitled to
recover its reasonable attorneys' fees and arbitration costs from the other party. The arbitration award shall be final
and binding. Each party commits that prior to commencement of arbitration proceedings, the parties shall submit
the dispute to JAMS for mediation. The parties will cooperate with JAMS and with one another in selecting a
42
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
mediator from JAMS panel of neutrals, and in promptly scheduling the mediation proceedings. The parties
covenant that they will participate in the mediation in good faith, and that they will share equally in its costs. The
mediation will be conducted by each party designating a duly authorized officer or other representative to represent
the party with the authority to bind the party, and that the parties agree to exchange informally such information as
is reasonably necessary and relevant to the issues being mediated. All offers, promises, conduct, and statements,
whether oral or written, made in the course of the mediation by any of the parties, their agents, employees, experts,
and attorneys, and by the mediator or any JAMS employees, are confidential, privileged, and inadmissible for any
purpose, including impeachment, in any arbitration or other proceeding involving the parties, provided that
evidence that is otherwise admissible or discoverable shall not be rendered inadmissible or non - discoverable as a
result of its use in the mediation. If the dispute is not resolved within thirty (30) days from the date of the
submission of the dispute to mediation (or such later date as the parties may mutually agree in writing), the
administration of the arbitration shall proceed. The mediation may continue, if the parties so agree, after the
appointment of the arbitrator. Unless otherwise agreed by the parties, the mediator shall be disqualified from
serving as arbitrator in the case. The pendency of a mediation shall not preclude a party from seeking provisional
remedies in aid of the arbitration from a court of appropriate jurisdiction, and the parties agree not to defend against
any application for provisional relief on the ground that a mediation is pending.
6.10 Successors and Assigns This Agreement shall inure to the benefit of and shall be binding upon
U.S. Communities, Supplier and any successor and assign thereto; subject, however, to the limitations contained
herein.
[Remainder of Page Intentionally Left Blank Signatures Follow]
43
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
IN WITNESS WHEREOF, U.S. Communities has caused this Agreement to be executed in its name and Supplier
has caused this Agreement to be executed in its name, all as of the date first written above.
U.S. Communities:
U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE
By
Name:
Title:
Supplier:
By
Name:
Title:
44
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
EXHIBIT A
MASTER AGREEMENT
(To Be Attached Once Award Has Been Made)
45
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
EXHIBIT B
SALES REPORT FORMAT
Exhibit B - US (Data Format)
TIN
Supplier ID
Account N
956000735
144
89518997
956000222
144
'34868035
956000735
144
89496461
956000735
144
'89374835
066002010
144
328WO01053
066001854
144
328NA0001051
State
Sales Report Template
Month Amount
Agency Name
Dept Name
Address
CRY
CITY OF LA/MGMT EMPL SVCS
Purchasing
555 RAMIREZ ST STE 312
LOS ANGELES
LOS ANGELES COUNTY
Facilites
350 S FIGUEROA ST STE 700
LOS ANG =LES
CITY OF LA/ENVIRON AFFAIR
Purchasing
555 RAMIREZ ST STE 312
LOS ANGELES
CITY OF LA/COMMUNITY DEV
Purchasing
555 RAMIREZ ST STE 312
LOS ANGELES
GROTON TOWN OF PUBLIC WORKS Water
123 A St
GROTON
GROTON CITY OF
Admnlstrabon
123 A St
GROTON
State
Agency Type Year
Month Amount
,
CA 90012
20
2008
4
1525.50
CA 90071
30
2008
4
1603.64
CA 90012
20
2008
4
1625.05
CA 90012
20
2008
4
45090 79
CT 96340
20
2008
4
31800
CT 06340
20
2008
4
21200
SALES REPORT DATA FORMAT
Col— Name
Data T
Len h
Exannible,
K -12
TIN
Text
9
956000735, 056001854
Comrrem
No Dash, Do not omt leading zero.
Supplier ID
Number
3
111, 110, 116
See Supplier ID Table Below
Account No
Text
25 max
Depends on supplier account no
r 80
Agency Name
Text
255 nax
City Of Goton, Los Angeles County
Non -Profi t
Dept Name
Text
255 max
Purchasing Dept, Finance Dept
Address
Text
255 mex
City
Ted
255 nex
Pittsburgh, Los Angeles
Must be a valid City name
State
TeM
2
PA, CA, IL
Lp
A
Tex[
5
90071 06340
No Dash, Do not omt leading zero, Valid zip code
enc T
9 y Type
Number
2
20, 30, 31
See Agency Type Table Below
Year
Number
4
2005
Month
Number
1
1, 2, 3, 4, 5, 6. 7, 8, 9, 10, 11, 12
Amount
Number
ruble
45090.79
Two digit decinal point no $ sin or conttras
46
Agency Type Table
Agency Type
ID Agency Type Description
10
K -12
I I
Conrnmity College
12
College and University
20
City
21
City Special District
22
Consolidated Clty/County
30
County
31
County Special District
r 80
State Agency
81
Independent Special District
82
Non -Profi t
84
Other
99
Unknown
46
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
ATTACHMENT D
STATE NOTICE ADDENDUM
Pursuant to certain state notice provisions the following public agencies and political subdivisions of the
referenced public agencies are eligible to access the contract award made pursuant to this solicitation.
Public agencies and political subdivisions are hereby given notice of the foregoing request for proposal
for purposes of complying with the procedural requirements of said statutes:
Nationwide:
htt www. usa. gov/ Agencies /Local_Government /Cities.shtmI
Other states:
State of Oregon, State of Hawaii, State of Louisiana
Registered Cities, Towns, Villages and Boroughs in OR
I Boardman Rural Fire Protection District
2 CEDAR MILL COMMUNITY LIBRARY
3 CITY COUNTY INSURANCE SERVICES
4 CITY OF ADAIR VILLAGE
5 CITY OF ALBANY
6 CITY OF ASHLAND
7 CITY OF ASTORIA OREGON
8 CITY OF AUMSVILLE
9 CITY OF AURORA
10 City of Baker City
1 1 CITY OF BEAVERTON
12 CITY OF BOARDMAN
13 CITY OF BURNS
14 CITY OF CANBY
15 CITY OF CANNON BEACH OR
16 CITY OF CANYONVILLE
17 CITY OF CENTRAL POINT POLICE DEPARTMENT
18 CITY OF CLATSKANIE
19 CITY OF COBURG
20 CITY OF CONDON
21 CITY OF COOS BAY
22 CITY OF CORVALLIS
23 CITY OF COTTAGE GROVE
24 CITY OF CRESWELL
25 CITY OF DALLAS
26 CITY OF DAMASCUS
27 CITY OF DUNDEE
28 CITY OF EAGLE POINT
29 CITY OF ECHO
30 CITY OF ESTACADA
47
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
31 CITY OF EUGENE
32 CITY OF FAIRVIEW
33 CITY OF FALLS CITY
34 CITY OF GATES
35 CITY OF GEARHART
36 CITY OF GERVAIS
37 CITY OF GOLD HILL
38 CITY OF GRANTS PASS
39 CITY OF GRANTS PASS
40 CITY OF GRESHAM
41 CITY OF HALSEY
42 CITY OF HAPPY VALLEY
43 CITY OF HILLSBORO
44 CITY OF HOOD RIVER
45 City of Independence
46 CITY OF JOHN DAY
47 CITY OF KLAMATH FALLS
48 CITY OF LA GRANDE
49 City of Lake Oswego
50 CITY OF LAKE OSWEGO
51 CITY OF LAKESIDE
52 CITY OF LEBANON
53 CITY OF LINCOLN CITY
54 CITY OF MALIN
55 CITY OF MCMINNVILLE
56 CITY OF MEDFORD
57 CITY OF MILL CITY
58 CITY OF MILLERSBURG
59 CITY OF MILWAUKIE
60 City of Monmouth
61 CITY OF MORO
62 CITY OF MOSIER
63 CITY OF NEWBERG
64 CITY OF NORTH PLAINS
65 City of Ontario
66 CITY OF OREGON CITY
67 CITY OF PHOENIX
68 CITY OF PILOT ROCK
69 CITY OF PORT ORFORD
70 CITY OF PORTLAND
71 CITY OF POWERS
72 CITY OF PRAIRIE CITY
73 CITY OF REDMOND
74 CITY OF REEDSPORT
75 CITY OF RIDDLE
48
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
76 CITY OF SALEM
77 CITY OF SANDY
78 CITY OF SANDY
79 CITY OF SCAPPOOSE
80 CITY OF SEASIDE
81 CITY OF SHADY COVE
82 CITY OF SHERWOOD
83 CITY OF SILVERTON
84 CITY OF SPRINGFIELD
85 City of St. Helens
86 CITY OF ST. PAUL
87 CITY OF STAYTON
88 CITY OF TIGARD. OREGON
89 City of Troutdale
90 CITY OF TUALATIN. OREGON
91 City of Veneta
92 CITY OF WARRENTON
93 CITY OF WEST LINN /PARKS
94 CITY OF WILSONVILLE
95 CITY OF WINSTON
96 CITY OF WOOD VILLAGE
97 CITY OF WOODBURN
98 CITY OF YACHATS
99 EUGENE WATER & ELECTRIC BOARD
100 FLORENCE AREA CHAMBER OF COMMERCE
101 GASTON RURAL FIRE DEPARTMENT
102 GLADSTONE POLICE DEPARTMENT
103 Hermiston Fire & Emergency Svcs
104 HOUSING AUTHORITY OF THE CITY OF SALEM
105 KEIZER POLICE DEPARTMENT
106 LEAGUE OF OREGON CITIES
107 MALIN COMMUNITY PARK AND RECREATION DISTRICT
108 METRO
109 MONMOUTH - INDEPENDENCE NETWORK
1 10 North Lincoln Fire & Rescue # 1
I 1 I PORTLAND DEVELOPMENT COMMISSION
112 RAINIER POLICE DEPARTMENT
113 RIVERGROVE WATER DISTRICT
114 St. Helens, City of
115 SUNSET EMPIRE PARK AND RECREATION
116 THE CITY OF NEWPORT
117 THE NEWPORT PARK AND RECREATION CENTER
118 TILLAMOOK PEOPLES UTILITY DISTRICT
119 Tillamook Urban Renewal Agency
120 Toledo Police Department
49
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
121 TUALATIN VALLEY FIRE & RESCUE
122 WEST VALLEY HOUSING AUTHORITY
Registered Counties and Parishes in OR
I ASSOCIATION OF OREGON COUNTIES
2 BAY AREA HOSPITAL DISTRICT
3 BENTON COUNTY
4 Benton Soil & Water Conservation District
5 CENTRAL OREGON IRRIGATION DISTRICT
6 CLACKAMAS COUNTY DEPT OF TRANSPORTATION
7 CLATSOP COUNTY
8 CLEAN WATER SERVICES
9 COLUMBIA COUNTY, OREGON
10 COLUMBIA RIVER PUD
I I COOS COUNTY HIGHWAY DEPARTMENT
12 CROOK COUNTY ROAD DEPARTMENT
13 CURRY COUNTY OREGON
14 DESCHUTES COUNTY
15 DESCHUTES COUNTY RFPD NO.2
16 DESCHUTES PUBLIC LIBRARY SYSTEM
17 DOUGLAS COUNTY
18 EAST MULTNOMAH SOIL AND WATER CONSERVANCY
19 GILLIAM COUNTY
20 GILLIAM COUNTY OREGON
21 GRANT COUNTY. OREGON
22 HARNEY COUNTY SHERIFFS OFFICE
23 HOOD RIVER COUNTY
24 HOUSING AUTHORITY AND COMMUNITY SERVICES AGENCY
25 HOUSING AUTHORITY OF CLAC:KAMAS COUNTY
26 JACKSON COUNTY HEALTH AND HUMAN SERVICES
27 JEFFERSON COUNTY
28 Josephine County Sheriff'
29 KLAMATH COUNTY VETERANS SERVICE OFFICE
30 LAKE COUNTY
31 LANE COUNTY
32 LINCOLN COUNTY
33 LINN COUNTY
34 MARION COUNTY. SALEM, OREGON
35 MARION COUNTY FIRE DISTRCT #1
36 MORROW COUNTY
37 MULTNOMAH COUNTY
38 MULTNOMAH LAW LIBRARY
39 MULTONAH COUNTY DRAINAGE DISTRICT #I
40 NAMI LANE COUNTY
41 NEAH KAH NIE WATER DISTRICT
42 OR INT'L PORT OF COOS BAY
50
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -J L H -01 1
43 POLK COUNTY
44 PORT OF BANDON
45 PORT OF UMPQUA
46 SANDY FIRE DISTRICT NO. 72
47 SHERMAN COUNTY
48 Southern Coos Hospital
49 UMATILLA COUNTY, OREGON
50 UNION COUNTY
51 WALLOWA COUNTY
52 WASCO COUNTY
53 WASHINGTON COUNTY
54 YAMHILL COUNTY
55 YOUNGS RIVER LEWIS AND CLARK WATER DISTRICT
Registered Higher Education in OR
I BIRTHINGWAY COLLEGE OF MIDWIFERY
2 BLUE MOUNTAIN COMMUNITY COLLEGE
3 CENTRAL OREGON COMMUNITY COLLEGE
4 CHEMEKETA COMMUNITY COLLEGE
5 CLACKAMAS COMMUNITY COLLEGE
6 COLUMBIA GORGE COMMUNITY COLLEGE
7 GEORGE FOX UNIVERSITY
8 KLAMATH COMMUNITY COLLEGE DISTRICT
9 LANE COMMUNITY COLLEGE
10 LEWIS AND CLARK COLLEGE
1 I LINFIELD COLLEGE
12 LINN- BENTON COMMUNITY COLLEGE
13 MARYLHURST UNIVERSITY
14 MT. HOOD COMMUNITY COLLEGE
15 MULTNOMAH BIBLE COLLEGE
16 NATIONAL COLLEGE OF NATURAL MEDICINE
17 NORTHWEST CHRISTIAN COLLEGE
18 OREGON HEALTH AND SCIENCE UNIVERSITY
19 OREGON UNIVERSITY SYSTEM
20 PACIFIC UNIVERSITY
21 PORTLAND COMMUNITY COLLEGE
22 PORTLAND STATE UNIV.
23 REED COLLEGE
24 ROGUE COMMUNITY COLLEGE
25 SOUTHWESTERN OREGON COMMUNITY COLLEGE
26 TILLAMOOK BAY COMMUNITY COLLEGE
27 UMPQUA COMMUNITY COLLEGE
28 WESTERN STATES CHIROPRACTIC COLLEGE
29 WILLAMETTE UNIVERSITY
Registered K -12 in OR
1 Amity School District 4 -J
51
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
2 ARCHBISHOP FRANCIS NORBERT BLANCHET SCHOOL
3 ARLINGTON SCHOOL DISTRICT NO. 3
4 ASTORIA SCHOOL DISTRICT 1C
5 BAKER COUNTY SCHOOL DIST. 16J - MALHEUR ESD
6 BAKER SCHOOL DISTRICT 5 -J
7 BANDON SCHOOL DISTRICT
8 BANKS SCHOOL DISTRICT
9 BEAVERTON SCHOOL DISTRICT
10 BEND -LA PINE SCHOOL DISTRICT
I 1 BROOKING HARBOR SCHOOL DISTRICT NO.17 -C
12 CANBY SCHOOL DISTRICT
13 CANYONVILLE CHRISTIAN ACADEMY
14 CASCADE SCHOOL DISTRICT
15 CASCADES ACADEMY OF CENTRAL OREGON
16 CENTENNIAL SCHOOL DISTRICT
17 CENTRAL CATHOLIC HIGH SCHOOL
18 CENTRAL POINT SCHOOL DISTRICT NO. 6
19 CENTRAL SCHOOL DISTRICT 13J
20 CHILDPEACE MONTESSORI
21 CLACKAMAS EDUCATION SERVICE DISTRICT
22 COOS BAY SCHOOL DISTRICT
23 COOS BAY SCHOOL DISTRICT NO.9
24 COQUILLE SCHOOL DISTRICT 8
25 Corvallis School District 509.1
26 COUNTY OF YAMHILL SCHOOL DISTRICT 29
27 CRESWELL SCHOOL DISTRICT
28 CROSSROADS CHRISTIAN SCHOOL
29 CULVER SCHOOL DISTRICT NO.
30 DALLAS SCHOOL DISTRICT NO. 2
31 DAVID DOUGLAS SCHOOL DISTRICT
32 DAYTON SCHOOL DISTRICT NO.8
33 DE LA SALLE N CATHOLIC HS
34 DESCHUTES COUNTY SD NO.6 - SISTERS SD
35 DOUGLAS COUNTY SCHOOL DISTRICT 116
36 DOUGLAS EDUCATION SERVICE DISTRICT
37 DUFUR SCHOOL DISTRICT NO.29
38 ELKTON SCHOOL DISTRICT NO 34
39 ESTACADA SCHOOL DISTRICT NO.108
40 Falls City School District 957
41 FOREST GROVE SCHOOL DISTRICT
42 GASTON SCHOOL DISTRICT 51 1J
43 GEN CONF OF SDA CHURCH WESTERN OR
44 GERVAIS SCHOOL DIST. 41
45 GLADSTONE SCHOOL DISTRICT
46 GLENDALE SCHOOL DISTRICT
52
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
47 GLIDE SCHOOL DISTRICT NO.12
48 GRANTS PASS SCHOOL DISTRICT 7
49 GREATER ALBANY PUBLIC SCHOOL DISTRICT
50 GRESHAM- BARLOW SCHOOL DISTRICT
51 HARNEY COUNTY SCHOOL DIST. NO.3
52 HARNEY EDUCATION SERVICE DISTRICT
53 HEAD START OF LANE COUNTY
54 HERITAGE CHRISTIAN SCHOOL
55 HIGH DESERT EDUCATION SERVICE DISTRICT
56 hillsboro school district
57 HOOD RIVER COUNTY SCHOOL DISTRICT
58 Imbler School District # 1 1
59 INTER MOUNTAIN ESD
60 JACKSON CO SCHOOL DIST NO.9
61 JEFFERSON COUNTY SCHOOL DISTRICT 509 -J
62 JEFFERSON SCHOOL DISTRICT
63 KLAMATH FALLS CITY SCHOOLS
64 LA GRANDE SCHOOL DISTRICT
65 LAKE OSWEGO SCHOOL DISTRICT 7J
66 LANE COUNTY SCHOOL DISTRICT 4.1
67 LANE COUNTY SCHOOL DISTRICT 69
68 LEBANON COMMUNITY SCHOOLS NO.9
69 LINCOLN COUNTY SCHOOL DISTRICT
70 LINN CO. SCHOOL DIST. 95C - SCIO SD
71 LIVINGSTONE ADVENTIST ACADEMY
72 LOST RIVER JR /SR HIGH SCHOOL
73 LOWELL SCHOOL DISTRICT NO.71
74 MARION COUNTY SCHOOL DISTRICT 103 - WASHINGTON ES
75 MCMINNVILLE SCHOOL DISTRICT NO.40
76 MEDFORD SCHOOL DISTRICT 5490
77 MITCH CHARTER SCHOOL
78 MOLALLA RIVER ACADEMY
79 MOLALLA RIVER SCHOOL DISTRICT NO.35
80 MONROE SCHOOL DISTRICT NO.IJ
81 monument school
82 MORROW COUNTY SCHOOL DISTRICT
83 MT. ANGEL SCHOOL DISTRICT NO.91
84 MT.SCOTT LEARNING CENTERS
85 MULTISENSORY LEARNING ACADEMY
86 MULTNOMAH EDUCATION SERVICE DISTRICT
87 MYRTLE POINT SCHOOL DISTRICT NO.41
88 NEAH- KAH -NIE DISTRICT NO.56
89 NESTUCCA VALLEY SCHOOL DISTRICT NO.101
90 NOBEL LEARNING COMMUNITIES
91 NORTH BEND SCHOOL DISTRICT 13
53
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
92 NORTH CLACKAMAS SCHOOL DISTRICT
93 North Lake School District 14
94 NORTH SANTIAM SCHOOL DISTRICT 29J
95 NORTH WASCO CTY SCHOOL DISTRICT 21 - CHENOWITH
96 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT
97 NYSSA SCHOOL DISTRICT NO. 26
98 ONTARIO MIDDLE SCHOOL
99 OREGON TRAIL SCHOOL DISTRICT NO.46
100 OUR LADY OF THE LAKE SCHOOL
101 PHILOMATH SCHOOL DISTRICT
102 PHOENIX - TALENT SCHOOL DISTRICT NOA
103 PORTLAND ADVENTIST ACADEMY
104 Portland Christian Schools
105 PORTLAND PUBLIC SCHOOLS
106 RAINIER SCHOOL DISTRICT
107 REALMS CHARTER SCHOOL
108 REDMOND SCHOOL DISTRICT
109 REEDSPORT SCHOOL DISTRICT
110 REYNOLDS SCHOOL DISTRICT
I 1 I ROGUE RIVER SCHOOL DISTRICT NO.35
112 ROSEBURG PUBLIC SCHOOLS
113 SALEM- KEIZER PUBLIC SCHOOLS
114 Santiam Canyon SD 129J
115 SCAPPOOSE SCHOOL DISTRICT 1.1
116 SEASIDE SCHOOL DISTRICT 10
117 SEVEN PEAKS SCHOOL
118 Sheridan School District 48.1
119 SHERWOOD SCHOOL DISTRICT 88J
120 SILVER FALLS SCHOOL, DISTRICT
121 SIUSLAW SCHOOL DISTRICT
122 SOUTH COAST EDUCATION SERVICE DISTRICT
123 SOUTH LANE SCHOOL DISTRICT 45.13
124 SOUTH UMPQUA SCHOOL DISTRICT 419
125 SOUTHERN OREGON EDUCATION SERVICE DISTRICT
126 SOUTI I WEST CHARTER SCHOOL
127 SPRINGFIELD SCHOOL DISTRICT NO. 19
128 ST. ANTHONY SCHOOL
129 St. Mary Catholic School
130 St. Paul School District
131 STANFIELD SCHOOL DISTRICT
132 SWEET HOME SCHOOL DISTRICT NO.55
133 THE CATLIN GABEL SCHOOL
134 Three Rivers School District
135 TIGARD- TUALATIN SCHOOL DISTRICT
136 Ukiah School District 80R
54
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 I
137 VERNONIA SCHOOL DISTRICT 47J
138 WEST HILLS COMMUNITY CHURCH
139 WEST LINN WILSONVILLE SCHOOL DISTRICT
140 WHITEAKER MONTESSORI SCHOOL
141 WILLAMETTE EDUCATION SERVICE DISTRICT
142 WILLAMINA SCHOOL DISTRICT
143 Yamhill Carlton School District
144 YONCALLA SCHOOL DISTRICT NO.32
Registered Nonprofit and Other in OR
1 1000 FRIENDS OF OREGON
2 211 INFO
3 ACUMENTRA HEALTH
4 ADDICTIONS RECOVERY CENTER, INC
5 Albany Partnership for Housing and Community Development
6 Albertina Kerr Centers
7 All God's Children International
8 ALLFOURONE /CRESTVIEW CONFERENCE CTR.
9 ALVORD- TAYLOR INDEPENDENT LIVING SERVICES
10 ALZHEIMERS NETWORK OF OREGON
1 I Apostolic Church of Jesus Christ
12 Ashland Art Center
13 ASHLAND COMMUNITY HOSPITAL
14 ATHENA LIBRARY FRIENDS ASSOCIATION
15 Baker Elks
16 BARLOW YOUTH FOOTBALL
17 BAY AREA FIRST STEP, INC.
18 BENTON HOSPICE SERVICE
19 BETHEL CHURCH OF GOD
20 BIRCH COMMUNITY SERVICES. INC.
21 BLACHLY LANE ELECTRIC COOPERATIVE
22 BLIND ENTERPRISES OF OREGON
23 Bob Belloni Ranch, Inc.
24 BONNEVILLE ENVIRONMENTAL FOUNDATION
25 BOYS AND GIRLS CLUBS OF PORTLAND METROPOLITAN AREA
26 BROAD BASE PROGRAMS INC.
27 Camelto Theatre Company
28 Camp Fire COILlmbia
29 CANBY FOURSQUARE CHURCH
30 CANCER CARE RESOURCES
31 Cascade Health Solutions
32 CASCADIA BEHAVIORAL HEALTHCARE
33 CASCADIA REGION GREEN BUILDING COUNCIL
34 CATHOLIC CHARITIES
35 CATHOLIC COMMUNITY SERVICES
36 CENTER FOR COMMUNITY CHANGE
55
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -J L H -01 1
37 CENTER FOR RESEARCH TO PRACTICE
38 CENTRAL BIBLE CHURCH
39 CENTRAL CITY CONCERN
40 CENTRAL DOUGLAS COUNTY FAMILY YMCA
41 CENTRAL OREGON COMMUNITY ACTION AGENCY NETWORK
42 Children's Relief Nursery
43 CITY BIBLE CHURCH
44 CLACKAMAS RIVER WATER
45 CLASSROOM LAW PROJECT
46 Clatskanie People's Utility District
47 COAST REHABILITATION SERVICES
48 Coastal Family Health Center
49 COLLEGE HOUSING NORTHWEST
50 College United Methodist Church
51 COLUMBIA COMMUNITY MENTAL HEALTH
52 COMMUNITY ACTION ORGANIZATION
53 COMMUNITY ACTION TEAM. INC.
54 COMMUNITY CANCER CENTER
55 COMMUNITY HEALTH CENTER, INC
56 Community in Action
57 COMMUNITY VETERINARY CENTER
58 CONFEDERATED TRIBES OF GRAND RONDE
59 CONSERVATION BIOLOGY INSTITUTE
60 CONTEMPORARY CRAFTS MUSEUM AND GALLERY
61 CORVALLIS MOUNTAIN RESCUE UNIT
62 COVENANT CHRISTIAN HOOD RIVER
63 COVENANT RETIREMENT COMMUNITIES
64 DECISION SCIENCE RESEARCH INSTITUTE, INC.
65 DELIGHT VALLEY CHURCH OF CHRIST
66 DOGS FOR THE DEAF, INC.
67 DOUGLAS ELECTRIC: COOPERATIVE, INC.
68 DOUGLAS FOREST PROTECTIVE
69 EAST HILL CHURCH
70 EAST SIDE FOURSQUARE CHURCH
71 EAST WEST MINISTRIES INTERNATIONAL
72 Eastern Oregon Alcoholism Foundation
73 FcotruSt
74 EDUCATIONAL POLICY IMPROVEMENT CENTER
75 ELMIRA CHURCH OF CHRIST
76 EMERALD PUD
77 EMMAUS CHRISTIAN SCHOOL
78 EN AVANT. INC.
79 Energy Trust of Oregon
80 ENTERPRISE FOR EMPLOYMENT AND EDUCATION
81 environmental law alliance worldwide
56
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
82 EUGENE BALLET COMPANY
83 EUGENE SYMPHONY ASSOCIATION, INC.
84 EVERGREEN AVIATION MUSEUM AND CAP. MICHAEL KING.
85 FAIR SHARE RESEARCH AND EDUCATION FUND
86 FAITH CENTER
87 FAITHFUL SAVIOR MINISTRIES
88 FAMILIES FIRST OF GRANT COUNTY. INC.
89 FANCONI ANEMIA RESEARCH FUND INC.
90 FARMWORKER HOUISNG DEV CORD
91 First Baptist Church
92 First Baptist Church of Enterprise
93 FIRST CHURCH OF THE NAZARENE
94 FIRST UNITARIAN CHURCH
95 FORD FAMILY FOUNDATION
96 FOUNDATIONS FOR A BETTER OREGON
97 FRIENDS OF THE CHILDREN
98 GATEWAY TO COLLEGE NATIONAL NETWORK
99 GOAL ONE COALITION
100 GOLD BEACH POLICE DEPARTMENT
101 GOOD SHEPHERD COMMUNITIES
102 Good Shepherd Medical Center
103 GOODWILL INDUSTRIES OF LANE AND SOUTH COAST COUNTIES
104 GRACIE BAPTIST CLIURCH
105 GRANT PARK CHURCH
106 Grantmakers for Education
107 GRANTS PASS MANAGEMENT SERVICES, DBA
108 GREATER HILLSBORO AREA CHAMBER OF COMMERCE
109 Greater Portland INC:
110 HALFWAY HOUSE SERVICES, INC.
I 1 I HEARING AND SPEECH INSTITUTE INC
112 HELP NOW! ADVOCACY CENTER
113 HIGHLAND HAVEN
114 HIGHLAND UNITED CHURCH OF CI -IRIST
115 HIV ALLIANCE. INC
116 HOUSING AUTHORITY OF LINCOLN COUNTY
117 HOUSING NORTHWEST
118 Human Solutions, Inc.
119 Independent Development Enterprise Alliance
120 INDEPENDENT INSURANCE AGENTS AND BROKERS OF OREGON
121 INTERNATIONAL SOCIETY FOR TECHNOLOGY IN EDUCATION
122 INTERNATIONAL SUSTAINABLE DEVELOPMENT FOUNDATION
123 InventSUCeess
124 I RCO
125 JASPER MOUNTAIN
126 JUNIOR ACHIEVEMENT
57
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 I
127 KLAMATH HOUSING AUTHORITY
128 LA CLINICA DEL CARINO FAMILY HEALTH CARE CENTER
129 LA GRANDE UNITED METHODIST CHURCH
130 Lane Council of Governments
131 LANE ELECTRIC COOPERATIVE
132 LANE MEMORIAL BLOOD BANK
133 LANECO FEDERAL CREDIT UNION
134 LAUREL HILL CENTER
135 Life Flight Network LLC
136 LIFEWORKS NW
137 LIVING WAY FELLOWSHIP
138 LOAVES & FISHES CENTERS, INC.
139 LOCAL GOVERNMENT PERSONNEL INSTITUTE
140 LOOKING GLASS YOUTH AND FAMILY SERVICES
141 MACDONALD CENTER
142 MAKING MEMORIES BREAST CANCER FOUNDATION. INC.
143 Mental Health for Children. Inc.
144 METRO HOME SAFETY REPAIR PROGRAM
145 METROPOLITAN FAMILY SERVICE
146 MID COLUMBIA COUNCIL OF GOVERNMENTS
147 MID COLUMBIA MEDICAL CENTER- GREAT'N SMALL
148 MID - COLUMBIA CENTER FOR LIVING
149 MID- WILLAMF,TTE VALLEY COMMUNITY ACTION AGENCY. INC
150 MORNING STAR MISSIONARY BAPTIST CHURCH
151 MORRISON CHILD AND FAMILY SERVICES
152 MOSAIC CHURCH
153 NAMI of Washington County
154 NAMIOREGON
155 NATIONAL PSORIASIS FOUNDATION
156 NATIONAL WILD TURKEY FEDERATION
157 NEW AVENUES FOR YOUTH INC
158 NEW BEGINNINGS CHRISTIAN CENTER
159 NEW HOPE COMMUNITY CHURCH
160 NEWBERG FRIENDS CHURCH
161 NORTH BEND CITY- COOS /URRY HOUSING AUTHORITY
162 North Pacific District of Foursquare Churches
163 NORTHWEST ENERGY EFFICIENCY ALLIANCE
164 NORTHWEST FOOD PROCESSORS ASSOCIATION
165 NORTHWEST LINE JOINT APPRENTICESHIP & TRAINING COMMITTEE
166 NORTHWEST REGIONAL EDUCATIONAL LABORATORY
167 NORTHWEST YOUTH CORPS
168 OCHIN
169 OHSU FOUNDATION
170 OLIVET BAPTIST CHURCH
171 OMNIMEDIX INSTITUTE
58
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -J L H -01 1
172 OPEN MEADOW ALTERNATIVE SCHOOLS. INC.
173 OREGON BALLET THEATRE
174 OREGON CITY CHURCH OF THE NAZARENE
175 OREGON COAST COMMUNITY ACTION
176 OREGON DEATH WITH DIGNITY
177 OREGON DONOR PROGRAM
178 OREGON EDUCATION ASSOCIATION
179 OREGON ENVIRONMENTAL COUNCIL
180 OREGON LIONS SIGHHT & HEARING FOUNDATION
181 Oregon Lyme Disease Network
182 OREGON MUSUUM OF SCIENCE AND INDUSTRY
183 Oregon Nikkei Endowment
184 OREGON PROGRESS FORUM
185 Oregon Psychoanalytic Center
186 Oregon Public Broadcastin-
187 OREGON REPERTORY SINGERS
188 Oregon Research Institute
189 Oregon Social Learning Center
190 OREGON STATE UNIVERSITY ALUMNI ASSOCIATION
191 OREGON SUPPORTED LIVING PROGRAM
192 OSLO COMMUNITY PROGRAMS
193 OUTSIDE IN
194 OUTSIDE IN
195 PACIFIC CASCADE FEDERAL CREDIT UNION
196 PACIFIC FISHERY MANAGEMENT COUNCIL
197 PACIFIC INSTITUTES FOR RESEARCH
198 PACIFIC STATES MARINE FISHERIES COMMISSION
199 PARALYZED VETERANS OF AMERICA
200 PARTNERSHIPS IN COMMUNITY LIVING. INC.
201 PENDLETON ACADEMIES
202 PENTAGON FEDERAL CREDIT UNION
203 PLANNED PARENTHOOD OF SOUTHWESTERN OREGON
204 Polk Soil and Water Conservation District
205 PORT CITY DEVELOPMENT CENTER
206 PORTLAND ART MUSEUM
207 PORTLAND BUSINESS ALLIANCE
208 Portland Community Reinvestment Initiatives. Inc.
209 PORTLAND HABILITATION CENTER, INC.
210 PORTLAND JEWISH ACADEMY
211 Portland Oregon Visitors Association
212 PORTLAND SCHOOLS FOUNDATION
213 PORTLAND WOMENS CRISIS LINE
214 PREGNANCY RESOUCE CENTERS OF GRETER PORTLAND
215 PRINGLE CREEK SUSTAINABLE LIVING CENTER
216 PROVIDENCE HOOD RIVER MEMORIAL HOSPITAL
59
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
217 PUBLIC DEFENDER SERVICES OF LANE COUNTY. INC.
218 QUADRIPLEGICS UNITED AGAINST DEPENDENCY, INC.
219 REBUILDING TOGETHER - PORTLAND INC.
220 REDMOND PROFICIENCY ACADEMY
221 REGIONAL ARTS AND CULTURE COUNCIL
222 RELEVANT LIFE CHURCH
223 RENEWABLE NORTHWEST PROJECT
224 River Network
225 ROGUE FEDERAL CREDIT UNION
226 Rolling Hills Baptist Church
227 ROSE VILLA, INC.
228 SACRED HEART CATHOLIC DAUGHTERS
229 Safe Harbors
230 SAIF CORPORATION
231 SAINT ANDREW NATIVITY SCHOOL
232 SAINT CATHERINE OF SIENA CHURCH
233 SAINT JAMES CATHOLIC CHURCH
234 Salem Academy
235 SALEM ALLIANCE CHURCI1
236 SALEM ELECTRIC
237 SALMON -SAFE INC.
238 Sandy Seventh -day Adventist Church
239 SCIENCEWORKS
240 Scottish Rite
241 SE WORKS
242 SECURITY FIRST CHILD DEVELOPMENT CENTER
243 SELF ENHANCEMENT INC.
244 SERENITY LANE
245 SEXUAL ASSAULT RESOURCE CENTER
246 SHELTERCARE
247 SHERIDAN JAPANESE SCHOOL FOUNDATION
248 SHERMAN DEVELOPMENT LEAGUE, INC.
249 SILVERTON AREA COMMUNITY AID
250 SISKIYOU INITIATIVE
251 SMART
252 SOCIAL, VENTURE PARTNERS PORTLAND
253 SONRISE CHURCH
254 SOUTH COAST HOSPICE. INC.
255 SOUTH LANE FAMILY NURSERY DBA FAMILY RELIEF NURSE
256 SOUTHERN OREGON CHILD AND FAMILY COUNCIL, INC.
257 SOUTHERN OREGON HUMANE SOCIETY
258 SPARC ENTERPRISES
259 SPECIAL MOBILITY SERVICES
260 SPIRIT WIRELESS
261 SPONSORS, INC.
60
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -0I 1
262 SPOTLIGHT THEATRE OF PLEASANT HILL
263 SPRINGFIELD UTILITY BOARD
264 ST VINCENT DE PAUL
265 ST. ANTHONY CHURCH
266 St. Katherine's Catholic Church
267 ST. MARYS OF MEDFORD, INC.
268 St. Matthew Catholic School
269 St. Pius X School
270 ST. VINCENT DEPAUL OF LANE COUNTY
271 STAND FOR CHILDREN
272 STAR OF HOPE ACTIVITY CENTER INC.
273 Store to Door
274 Street Ministry
275 SUMMIT VIEW COVENANT CHURCH
276 SUNNYSIDE FOURSQUARE CHURCH
277 SUNRISE ENTERPRISES
278 SUSTAINABLE NORTHWEST
279 TAKE III OUTREACH
280 "Temple Beth Israel
281 TENAS ILLAHEE CHILDCARE CENTER
282 The ALS Association Oregon and SW Washington Chapter
283 The Dreaming Zebra Foundation
284 THE EARLY EDUCATION PROGRAM. INC.
285 The International School
286 THE NATIONAL ASSOCIATION OF CREDIT MANAGEMENT- OREGON,
INC.
287 THE NEXT DOOR
288 THE OREGON COMMUNITY FOUNDATION
289 The Ross Ragland Theater and Cultural Center
290 THE SALVATION ARMY - CASCADE DIVISION
291 The Wallace Medical Concern
292 TILLAMOOK CNTY WOMENS CRISIS CENTER
293 TILLAMOOK ESTUARIES PARTNERSHIP
294 TOUCHSTONE PARENT ORGANIZATION
295 TRAILS CLUB
296 TRAINING EMPLOYMENT CONSORTIUM
297 Transition Projects, Inc
298 TRI- COUNTY HEALTH CARE SAFETY NET ENTERPRISE
299 TRILLIUM FAMILY SERVICES. INC.
300 UMPQUA COMMUNITY DEVELOPMENT CORPORATION
301 Umpqua Community Health Center
302 Union County Economic Development Corp.
303 UNION GOSPEL MISSION
304 UNITED CEREBRAL. PALSY OF OR AND SW WA
305 UNITED WAY OF THE COLUMBIA WILLAMETTE
A
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
912- JLH -01 1
306 US CONFERENCE OF MENONNITE BRETHREN CHURCHES
307 USAGENCIES CREDIT UNION
308 VERMONT HILLS FAMILY LIFE CENTER
309 Viking Sal Senior Center
310 VIRGINIA GARCIA MEMORIAL HEALTH CENTER
11 VOLUNTEERS OF AMERICA OREGON
312 WE CARE OREGON
313 Western Mennonite School
314 WESTERN RIVERS CONSERVANCY
315 WESTERN STATES CENTER
316 WESTSIDE BAPTIST CHURCH
317 WHITE BIRD CLINIC
318 WILD SALMON CENTER
319 WILLAMETTE FAMILY
320 WILLAMETTE LUTHERAN HOMES, INC
321 WILLAMETTE VIEW INC.
322 Women's Safety & Resource Center
323 WOODBURN AREA CHAMBER OF COMMERCE
324 WORD OF LIFE COMMUNITY CHURCH
325 WORKSYSTEMS INC
326 YOUTH GUIDANCE ASSOC.
327 YWCA SALEM
Registered Special/Independent in OR
1 Banks Fire District 413
2 CENTRAL OREGON INTERGOVERNMENTAL COUNCIL
3 CHEHALEM PARK AND RECREATION DISTRICT
4 COLUMBIA 911 COMMUNICATIONS DISTRICT
5 Columbia River Fire & Rescue
6 GLENDALE RURAL FIRE DISTRICT
7 HOODLAND FIRE DISTRICT NO.74
8 Jefferson Park and Recreation
9 KLAMATH COUNTY 9 -1 -1
10 La Pine Park & Recreation District
1 1 LANE EDUCATION SERVICE DISTRICT
12 LANE TRANSIT DISTRICT
13 METROPOLITAN EXPOSITION - RECREATION COMMISSION
14 NW POWER POOL
15 OAK LODGE WATER DISTRICT
16 PORT OF SIUSLAW
17 PORT OF ST HELENS
18 REGIONAL AUTOMATED INFORMATION NETWORK
19 SALEM AREA MASS TRANSIT DISTRICT
20 Seal Rock Water District
21 Siuslaw Public Library District
22 THE PORT OF PORTLAND
62
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
912- JLH -01 1
23 Tillamook Fire District
24 TriMet Transit
25 TUALATIN HILLS PARK AND RECREATION DISTRICT
26 TUALATIN VALLEY WATER DISTRICT
27 UNION SOIL & WATER CONSERVATION DISTRICT
28 WEST MULTNOMAH SOIL AND WATER CONSERVATION DISTRICT
29 WILLAMALANE PARK AND RECREATION DISTRICT
Registered State Agencies in DR
1 BOARD OF MEDICAL EXAMINERS
2 OFFICE OF MEDICAL ASSISTANCE PROGRAMS
3 Office of the Ong Term Care Ombudsman
4 OFFICE OF THE STATE TREASURER
5 OREGON BOARD OF ARCHITECTS
6 OREGON CHILD DEVELOPMENT COALITION
7 OREGON DEPARTMENT OF EDUCATION
8 OREGON DEPARTMENT OF FORESTRY
9 OREGON DEPT OF TRANSPORTATION
10 OREGON DEPT. OF EDUCATION
1 1 OREGON LOTTERY
12 OREGON OFFICE OF ENERGY
13 OREGON STATE, BOARD OF NURSING
14 OREGON STATE DEPT OF CORRECTIONS
15 OREGON STATE POLICE
16 OREGON TOURISM COMMISSION
17 OREGON TRAVEL INFORMATION COUNCIL
18 SANTIAM CANYON COMMUNICATION CENTER
19 SEIU LOCAL 503, OPEU
20 State of Oregon
Registered Counties and Parishes in HI
City and County of Honolulu
I BOARD OF WATER SUPPLY
2 COUNTY OF HAWAII
3 MAUI COUNTY COUNCIL
Registered Higher Education in HI
1 ARGOSY UNIVERSITY
2 BRIGHAM YOUNG UNIVERSITY - HAWAII
3 CHAMINADE UNIVERSITY OF HONOLULU
4 COLLEGE OF THE MARSHALL, ISLANDS
5 HAWAII PACIFIC UNIVERSITY
6 RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII
7 UNIVERSITY OF HAWAII AT MANOA
Registered K -12 in HI
I CONGREGATION OF CHRISTIAN BROTHERS OF HAWAII. INC.
2 EMMANUAL LUTHERAN SCHOOL
3 FIANAHAU'OLI SCHOOL.
63
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
4 HAWAII TECHNOLOGY ACADEMY
5 ISLAND SCHOOL
6 KAMEHAMEHA SCHOOLS
7 KE KULA O S. M. KAMAKAU
8 MARYKNOLL SCHOOL
9 PACIFIC BUDDHIST ACADEMY
Registered NanProf t and Other in HI
1 ALOCHOLIC REHABILITATION SVS OF HI INC DBA HINA MAUKA
2 ALOHACARE
3 AMERICAN LUNG ASSOCIATION
4 AOAO Royal Capitol Plaza
5 ASSOCIATION OF OWNERS OF KUKUI PLAZA
6 BISHOP MUSEUM
7 BUILDING INDUSTRY ASSOCIATION OF HAWAII
8 CTR FOR CULTURAL AND TECH INTERCHNG BETW EAST AND WEST
9 EAH.INC.
10 EASTER SEALS HAWAII
1 1 First United Methodist Church
12 GOODWILL INDUSTRIES OF HAWAII, INC.
13 HABITAT FOR HUMANITY MAUI
14 HALE MAHAOLU
15 HAROLD K.L. CASTLE FOUNDATION
16 Hawaii Carpenters Market Recovery Program Fund
17 HAWAII EMPLOYERS COUNCIL.
18 HAWAII FAMILY LAW CLINIC DBA ALA KUOLA
19 Hawaii Information Consortium
20 Hawaii Island Humane Society
21 Hawaii Peace and Justice
22 HAWAII STATE FCU
23 HONOLULU HABITAT FOR HUMANITY
24 IUPAT. DISTRICT COUNCIL 50
25 Kauai Youth Basketball Association
26 LANAKILA REHABILITATION CENTER INC.
27 Leeward Community Church
28 LEEWARD HABITAT FOR HUMANITY
29 MAUI COUNTY FCU
30 MAUI ECONOMIC DEVELOPMENT BOARD
31 MAUI ECONOMIC OPPORTUNITY, INC.
32 MAUI FAMILY YMCA
33 NA HALE O MAUI
34 NA LEI ALOHA FOUNDATION
35 NETWORK ENTERPRISES. INC.
36 ORI ANUENUE HALE. INC.
37 PARTNERS IN DEVELOPMENT FOUNDATION
38 POLYNESIAN CULTURAL CENTER
64
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
REP - Faclities Solutions
# 12- JLH -01 1
39 PUNAHOU SCHOOL
40 Saint Louis School
41 ST. THERESA CHURCH
42 St. Theresa School
43 UNIVERSITY OF HAWAII FEDERAL CREDIT UNION
44 W. M. KECK OBSERVA'T'ORY
45 WAIANAE COMMUNITY OUTREACH
46 WAILUKU FEDERAL CREDIT UNION
47 YMCA OF HONOLULU
Registered State Agencies in HI
1 ADMIN. SERVICES OFFICE
2 DOT Airports Division Hilo International Airport
3 HAWAII AGRICULTURE RESEARCH CENTER
4 HAWAII CHILD SUPPORT ENFORCEMENT AGENCI
5 HAWAII HEALTH SYSTEMS CORPORATION
6 SOH- JUDICIARY CONTRACTS AND PURCH
7 STATE DEPARTMENT OF DEFENSE
8 STATE OF HAWAII
9 STATE OF HAWAII. DEPT. OF EDUCATION
Registered Cities, Towns, Villages and Boroughs in LA
I ASCENSION PARISI] LIBRARY
2 BALL POLICE DEPARTMENT
3 BREAUX BRIDGE HOUSING AUTHORITY
4 BUNKIE FIRE DEPT
5 CADDO PARISH CLERK OF COURT
6 CAPITAL CITY PRESS
7 CITY OF ALEXANDRIA
8 CITY OF BAKER POLICE DEPARTMENT
9 CITY OF BOSSIER
10 CITY OF COVINGTON
1 I city of gretna
12 CITY OF HAMMOND
13 City of Harahan
14 CITY OF KENNER
15 CITY OF LAKF, CHARLES FIRE DEPT
16 CITY OF LEESVILL.E
17 CITY OF MINDEN
18 CITY OF MONROE
19 CITY OF NEW ROADS
20 CITY OF PLAQUEMINE
21 CITY OF PORT ALLEN
22 City Of Rayne
23 CITY OF RUSTON
24 CITY OF SHREVEPORT
25 CITY OF SLIDELL
65
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
912 -J L H -01 1
26 CITY OF VILLE PLATTE
27 CITY OF WEST MONROE
28 CITY OF WESTLAKE
29 City of Westwego Parks & Recreation
30 CITY OF WINNFIELD
31 CITY OF WINNSBORO
32 DENHAM SPRINGS CITY MARSHAL
33 EVANGELINE PARISH SHERIFF DEPT.
34 FIRE PROTECTION DIST. NO. 5
35 GREATER NEW ORLEANS EXPRESSWAY COMMISSION
36 GREATER NEW ORLEANS FOUNDATION
37 LOUISIANA PUBLIC EMPLOYEES COUNCIL 17 AFSCME AFL- CIO
BUILDING CORP
38 MONROE CITY
39 Pelican State Credit Union
40 PONCHATOULA POLICE DEPT.
41 RAYNE HOUSING AUTHORITY
42 Sewerage and Water Board of New Orleans
43 St John Sheriff Office
44 ST LANDRY PARISH SHERIFF DEPT
45 ST. BERNARD PARISH GOVERNMENT
46 'T'OWN OF ARCADIA
47 TOWN OF BENTON
48 TOWN OF CHURCI I POINT
49 TOWN OF FARMERVILLE
50 TOWN OF GRAND ISLE
51 TOWN OF HAYNESVILLE
52 TOWN OF HOMER
53 TOWN OF JONESBORO
54 TOWN OF JONESVILLE
55 TOWN OF LEONVILLE
56 TOWN OF OLLA
57 TOWN OF PEARL RIVER
58 TOWN OF RAYVILLE
59 "TOWN OF ROSEPINE
60 TOWN OF STERLINGTON
61 TOWN OF WATERPROOF
62 TOWN OF WHITE CASTLE
63 VILLAGE OF FENTON
64 VILLAGE OF FOREST HILL
65 VILLAGE OF PALMETTO
Registered Counties and Parishes in LA
I 15TH JUDICIAL DISTRICT COURT
2 Acadia Parish Clerk of COUrt
3 ASSUMPTION PARISH LIBRARY
66
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412- JLH -01 1
4 BIENVILLE PARISH POLICE JURY
5 BOSSIER LEVEE DISTRICT
6 BOSSIER PARISH ASSESSOR
7 BOSSIER PARISH CLERK OF CT
8 BOSSIER SHERIFFS DEPARTMENT
9 CADDO PARISH COMMISSION
10 CADDO PARISH TAX ASSESSOR
1 1 CALDWELL PARISH CLERK OF COURT
12 CALDWELL PARISH IIOUSING AUTHORITY
13 CATAHOULA PARISH POLICE JURY
14 CITY OF OPELOUSAS
15 CLAIBORNE PARISH POLICE JURY
16 CONCORDIA PARISH POLICE JURY
17 DESOTO PARISH EMS
18 DESOTO PARISH POLICE JURY
19 DESOTO PARISH TAX ASSESSOR
20 EAST BATON ROUGE PARISH CLERK OF COURT
21 East Baton Rouge Parish Drug Court Treatment Center
22 East Baton Rouge Parish Family Court
23 EAST CENTRAL BOSSIER PARISH FIRE DISTRICT #1
24 EAST FELICIANA PARISH SHERIFF OFFICE
25 FIRE PROTECTION DISTRICT NO 1 OF TENSAS PARISH
26 FRANKLIN ECONOMIC DEVELOPMENT FOUNDATION
27 GRANT PARISH POLICE JURY
28 GRANT PARISH POLICE JURY GAS DEPT.
29 GRANT PARISH SHERIFF
30 IBERIA PARISH GOVERNMENT
31 IBERVILLE PARISH COUNCIL
32 JACKSON PARISH POLICE JURY
33 JEFFERSON PARISH DISTRICT ATTORNEY
34 JEFFERSON PARISH GOVERMENT
35 LA SALLE PARISH POLICE JURY
36 LINCOLN PARISH LIBRARY
37 Livingston Council On Aging
38 MOREHOUSE PARISH POLICE JURY
39 ORLEANS PARISH CRIMINAL SHERIFFS OFFICE
40 OUACHITA MULTI- PURPOSE COMMUNITY ACTION PROGRAM, INC
41 OUACHITA PARISH POLICE JURY
42 OUACHITA PARISH POLICE JURY
43 PLAQUEMINES PARISH GOVERNMENT
44 POINTE COUPEE PARISH POLICE .JURY
45 RAPIDF.S PARISH LIBRARY
46 RAPIDES PARISH POLICE JURY
47 RIC:HLAND PARISH LIBRARY
48 RICHLAND PARISH SHERIFF DEPARTMENT
67
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
49 SOUTH CENTRAL PLANNING AND DEVELOPMENT COMMISSION
50 ST JOHNS THE BAPTIST PARISH
51 ST TAMMANY FIRE DISTRICT 4
52 ST. BERNARD PARISH ADULT DRUG COURT
53 ST. CHARLES PARISH
54 St. Landry Parish Tourist Commission
55 ST. MARY PARISH GOVERNMENT
56 St. Mary Parish Recreation District 93
57 St. Tammany Parish Assessor
58 SULPHUR PARKS AND RECREATION
59 TANGIPAHOA MOSQUITO ABATEMENT DISTRICT
60 TENSAS PARISH POLICE JURY
61 THIRD JUDICIAL DISTRICT COURT
62 UNION PARISH HOMELAND SECURITY
63 WEBSTER PARISH POLICE JURY
64 WEST C:ARROLL PARISH SHERIFFS DEPT.
65 WEST FELICIANA COMMUNICATIONS DISTRICT
66 WINN PARISH DISTRICT ATTORNEY
67 WINN PARISH POLICE JURY
Registered Higher Education in LA
1 Acadiana Technical College
2 CAMERON COLLEGE
3 CENTENARY COLLEGE OF LOUISIANA
4 COMPASS CAREER COLLEGE:
5 DELGADO COMMUNITY COLLEGE
6 DILLARD UNIVERSI'T'Y
7 GRETNA CAREER COLLEGE
8 Kappa Kappa Gamma
9 LOUISIANA STATE UNIVERSITY
10 LOUISIANA TECHNICAL COLLEGE
1 1 LOYOLA UNIVERSITY OF NEW ORLEANS
12 LSUHSC - SHREVEPORT
13 NEW ORLEANS BAPTIST THEOLOGICAL SEMINARY
14 NOTRE DAME SEMINARY
15 OUR LADY OF HOLY CROSS COLLEGE
16 SOUTH LA COMMUNITY COLLEGE
17 SOUTHEASTERN LOUISIANA UNIVERSITY
18 SOUTHERN UNIVERSITY
19 sowela tech comm college
20 THE ADMINISTRATORS OF "THE TULANE EDUCATIONAL, FUND
21 THE ART STATION
Registered K -12 in LA
I ACADEMY OF THE SACRED HEART
2 ACADIA PARISH SCHOOL BOARD
3 Advocacy for the Arts & Technology
68
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
912- JLH -01 I
4 Alexandria Country Day School
5 ARCHBISHOP RUMMEL HIGH SCHOOL
6 Archbishop Shaw High School
7 AVOYELLES PARISH SCHOOL BOARD
8 BEAUREGARD PARISH SCHOOL BOARD
9 Bogalusa School Board
10 BOSSIER PARISH SCHOOL BOARD
I 1 Bossier Parish School Board (BPSB)
12 Brother Martin High School
13 CADDO PARISH MAGNET HIGH SCHOOL
14 CADDO PARISH SCHOOLS
15 CALCASIEU PARISH SCHOOL SYSTEM
16 CATAHOULA PARISH SCHOOL.. BOARD
17 CATHOLIC HIGH SCHOOL
18 CATHOLIC OF POINTE COUPEE SCHOOL
19 Cedar Creek School
20 CENTRAL PRIVATE SCHOOL
21 CENTRAL.., SCHOOL CORP.
22 CHILDREN'S CHAR'I'ER MIDDLE SCHOOL
23 CLAIBORNE PARISH SCHOOL BOARD
24 DARBONNE WOODS CHARTER SCHOOL, INC.
25 DELHI CHARTER SCHOOL
26 DeSoto Parish School Board
27 DIOCESE OF LAFAYETTE
28 E.D. WHITE CATHOLIC HIGH
29 EAST CARROLL PARISH SCHOOL BOARD
30 EPISCOPAL HIGH SCHOOL OF BATON ROUGE
31 EXCELSIOR CHRISTIAN SCHOOL
32 GRACE LUTHERAN CHURCH AND EARLY CHILDHOOD CENTER
33 HOLY TRINITY LUTHERAN CHURCH AND SCHOOL
34 HOSANNA FIRST ASSEMBLY OF GOD
35 IBERVILLE PARISH SCHOOL BOARD
36 JACKSON PARISH SCHOOL BOARD
37 JEFFERSON DAVIS PARISH SCHOOL BOARD
38 JEFFERSON PARISH SCHOOL BOARD
39 JESUS THE GOOD SHEPHERD SCHOOL
40 LAFAYF,TTE PARISH SCHOOL SYSTEM
41 LaSalle Parish School District
42 LINCOLN PARISH SCHOOL BOARD
43 LITTLE ANGELS SCHOOL AND DAY CARE,
44 LIVINGSTON PARISH PUBLIC SCHOOLS
45 LORANGER HIGH SCHOOL FOOTBALL
46 LSMSA
47 MADISON PARISH SCHOOL BOARD
48 MENTORSHIP ACADEMY
69
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
49 MONROE CITY SCHOOLS
50 MOREHOUSE PARISH SCHOOL BOARD
51 Morris Jeff Community School
52 NEWELLTON ELEMENTARY SCHOOL
53 NORTHEAST BAPTIST SCHOOL
54 OAK FOREST ACADEMY
55 OPELOUSAS CATHOLIC SCHOOL
56 Orleans Parish School Board
57 OUACHITA PARISH SCHOOL BOARD
58 Parkview Baptist
59 Parkview Baptist School
60 Parkview Elementary PTO
61 RAPIDES PARISH SCHOOL BOARD
62 Recovery School District
63 RICHLAND PARISH SCHOOL BOARD
64 RIVERSIDE ACADEMY
65 ST JOSEPH THE WORKER
66 ST LANDRY PARISH SCHOOL BOARD
67 ST MARY'S DOMINICAN I IS
68 ST. AMANT I IIGH SCHOOL
69 ST. AUGUSTINE HIGII SCHOOL
70 ST. BERNARD PARISH PUBLIC SCHOOL DISTRICT
71 St. Charles Parish Public Schools
72 ST. CLETUS SCHOOL
73 ST. DOMINIC SCHOOL
74 St. Edward School
75 ST. JOAN OF ARC. SCHOOL
76 ST. JOHN ELEMENTARY /MIDDLE SCHOOL
77 ST. MARIA GORETTI CHURCH
78 ST. PIUS X SCHOOL
79 St.Mary Parish School Board
80 STATE DEPARTMENT OF EDUCATION
81 TANGIPAHOA PARISH SCHOOL SYSTEM
82 THE DUNHAM SCHOOL
83 UNION PARISI] SCHOOL BOARD
84 Ursuline Academy of New Orleans
85 VERMILION PARISH SCHOOL BOARD
86 VERNON PARISH SCHOOL BOARD
87 VIDALIA JUNIOR HIGH SCHOOL
88 VISITATION OF OUR LADY CATHOLIC SCHOOL
89 WEST BATON ROUGE PARISH SCHOOL BOARD
90 WEST CARROLL PARISH SCHOOL BOARD
91 WESTMINSTER CHRISTIAN ACADEMY
92 WINN PARISH SCHOOL. BOARD
70
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
Registered NonProfit and Other in LA
I A AND B NOTARY
2 ACI ST JOHN LLC
3 ADVOCACY CENTER FOR THE ELDERLY AND DISABLED, INC.
4 AGAPE LOVE
5 ALLEGIANCE HEALTH MANAGEMENT
6 AMERICAN CHILD DAY CARE CENTER
7 ANTIOCH BAPTIST CHURCH
8 APOSTOLIC DELIVERANCE U.P.C. INC.
9 ARCHDIOCESE OF NEW ORLEANS
10 ASSOCIATED PROFESSIONAL EDUCATORS OF LOUISIANA
1 I AVOYELLES PROGRESS ACTION COMMITTEE, INC
12 BARKSDALE FEDERAL CREDIT UNION
13 BARKSDALE UNITED METHODIST CHURCH
14 Baton Rouge Children's Advocacy Center
15 Baton Rouge Soccer Association
16 Beginners Mind Inc
17 BENTON UNITED METHODIST CHURCH
18 Berean Church
19 BONITA ROAD BAPTIST CHURCH
20 BOOST FOUNDATION, INC.
21 BOSSIER CHAMBER OF COMMERCE
22 BOSSIER PARISH MAXIMUM SECURITY JAIL
23 BOY SCOUTS OF AMERICA
24 BROADMOOR CHRISTIAN CHURCH
25 Broadmoor Improvement Association
26 BROADMOOR PRESBYTERIAN CHURCH
27 BROADMOOR UNITED METHODIST PRESCHOOL
28 CAJUNDOME
29 C:ALLAWAY ENTERPRISES
30 CALVARY BAPTIST CHURCH
31 Capital Area Alliance for Homeless
32 CENLA AREA AGENCY ON AGING, INC.
33 CENLA COMMUNITY ACTION COMMITTEE, INC.
34 CENTRAL ASSEMBLY OG GOD
35 CENTRAL CITY EOC
36 CHILDREN'S HOSPITAL-
-37 CHITIMACHA TRIBE OF LOUISIANA
38 CHRISTVIEW CHRISTIAN CHURCH
39 Church United for Community Development
40 CITY OF FAITH PRISON MINISTRIES, INC.
41 COMITE BAPTIST CHURCH
42 COMMITTEE FOR PLAQUEMINES RECOVERY
43 COMMUNITY SUPPORT PROGRAMS, INC.
44 congregation temple sinai
71
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
45 COOK BAPTIST CHURCH
46 Cornerstone Church of Zachary Inc
47 CROSSPOINT BAPTIST CHURCH
48 CROSSROADS CHURCH
49 DEMCO
50 DESOTO PARISH LIBRARY
51 DISABLED VETERNS OF LA CHAPTER 4
52 Divine Touch Community development Center
53 EASTER SEALS LOUISIANA
54 ELDERCARE SUPPORT SERVICES
55 ELIZABETH BAPTIST CHURCH
56 EMMANUEL BAPTIST CHURCH
57 EMMANUEL BAPTIST CHURCH
58 EMMANUEL BAPTIST CHURCH
59 EMMANUEL MISSIONARY BAPTIST CHURCH
60 EVANGELINE BAPTIST CHURCH
61 FAITH TABERNACLE CHURCH
62 FAMILY MEDICAL CLINIC OF MER ROUGE
63 FAMILY RESOURCES OF NEW ORLEANS
64 FAMILY WORSHIP CENTER CHURCH INC.
65 FIRST APOSTOLIC CHURCH
66 FIRST BAPTIST CHURCH
67 FIRST BAPTIST CHURCI I
68 FIRST BAPTIST Cl IURCH
69 First Baptist Church
70 FIRST BAPTIST CHURCH COVINGTON
71 FIRST BAPTIST CHURCH RUSTON
72 FIRST CHURCH OF GOD IN OAK GROVE. INC.
73 FIRST UNITED METHODIST CHURCH
74 First United Methodist Church
75 First United Methodist Church of Slidell
76 FRANKLIN MEDICAL CENTER
77 FROM BONDAGE TO FREEDOM
78 Full Gospel Church
79 G B COOLEY SERVICES
80 Galilee Baptist Academy
81 Galvez Football Club Inc
82 GIBSON AREA HOSPITAL
83 GIRL SCOUTS OF LA - PINES TO GULF
84 Girls Scouts Louisiana East
85 Go Care
86 GOOD SAMARITANS OF FRANKLIN
87 Goodwilllndustries
88 GRACE COMMUNITY CHURCH
89 GRACE EPISCOPAL CHURCH
72
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
90 GRACE LIFE FELLOWSHIP
91 GREATER ELIZABETH BAPTIST CHURCH
92 GREATER HOPE BAPTIST CHURCH
93 greater mount calvary baptist church
94 GREATER OUACHITA WATER COMPANY
95 GULF COAST HOUSING PARTNERSHIP
96 Habitat for Humanity St. Tammany West
97 HANDS ON NETWORK
98 HARVEST CHURCH
99 HAVEN NURSING CENTER, INC.
100 HAVEN REHABILITATION CENTER, INC.
101 HEALING PLACE CHURCH
102 Health Care Centers In Schools
103 HEBRON BAPTIST CHURCH
104 HOPEWELL BAPTIST CHURCH
105 HOSANNA LUTHERAN CHURCH
106 HOSPITAL SERVICE DISTRICT NO. 1. D /B /A TRI -WARD
107 HOUSE OF RUTH, INC.
108 IBERIA MEDICAL, CENTER
109 1 BTS
110 IFA CHURCH
1 1 1 Ingleside United Methodist Church
112 ISTROUMA AREA COUNCIL OF BOY SCOUTS
1 13 JACKSON PARISH HOSPITAL
114 Jefferson Chamber of Commerce
1 15 jerico road episcopal housing initiative
116 JEWISH FEDERATION OF GREATER BATON ROUGE
117 K AND S CHILDHOOD DEVELOPMENT CENTER
118 KING OF KINGS EVANGELICAL LUTHERAN CHURCH
119 KIWANIS INTERNATIOINAL
120 LA ASSEMBLY OF THE CHURCH OF GOD
121 LA ASSOCIATION COMMUNITY ACTION PARTNERSHIPS
122 LA ONE CALL
123 Lafayette Habitat for Humanity
124 LAFAYETTE PARISH CONVENTION & VISITORS COMMISSION
125 LAFAYETTE TEEN COURT, INC
126 LAKE BETHLEHEM BAPTIST CHURCI I
127 LAKESIDE BAPTIST CHURCH
128 LAKESIDE DAY CARE
129 LANE CHAPEL CME
130 LEWIS CME
131 LINCOLN GENERAL HOSPITAL
132 lisamaye fighting lupus and raising awareness
133 LITTLE THEATRE OF MONROE. INC.
134 LITTLE UNION BAPTIST CHURCH
73
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
135 LIVINGSTON PARISH CHAMBER OF COMMERCE
136 LIVINGSTON PARISH PRESIDENT - COUNCIL
137 LOD AND CAROL COOK CONFERENCE CENTER AND HOTEL
138 LOUIS INFANT CRISIS CENTER
139 LOUISIANA ASSOCIATION OF HEALTH PLANS
140 LOUISIANA DISTRICT ATTORNEYS ASSOCIATION
141 LOUISIANA FAMILY FORUM
142 LOUISIANA HEALTH CARE QUALITY FORUM
143 Louisiana Hemopheilia Foundation Inc
144 LOUISIANA REALTORS ASSOCIATION
145 LOUISIANA SPCA
146 Louisiana Workforce LLC
147 LOUISISANA HIGH SCHOOL ATHLETIC ASSOCIATION
148 MACEDONIA MISSIONS. INC.
149 MACON ECONOMIC OPPORTUNITY
150 MARION BAPTIST CHURCH
151 MARY BIRD CANCER CENTER
152 MCIO HEAD START
153 METRO /REGIONAL BUSINESS INCUBA'T'OR
154 MEYERS MEMORIAL CHAPEL,
155 MIRACLE PLACE CHURCH
156 MOREHOUSE GENERAL HOSPITAL
157 MORING STAR BAPTIST CHURCH
158 MOUNT CANAAN MISSIONARY BAPTIST CHURCH
159 MOUNT HERMON BAPTIST CHURCLI
160 MT. PLEASANT COMMUNITY DEVELOPMENT CORP. INC.
161 MT. SINAI MBC
162 MT. VERNON BAPTIST CHURCH
163 MT. ZION CME CHURCH
164 MW PRINCE HALL MASONIC HALL TEMPLE
165 NALC BRANCH 136
166 NATIONAL SAFETY COUNCIL
167 Nativity of Our Lady Church
168 NEW BEGINNINGS CDC
169 NEW CHAPEL LULL BAPTIST CHURCH
170 NEW DAUGHTERS OF ZION MISSIONARY BAPTIST CHURCH IN
171 NEW GENERA'T'IONS CHURCH OF MONROE. INC.
172 NEW GREENWOOD BAPTIST CHURCH
173 new home ministries
174 NEW HORIZONS
175 New Orleans Bioinnovation Center
176 NEW TABERNACLE BAPTIST CHURCH
177 NEW TESTAMENT UNITED PENTECOSTAL CHURCH
178 NORTH CADDO MEDICAL CENTER
179 NORTHWEST LOUISIANA LIONS EYE BANK
74
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
180 NSU CHILD AND FAMILY NETWORK
181 NWL TECHNICAL COLLEGE
182 ODYSSEY HOUSE LOUISIANA. INC.
183 OLIVE BRANCH BAPTIST CHURCH
184 OPEN DOOR BAPTIST CHURCH
185 Ouachita Baptist Church
186 Our Lady of Perpetual Help Catholic Church
187 OUR LADY OF PROMPT SUCCOR CHURCH
188 Our Lady of Victory
189 PARKVIEW BAPTIST CHURCH
190 PCPFHF
191 PCSS
192 PEACEFUL REST BAPTIST CHURCH
193 PENIEL BAPTIST CHURCH
194 PHILADELPHIA BAPTIST CHURCH
195 PINE BELT MULTI - PURPOSE COMMUNITY ACTION AGENCY
196 Plaquemines Community C.A.R.E. Center
197 PLEASANT VALLEY UNC
198 PLEASAAN HILL BAPTIST CHURCH
199 POLICE JURY ASSOCIATION OF LOUISIANA
200 PONCHATOULA AREA RECREATION DISTRICT NO.1
201 PRESBYTERIAN CHURCH OF RUSTON
202 Presbytery of South Louisiana - Project Homecoming
203 PRIDE COMMUNITY ASSOCIATION
204 RAPIDES PRIMARY HEALTH CARE CENTER
205 REPUBLICAN PARTY OF LA
206 RIDGE AVENUE BAPTIST CHURCH
207 ROMAN CATHOLIC CHURCH OF THE DIOCESE OF BATON ROUGE
208 SEEKER SPRINGS MINISTRY CENTER
209 Shell Robert Training & Conference Center
210 SHOWERS OF BLESSING MINISTRIES
211 SHREVEPORT ELECTRICAL HEALTH AND WELFARE FUND
212 SHREVEPORT REGIONAL ARTS COUNCIL
213 SOLOMON TEMPLE BAPTIST CHURCH
214 South Central Laborers
215 Southern Financial Exchange
216 Southern United Neighborhoods
217 SOUTHSIDE ECONOMIC DEVELOPMENT
218 ST PATRICK CHURCH
219 ST THOMAS AQUINAS CATHOLIC: CHURCH
220 St. Agnes Catholic Church
221 ST. ALBAN'S CHAPEL
222 ST. ALOYSIUS CATHOLIC SCHOOL
223 ST. ANDREW PRESBYTERIAN CHURCH
224 ST. BERNARD PROJECT
75
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 I
225 ST. FRANCES XAVIER CABRINI CATHOLIC CHURCH
226 ST. FRANCIS DINER
227 ST. GEORGE CHURCH
228 ST. JEAN VIANNEY CHURCH
229 ST. JOHN THE BAPTIST CATHOLIC CHURCH
230 ST. JOHN THE BAPTISM' CATHOLIC CHURCH
231 St. John the Baptist Parish Library
232 ST. MARY CAA, INC.
233 ST. MARY PARISH TOURIST COMMISSION
234 ST. MARYS BAPTIST Cl IURCH
235 ST. MICHAEL SPECIAL SCHOOL
236 ST. PAUL BAPTIST CHURCH
237 ST. PAULS UNITED METHODIST CHURCH
238 St. Peter Catholic Church
239 ST. REST BAPTIST CHURCH
240 ST.ANSELM CATHOLIC CHURCH
241 ST.MARY PARISH LIBRARY
242 STARLIGHT BAPTIST CHURCI1
243 STEEPLE CHASE BAPTIST CHURCI1
244 STERLINGTON HOLINESS TABERNACLE
245 SUMMER GROVE BAPTIST ACADEMY
246 SUMMER GROVE BAPTIST CHURCH
247 SWEETWATER BAPTIST CHURCH
248 The Arc Of Iberia
249 THE CELL COMMUNITY SCHOOL & RESOURCE CENTER
250 THE CHURCH OF THE LIVING GOD
251 THE FULLER CENTER FOR HOUSING OF NWLA
252 THE HARVEST
253 THE HOUSE OF FAITH HOPE AND CHARITY
254 THE SALVATION ARMY
255 THE SHREVEPORT- BOSSIER KOREAN PRESBYTERIAN CHURCH
256 THE SPIRIT OF FREEDOM MINISTRIES
257 THE WAY OF HOLINESS APOSTOLIC CHURCH
258 TOTAL COMMUNITY ACTION. INC.
259 TRAILBLAZER RESOURCE AND CONSERVATION AREA, INC.
260 TRINITY BAPTIST CHURCH
261 Trinity Episcopal Church
262 TRINITY LUTHERAN CHURCII
263 TRINITY WORSHIP CENTER
264 Tulane Hillel
265 Union Comminity Action, Association
266 UNION COUNCIL ON AGING
267 UNION SPRINGS MBC
268 UNITECH TRAINING ACADEMY
269 UNITED AUTO WORKERS UNION
76
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
270 UNITED CEREBAL PALSY OF GREATER NEW ORLEANS, INC
271 UNITED METHODIST HOPE MINISTRIES
272 UNITED WAY OF NORTHEAST LOUISIANA, INC.
273 UNITED WAY OF NW LOUISIANA
274 UNITY FOR THE HOMELESS,INC.
275 UNIVERSITY CHURCH OF CHRIST
276 UPWARD BOUND MINISTRIES. INC.
277 URBAN IMPACT MINISTRIES
278 VERMILION PARISH WATERWORKS DISTRICT NO.I
279 VERNON COMMUNITY ACTION COUNCIL, INC.
280 Volunteers of America Greater Baton Rouge, Inc.
281 VOLUNTEERS OF AMERICA OF GREATER NEW ORLEANS
282 Volunteers of America of North Louisiana
283 WEST BATON ROUGE CHAMBER OF COMMERCE
284 WEST BATON ROUGE PARISH POLICE JURY
285 WEST BATON ROUGE S/O WORK RELEASE
286 WEST JEFFERSON MEDICAL CENTER
287 WILLIAMS MEMORIAL CME
288 WILLIS- KNIGHTON FEDERAL CREDIT UNION
289 Wisner Foundation
290 WORD OF LIFE MINISTRIES
291 WORKFORCE INVESTMENT BOARD SDA -83
292 YMCA OF SHREVEPORT, LA
Registered Special/Independent in LA
1 BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS
2 BOSSIER PARISH COMMUNICATIONS DISTRICT NO. 1
3 CAPITAL AREA LEGAL SERVICES CORP
4 LAFAYETTE AIRPORT COMMISSION
5 NEW ORLEANS REGIONAL, BUSINESS PARK
6 POVERTY POINT RESERVOIR DISTRICT
7 ST. GEORGE FIRE PROTECTION DISTRICT NO.2
8 ST. TAMMANY PARISH FIRE PROTECTION DISTRICT NO. 3
9 UNIVERSITY HOUSE @ACADIANA
Registered State Agencies in LA
1 18TH JDC -ALVIN BATISTE. JR JUDGE
2 26 TH JUDICIAL COURT
3 26TH JUDICIAL DISTRICT PUBLIC DEFENDER
4 C.A.S.S.E.
5 COLUMBIA DEVELOPMENT CENTER
6 CONCEALED HANDGUN PERMIT UNIT
7 Covington Housing Authority
8 DCFS /CW /WEST JEFFERSON
9 Department of Children and Family Services /Child Welfare /West Jefferso
10 DEPARTMENT OF REVENUE /LOUISIANA
1 1 DEPT OF CULTURE RECREATION AND TOURISM
77
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
912- JLH -01 1
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
>1
32
33
34
35
36
37
38
39
40
41
42
43
44
DHH- OFFICE OF PUBLIC HEALTH
ELAYN HUNT CORRECTIONAL CENTER
FLETCHER TECHNICAL COMMUNITY COLLEGE
HAMMOND DEVELOPMENTAL CENTER
HOUMA- TERREBONNE HOUSING AUTHORITY
LA DEPT OF WILDLIFE AND FISHERIES
LA OFFICE OF STATE PARKS
LA RESEARCH PARK CORPORATION
LA SHERIFFS PENSION AND RELIEF FUND
LA State Board Of Medical Examiners
LA. DIVISION OF ADMINISTRATION
Leonard J Chabert Medical Center
LINCOLN COUNCIL ON THE AGING
Louisiana Board of Barbers Examiners
LOUISIANA BOARD OF CHIROPRACTIC EXAMINERS
LOUISIANA DEPARTMENT OF STATE
LOUISIANA HOUSING FINANCE AGENCY
LOUISIANA STATE GOV. BIDS
LOUISIANA TECH UNIVERSITY
LSU AGCENTER EXTENSION SERVICE OFFICE
LSU Bogalusa Medical
lsu health systems
LSUHSC /E.A. CONWAY MEDICAL CENTER
METROPOLITAN DEVELOPMENTAL CENTER
MHSD /CHARTRES- PONTCFIARTRAIN BEHAVIOR HEALTFI CENTER
Orleans Parish Communication District
Richland Parish Tax Assessors office
Ruston Housing Authority
SPECIAL EDUCATION DISTRICT NO.I OF LAFOURCHE
State of Lousiana Office of Legislative Auditor
Tahgipahoa Parish Sheriffs Office
THE SPRINGS OF RECOVERY ADOLESCENT PROGRAM
VERNON WORKFORCE CENTER
78
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
ATTACHMENT E
ARRA STANDARD TERMS AND CONDITIONS ADDENDUM
FOR CONTRACTS AND GRANTS
If a contract or grant involves the use of finds from the federal American Recovery and Reinvestment Act of 2009,
Pub. L. 111 -5 ( "Recovery Act' ), the following terms and conditions apply. As used in this Section,
"Contractor /Grantee " means the contractor or grantee receiving Recovery Act funds from Harford County Public
Schools ( "School District') under this agreement.
1. The Contractor /Grantee specifically agrees to comply with each of the terms and conditions contained herein.
2. Contractor /Grantee understands and acknowledges that the federal stimulus funding process is still evolving and
that new requirements for Recovery Act compliance may still be forthcoming from federal government, State of
Maryland, and the School District. Accordingly, Contractor /Grantee specifically agrees that both it and
subcontractors /subgrantees will comply with all such requirements during the contract period.
AVAILABILITY OF FUNDING
Contractor /Grantee agrees that programs supported with temporary federal funds made available from the Recovery
Act may not be continued with School District financed appropriations once the temporary federal funds are
expended.
BUY AMERICA REQUIREMENT
Contractor /Grantee agrees that pursuant to Section 1605 of Title XV of the Recovery Act, neither
Contractor /Grantee or its subcontractors /subgrantees will use Recovery Act funds for a project for the construction,
alternation, maintenance, or repair of a public building or public work unless all of the iron, steel and manufactured
goods used in the project are produced in the United States in a manner consistent with United States obligations
under international agreements. This requirement shall be applied unless the use of alternative materials has been
approved by a federal agency pursuant to Section 1605.
CONFLICTING REQUIREMENTS
Contractor /Grantee agrees that, to the extent Recovery Act requirements conflict with School District requirements,
the Recovery Act requirements shall control.
FALSE CLAIMS ACT
Contractor /Grantee agrees that it shall promptly refer to an appropriate federal inspector general any credible
evidence that a principal, employee, agent, subgrantee, subcontractor or other person has submitted a claim under
the federal False Claims Act, as amended, 31 U.S.C. § §3729 -3733, or has committed a criminal or civil violation of
laws pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct involving those funds.
ENFORCEABILITY
Contractor /Grantee agrees that if Contractor /Grantee or one of its subcontractors /subgrantees fails to comply with
all applicable federal and state requirements governing the use of Recovery Act funds, School District may
withhold or suspend, in whole or in part, funds awarded under the program, or recover misspent funds following an
audit. This provision is in addition to all other remedies available to School District under all applicable state and
federal laws.
INSPECTION OF RECORDS
Contractor /Grantee agrees that it shall permit the United States Comptroller General or his representative or the
appropriate inspector general appointed under section 3 or 8G of the federal Inspector General Act of 1978, as
amended, 5 U.S. App. § §3 and 8(g), or his representative to: (1) examine any records that directly pertain to, and
involve transactions relating to, this contract; and (2) interview any officer or employee of Contractor /Grantee or
79
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
any of its subcontractors /subgrantees regarding the activities funded with funds appropriated or otherwise made
available by the Recovery Act.
JOB POSTING REQUIREMENTS
Section 1512 of the Recovery Act requires states receiving stimulus funds to report on jobs created and retained as
a result of the stimulus funds. Contractors /Grantees who receive Recovery Act funded contracts are required to post
jobs created and retained as a result of stimulus funds on the State of Maryland
( http: / /www.statestat.mar land. and.gov /recovery.asp
PROHIBITION ON USE OF RECOVERY ACT FUNDS
Contractor /Grantee agrees that none of the funds made available under this contract may be used for any casino or
other gambling establishment, aquarium, zoo, golf course, swimming pools, or similar projects.
REPORTING REQUIREMENTS
Pursuant to Section 1512 of Title XV of the Recovery Act, entities receiving Recovery Act funds must submit a
report to the federal government no later than ten (10) calendar days after the end of each calendar quarter. This
report must contain the information outlined below. Accordingly, Contractor /Grantee agrees to provide the County
with the following information in a timely manner:
a. The total amount of Recovery Act funds received by Contractor /Grantee during the Reporting Period;
b. The amount of Recovery Act funds that were expended or obligated during the Reporting Period;
c. A detailed list of all projects or activities for which Recovery Act funds were expending or obligated, including:
i. the name of the project or activity;
ii. a description of the project or activity;
iii. an evaluation of the completion status of the project or activity; and
iv. an estimate of the number of jobs created and the number of jobs retained by the project or activity;
d. For any subcontracts or subgrants equal to or greater than $25,000:
i. The name of the entity receiving the subaward;
ii. The amount of the subaward;
iii. The transaction type;
iv. The North American Industry Classification System (NAICS) code or
Catalog of Federal Domestic Assistance (CFDA) number;
v. Program source;
vi. An award title descriptive of the purpose of each funding action;
vii. The location of the entity receiving the subaward;
viii. The primary location of the subaward, including the city, state, congressional
district and country; and
ix. A unique identifier of the entity receiving the sub -award and the parent entity of Contractor /Grantee,
should the entity be owned by another.
x. The names and total compensation of the five most highly compensated officers of the company if it
received: 1) 80% or more of its annual gross revenues in Federal awards; and 2) $25M or more in annual
gross revenue from Federal awards.
e. For any subcontracts or subgrants of less than $25,000 or to individuals, the information required in d may be
reported in the aggregate and requires the certification of an authorized officer of Contractor /Grantee that the
information contained in the report is accurate.
80
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412 -J L H -01 1
f. Any other information reasonably requested by the County or required by state or federal law or regulation.
Standard data elements and federal instructions for use in complying with reporting requirements under Section
1512 of the Recovery Act, are pending review by the federal government, and were published in the Federal
Register, 74 Federal Register, 14824 (April 1, 2009), and are to be provided online at www.FederalReporting.gov.
SEGREGATION OF FUNDS
Contractor /Grantee agrees that it shall segregate obligations and expenditures of Recovery Act funds from other
funding. No part of funds made available under the Recovery Act may be comingled with any other funds or used
for a purpose other than that of making payments for costs specifically allowable under the Recovery Act.
SUBCONTRACTOR REQUIREMENTS
Contractor /Grantee agrees that it shall include these standard terms and conditions, including this requirement, in
any of its subcontracts or subgrants in connection with projects funded in whole or in part with funds available
under the Recovery Act.
WAGE REQUIREMENTS
Contractor /Grantee agrees that, in accordance with Section 1606 of Title XVI of the Recovery Act, both it and its
subcontractors shall fully comply with this section in that, notwithstanding any other provision of law, and in a
manner consistent with the other provisions of the Recovery Act, all laborers and mechanics employed by
contractors and subcontractors on projects funded in whole or in part with funds available under the Recovery Act
shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality, as
determined by the United States Secretary of Labor in accordance with Subchapter IV of Chapter 31 of Title 40 of
the United States Code. The Secretary of Labor's determination regarding the prevailing wages applicable in the
State of Maryland are located at: http://www.i4po.p ov /davisbacon /MD.html
WHISTLEBLOWER PROTECTION
Contractor /Grantee agrees that both it and its subcontractors /subgrantees shall comply with Section 1553 of the
Recovery Act, which prohibits all non - federal Contractor /Grantees of Recovery Act funds, including School
District, and all contractors and grantees of School District, from discharging, demoting or otherwise discriminating
against an employee for disclosures by the employee that the employee reasonably believes are evidence of (1)
gross mismanagement of a contract or grant relating to Recovery Act funds; (2) a gross waste of Recovery Act
funds; (3) a substantial and specific danger to public health or safety related to the implementation or use of
Recovery Act funds; (4) an abuse of authority related to implementation or use of Recovery Act funds; or (5) a
violation of law, rule, or regulation related to an agency contract (including the competition for or negotiation of a
contract) or grant, awarded or issued relating to Recovery Act funds. In addition, Contractor /Grantee agrees that it
and its subcontractors /subgrantees shall post notice of the rights and remedies available to employees under Section
1553 of Title XV of the Recovery Act.
81
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
ATTACHMENT F
FEMA STANDARD TERMS AND CONDITIONS ADDENDUM
FOR CONTRACTS AND GRANTS
If any purchase made under the Master Agreement is funded in whole or in part by Federal Emergency
Management Agency ( " FEMA ") grants, Contractor shall comply with all federal laws and regulations applicable to
the receipt of FEMA grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code
of Federal Regulations, Part 13 ( " CFR 13 ").
In addition, Contractor agrees to the following specific provisions:
I . Pursuant to 44 CFR 13.36(1)(1), University is entitled to exercise all administrative, contractual, or other
remedies permitted by law to enforce Contractor's compliance with the terms of this Master Agreement, including
but not limited to those remedies set forth at 44 CFR 13.43.
2. Pursuant to 44 CFR 13.36(1)(2), University may terminate the Master Agreement for cause or convenience
in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44.
Pursuant to 44 CFR 13.36(i)(3)- (6)(12), and (13), Contractor shall comply with the following federal laws:
a. Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as
amended by Executive Order 1 1375 of October 13, 1967, and as supplemented in Department of Labor ( " DOL ")
regulations (41 CFR Ch. 60);
Part 3);
b. Copeland "Anti- Kickback" Act (18 U.S.C. 874), as supplemented in DOL regulations (29 CFR
Davis -Bacon Act (40 U.S.C. 276a- 276a -7) as supplemented by DOL regulations (29 CFR Part 5);
d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327 -330) as
supplemented by DOL regulations (29 CFR Part 5);
e. Section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33
U.S.C. 1368), Executive Order 1 1738, and Environmental Protection Agency regulations (40 CFR part 15); and
f. Mandatory standards and policies relating to energy efficiency which are contained in the state
energy conservation play issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94 -163, 89
Stat. 871).
4. Pursuant to 44 CFR 13.36(1)(7), Contractor shall comply with FEMA requirements and regulations
pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41 .
Pursuant to 44 CFR 13.36(i)(8), Contractor agrees to the following provisions regarding patents:
a. All rights to inventions and /or discoveries that arise or are developed, in the course of or under this
Agreement, shall belong to the University and be disposed of in accordance with University policy. The University,
at its own discretion, may file for patents in connection with all rights to any such inventions and /or discoveries.
6. Pursuant to 44 CFR 13.36(i)(9), Contractor agrees to the following provisions, regarding copyrights:
82
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
a. If this Agreement results in any copyrightable material or inventions, in accordance with 44 CFR
13.34, FEMA reserves a royalty -free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use,
for Federal Government purposes:
(1) The copyright in any work developed under a grant or contract; and
(2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support.
7. Pursuant to 44 CFR 13.36(i)(10), Contractor shall maintain any books, documents, papers, and records of
the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours
and as often as University deems necessary, Contractor shall permit University, FEMA, the Comptroller General of
United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose
of making audit, examination, excerpts, and transcriptions.
8. Pursuant to 44 CFR 13.36(i)( I I ), Contractor shall retain all required records for three years after FEMA or
University makes final payments and all other pending matters are closed. In addition, Contractor shall comply with
record retention requirements set forth in 44 CFR 13.42.
83
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12 -JLH -011
ATTACHMENT G
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
GENERAL REQUIREMENTS
(SPECIFIC ONLY TO HARFORD COUNTY PUBLIC SCHOOLS)
CONTRACT AWARD
Any award to furnish services, supplies and equipment to The Harford County Public Schools (referred to
as "HCPS ") shall include, in whole or in part, either attached or incorporated by reference, binding in all
respects, these provisions. The words Offeror, Offeror, Consultant, Proposer and Contractor may be used
interchangeably.
II. PUBLIC INFORMATION ACT NOTICE
Offerors should give specific attention to the identification of those portions of their proposals that they
deem to be confidential, proprietary information or trade secrets and provide any justification of why such
materials, upon request, should not be disclosed by HCPS. Blanket requests for the entire proposal to be
held confidential will not be accepted.
HCPS shall determine, in its sole discretion, which (if any) portions of the Offeror's proposals shall be
confidential. It is the responsibility of the Proposer to clearly mark such information (pages) as
"Confidential ".
III. INITIATION OF WORK
The Offeror /Offeror shall not commence performance of the services until it receives a formal written
notice to proceed from HCPS, in the form of a contract /purchase order or request.
IV. RESPONSIBILITY FOR CLAIMS AND LIABILITY
The Contractor shall be responsible for any personnel injury, loss of life, and damage to or loss of property
arising from or related to Contractor's activities or those of its subcontractors, agents, or employees in
connection with this agreement. The Contractor shall indemnify and save harmless HCPS, its elected
officials, officers, agents and employees from and against all claims, suits, demands, judgments, expenses,
actions, damages and costs of every name and description, including but not limited to attorneys fees
arising out of or resulting from its negligent or wrongful performance or failure of performance of the
Contractor under this agreement or the activities conducted or required to be conducted by the Contractor
under this agreement, including its subcontractors, agents, or employees.
V. PERFORMANCE: SAVE HARMLESS: INSURANCE
A. The Contractor shall take proper safety and health precautions and to protect their work, their
employees, the public and the property of others from any damage or injury resulting solely from
the performance of the work described herein.
B. HCPS shall not be liable for any injuries to the employees, agents, or assignees of the Contractor
arising out of or during the course of employment relating to this agreement.
C. The Contractor has in force, or shall obtain, and will maintain insurance in not less than the
amounts specified and accordance with the requirements contained in the attached insurance
84
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
requirements.
VI. SUBCONTRACTING OR ASSIGNMENT
The benefits and obligations hereunder shall inure to and be binding upon the parties hereto and their
respective successors and assigns, provided any such General Provisions for Professional Services
successor to the contractor, whether such successor or assign be an individual, a partnership, or a
corporation, is acceptable to HCPS, and neither this agreement or the services to be performed thereunder
shall be subcontracted, or assigned, or otherwise disposed of, either in whole or in part, except with the
prior written consent of HCPS.
V11. CHANGES, ALTERATIONS, OR MODIFICATIONS IN THE DELIVERY OF GOODS AND
SERVICES
HCPS shall have the right, at its discretion, to change, alter, or modify the requirements provided for in this
agreement and such changes, alterations, or modifications may be made even though it will result in an
increase or decrease in the services of the Contractor or in the contract cost thereof.
If such changes cause an increase or decrease in the Contractor's cost of, or time required for, performance
of any provision under this Contract, whether or not changed by an order, an equitable adjustment shall be
made and the Contract shall be modified in writing accordingly. Any claim of the Contractor for
adjustment under this clause must be asserted in writing with 30 days from the date of receipt by the
Contractor of the notification of change unless the project manager or his duly authorized representative
grants a further period of time before the date of final payment under the Contract.
No services or equipment for which an additional cost or fee will be charged by the Contractor shall be
furnished without prior written authorization of HCPS.
VIII. REMEDIES AND TERMINATION
A. Correction of Errors, Defects, and Omissions - The Contractor agrees to perform work as may be
necessary to correct errors, defects, and omissions in the services required under this agreement
without undue delays and without cost to HCPS. The acceptance of the work set forth herein by
HCPS shall not relieve the Contractor of the responsibility.
B. Set -Off - HCPS may deduct from and set -off against any amounts due and payable to the
Contractor any back - charges or damages sustained by HCPS by virtue of any breach of this
agreement by the Contractor to perform the services or any part of the services in a satisfactory
manner. Nothing herein shall limit the liability of the Contractor for damages and HCPS may
affirmatively collect damages from the Contractor.
C. Termination for Default - If the Contractor fails to fulfill its obligations under this contract
properly and on time, or otherwise violates any provision of the Contract, HCPS may terminate the
Contract by written notice to the Contractor. The notice shall specify the acts of omissions relied
on as cause for termination.
All finished or unfinished supplies, equipment and services provided by the Contractor, shall
at HCPS option, become HCPS property. HCPS shall pay the Contractor fair and equitable
compensation for satisfactory performance prior to receipt of notice of termination, less the
amount of damages caused by Contractor's breach.
85
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
12 -J LH -01 1
If the damages are more than the compensation payable to the Contractor, the Contractor will
remain liable after termination and HCPS can affirmatively collect damages.
D. Termination for Convenience of HCPS - HCPS may terminate all or any part of the
requirement under this Contract for the convenience of HCPS. In the event of such
termination, the Contract Manager shall determine the costs the Contractor has incurred to the
date of termination and such reasonable costs associated with the termination. HCPS shall pay
such costs as determined by the Contract Manager to the Contractor together with reasonable
profit reasonably earned by the Contractor to the time of termination but not to include any
profit not earned as of the date of termination.
E. Obligations of Contractor upon Termination - Upon notice of termination as provided in
Paragraphs C and D above, the Contractor shall:
Take immediate action to orderly discontinue its work and demobilize its work
force to minimize the occurrence of costs.
2. Take such action as may be necessary to protect the property of HCPS, place no
further orders or subcontract, assign to HCPS in the manner and to the extent
directed by HCPS all of the right, title and if ordered by HCPS possession and
interest of Contractor under the orders or subcontracts terminated.
Remedies Not Exclusive - The rights and remedies contained in this general condition are in
addition to any other right or remedy provided by law, and the exercise of any of them is not a
waiver of any other right or remedy provided by law.
IX. RESPONSIBILITY OF CONTRACTOR
A. The Contractor shall perform the requirement with that standard of care, skill, and diligence
normally provided by a contractor in the performance of similar services.
B. Notwithstanding any review, approval, acceptance, or payment for the services by HCPS, the
Contractor shall be responsible for professional and technical accuracy of its work furnished by the
Contractor under this agreement.
C. HCPS review, approval, or acceptance of, nor payment for, any of the services required under this
Contract shall be construed to operate as a waiver of any rights under this Contract or of any cause
of action arising out of the performance of this Contract, and the Contractor shall be and remain
liable to HCPS in accordance with applicable law for all damages to HCPS caused by the
Contractor's negligent performance of any or the services furnished under this Contract.
D. The rights and remedies of HCPS provided for under this Contract are in addition to any rights and
remedies provided by law.
X. EXAMINATION OF RECORDS
The Contractor agrees that the auditor of HCPS or any of its duly authorized representatives shall, until
expiration of three years after final payment under this contract, have access to and the right to examine any
directly pertinent books, documents, papers, and records of the Contractor involving transactions related to
this Contract.
86
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412- JLH -01 1
Xl. NON - HIRING OF EMPLOYEES
No employee of the Board of Education of Harford County, or any department, commission, or agency or
branch thereof, whose duties as such employee include matters relating to or affecting the subject matter of
this Contract, shall, while such employee, become or be an employee of the party or parties hereby
contracting with said HCPS, or any department, commission, agency or branch thereof.
X11. CONTINGENT FEE PROHIBITION
A. The Contractor warrants that they have not employed or retained any person, partnership,
corporation, or other entity, other than a bona fide employee or agent working for the Contractor, to
solicit or secure this agreement, and that they have not paid or agreed to pay any person,
partnership, corporation, or other entity, other than a bona fide employee or agent, any fee or any
other consideration contingent on the making of this agreement.
B. For breach or violation of this warranty, HCPS shall have the right to terminate this agreement
without liability, or, at its discretion, to deduct from the contract price or consideration, or
percentage, brokerage fee, gift or contingent fee.
Xlll. COMPLIANCE WITH LAW
The Contractor hereby represents and warrants:
A. That it is qualified to do business in the State of Maryland and that it will take such action as, from
time to time hereafter, may be necessary to remain so qualified.
B. That it is not in arrears with respect to the payment of any monies due and owing the county or
state, of any department or agency thereof, including but not limited to the payment of taxes and
employee benefits, and that it shall not become so in arrears during the term of this agreement.
C. That it shall comply with all federal, state, and local law, ordinances and legally enforceable rules
and regulations applicable to its activities and obligations under this agreement.
D. That it shall procure, at its expense, all licenses, permits, insurance, and governmental approval, if
any, necessary to the performance of its obligations under this agreement.
E. That the facts and matters set forth hereafter in the "Contract Affidavit' which is attached to this
agreement and made a part hereof are true and correct.
XIV. RECEIPT AND OPENING OF BIDS /PROPOSALS
Sealed bids /proposals for the requirements identified in the attached statement of work and detailed
specifications, as required by the Board of Education of Harford County will be opened at the time and date
so specified. Unless otherwise indicated, bids and proposals will be opened in the Purchasing Department,
102 South Hickory Avenue, Third Floor, Room 310, Be] Air, MD 21014. Offerors /Offerors must submit
their bids /offers in a sealed envelope to the attention of the Purchasing Department. The Board of
Education reserves the right to reject any or all bids /proposals, and /or waive technical defects if, in its
judgment the interests of the Board shall so require. Bids /Proposals may be withdrawn before the
scheduled time of opening. Withdrawal is not permitted after the bids /proposals are opened.
87
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12- JLH -01 1
XV. AWARD OR REJECTION OF BIDS /PROPOSALS
The Board of Education also reserves the right to reject the bid /proposal of firms who have demonstrated
performance deficiencies or who have previously failed to perform properly or complete on time other
Board contracts.
The Board of Education also reserves the right to reject the bid /proposal of Offerors /offerors pursuant to
Section 5-112 of the Education Article of the Annotated Code of Maryland.
The Board reserves the right to award a contract within ninety (90) days from the date of opening and all
pricing must remain firm during that period and until the time of award. Tabulations and bid abstracts will
not be provided.
XVI. INTERPRETATION
Should any Offeror /offeror be in doubt as to the meaning of the statement of work, or anything contained
within the solicitation documents, the Offeror /offer will contact the Supervisor of Purchasing in writing and
request a clarification or additional information. This clarification may result in the issuing of an
addendum.
XVI1. DEVIATIONS
Any deviations to the Specifications or statement of work, must be clearly noted in detail by the
Offeror /Offeror, in writing at the time of submittal of the formal bid /proposal. Any deviations from the
Specifications as written is ground for rejection of the material, equipment and or services when delivered
and performed.
XVIII. WAIVER OF TECHNICALITIES
Minor differences in the Specifications or other minor technicalities may be waived at the discretion of
Supervisor of Purchasing or upon recommendation to the Board of Education.
XIX. PERMITS AND LICENSES
The Contractor awarded this Contract must, at its expense, obtain any and all permits required by local,
state, federal authorities. The Contractor at the time of bid opening must be fully licensed in all trades or
special areas that require a license by local, state, federal authorities. It is the Contractor's responsibility to
notify the HCPS of lapses in, suspension of or termination of special permits and licenses required under
the Contract.
XX. MULTI - AGENCY PROCUREMENT
HCPS reserves the right to extend the Terms and Conditions of this Contract to any and all other public
agencies and school districts. This is conditioned upon the Contractor's approval and all purchase and
payment transactions will be made directly between the Contractor and the requesting public agency.
HCPS assumes no obligation on behalf of any other agency.
XX1. POLITICAL CONTRIBUTION DISCLOSURE
Contractor shall comply with the provisions of Article 33, Section 30 -1 through 30 -4 of the Annotated
Code of Maryland, which requires that every person that enters into contracts, leases, or other agreements
with the State of Maryland, including agencies or political subdivisions of the State, during the calendar
88
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
year under which the person receives in the aggregate $10,000 or more, shall, on or before February 1 of
the following year, file with the Secretary of State of Maryland certain specified information to include
disclosure of political contributions in excess of $100 to a candidate of elective office in any primary or
general election.
XXII. NONDISCRIMINATION
The Contractor shall not discriminate against any person on the basis of race, creed, color, national origin,
religion, sex, age, marital status, or mental or physical handicap in connection with performance of this
Contract. The Contractor shall comply fully with all provisions of Executive Order 11246, as amended; the
Rehabilitation Act of 1973; and the Vietnam Veteran's Readjustment Act of 1974. For assistance or
questions regarding compliance contact: U.S. department of Labor at 410- 962 -3572.
XXIII. GOVERNING LAW
Any contract resulting from this solicitation is subject to and will be construed and interpreted under the
laws of the State of Maryland.
XXIV. DRUG, TOBACCO, ALCOHOL
All HCPS properties are "drug, tobacco and alcohol free zones" as designated by local and state laws.
Neither the Contractor or their employees or subcontractors are permitted to have any drugs, tobacco, or
alcohol product on HCPS property. Use or possession of such items on HCPS property will result in
immediate termination of the Contract.
XXV. CONTRACT
The request for proposal with respect to all items accepted, addenda, agreements and all papers and
documents accompanying the same, including these general and special conditions shall constitute the
formal contract between the Offeror /offer and the HCPS.
XXVI. INSURANCE
Please review in detail the Insurance Requirements contained in the attached document. These
requirements are recommended by the Maryland Association of Boards of Education Group Insurance
Pool. Please have your insurance agent /company review these insurance requirements prior to submitting a
bid or offer. Failure to comply with these Insurance Requirements may render the Bid /Offer as non-
responsive.
XXVII. MINORITY BUSINESS ENTERPRISE PARTICIPATION
Minority participation is encouraged on all contracts and non - minority prime contractors are encouraged to
use minority subcontractors.
XXVIII. EMPLOYMENT OF CHILD SEX OFFENDORS
Maryland Law requires certain child sex offenders to register with the State and with the local law
enforcement agency in the county in which they will reside, work and /or attend school. Section I l -722 &
of the Criminal Procedure Article of the Annotated code of Maryland states, "A person who enters into a
contract with a County Board of Education or a non - public school may not knowingly employ an individual
to work at a school if the individual is a registrant. A person who violates this section is guilty of a
89
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 I
misdemeanor and on conviction is subject to imprisonment not exceeding five years or a fine not exceeding
$S, 000 or both. "
If a child sex offender, as determined by the definitions contained in the Criminal Law Article of the
Annotated Code of Maryland, is employed by the Contractor, the Contractor is prohibited from
assigning that employee to perform management, delivery, installation, repair, construction or any
other type of services on any Harford County Public School property, including the project property.
Violation of this provision may result in Termination for Cause.
XXIX. USE OF ILLEGAL IMMIGRANT LABOR
The use of illegal immigrant labor to fulfill contracts solicited by Harford County Public School is in
violation of the law and is strictly prohibited. Contractors and subcontractors must verify employment
eligibility of workers in order to assure that they are not violating Federal /State /Local laws regarding illegal
immigration. A compliance audit may be conducted.
XXX. LANGUAGE
All customer service operations must be based and housed within the continental United States and staffed
by English speaking individuals who are fluent in the English language. A 1 -800 toll free service line must
be provided.
90
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412 -J L H -01 1
ATTACHMENT H
Harford County Public School System — Maryland
Insurance Requirements
(SPECIFIC ONLY TO HARFORD COUNTY PUBLIC SCHOOLS)
General Insurance Requirements
1.1 The Contractor shall not commence any operations or services on behalf of the Board of Education
of Harford County (the Board) under this Contract until the Contractor has obtained at the
Contractor's own expense all of the insurance as required hereunder and such insurance has been
approved by the Board. Approval of insurance required of the Contractor will be granted only after
submission to the Board of original certificates of insurance signed by authorized representatives of
the insurers or, at the Board's request, certified copies of the required insurance policies.
1.2 Insurance as required hereunder shall be in force throughout the term of the Contract . Original
certificates signed by authorized representatives of the insurers or, at the Board's request, certified
copies of insurance policies, evidencing that the required insurance is in effect, shall be maintained
with the Board throughout the term of the Contract.
1.3 The Contractor shall require all Subcontractors to maintain during the term of the Contract
insurance to the same extent required of the Contractor herein unless any such requirement is
expressly waived or amended by the Board in writing. The Contractor shall furnish
Subcontractors' certificates of insurance to the Board immediately upon request.
1.4 All insurance policies required hereunder shall be endorsed to provide that the policy is not subject
to cancellation, non- renewal or material reduction in coverage until sixty (60) days prior written
notice has been given to the Board.
Therefore, the phrases "endeavor to" and ". . . but failure to mail such notice shall impose no
obligation or liability of any kind upon the company, its agents or representatives" are to be
eliminated from the cancellation provision of standard ACORD certificates of insurance.
1.5 No acceptance and /or approval of any insurance by the Board shall be construed as relieving or
excusing the Contractor from any liability or obligation imposed upon the Contractor by the
provisions of this Contract.
1.6 If the Contractor does not meet the insurance requirements of this Contract, the Contractor shall
forward a written request to the Director of Purchasing for a waiver in writing of the insurance
requirement(s) not met or approval in writing of alternate insurance coverage, self - insurance, or
group self - insurance arrangements. If the Director of Purchasing denies the request, the Contractor
must comply with the insurance requirements as specified in this Contract.
1.7 All required insurance coverage must be underwritten by insurers allowed to do business in the
State of Maryland and acceptable to the Board. The Board hereby grants specific approval for the
acquisition of workers compensation and employers liability insurance from the Injured Workers
Insurance Fund of Maryland.
91
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 I
1.8 Any deductibles or retentions in excess of $10,000 shall be disclosed by the Contractor, and are
subject to Board's written approval. Any deductible or retention amounts elected by the Contractor
or imposed by the Contractor's insurer(s) shall be the sole responsibility of the Contractor.
1.9 If the Board is damaged by the failure or neglect of the Contractor to purchase and maintain
insurance as described and required herein, without so notifying the Board, then the Contractor
shall bear all reasonable costs properly attributable thereto.
Contractor's Insurance
2.1 The Contractor shall purchase and maintain the following insurance coverages at not less than the
limits specified below or required by law, whichever is greater:
2.1.1 Commercial general liability insurance or its equivalent for bodily injury, personal injury
and property damage including loss of use, with minimum limits of:
$1,000,000
Each Occurrence;
$1,000,000
Personal and Adv Injury;
$2,000,000
General Aggregate; and
$2,000,000
Products /Completed Operations Aggregate
This insurance shall include coverage for all of the following:
i. Liability arising from premises and operations;
ii. Liability arising from the actions of independent contractors;
iii. Contractual liability protection for the Contractor from bodily injury and
property damage claims arising out of liability assumed under this
Contract.
2.1.2 Business auto liability insurance or its equivalent with a minimum limit of $1,000,000 per
accident and including coverage for all of the following:
i. Liability arising out of the ownership, maintenance or use of any auto (if
no owned autos, then hired and non -owned autos only); and
ii. Automobile contractual liability.
2.1.3 If the Contractor has any employees workers compensation insurance or its equivalent
with statutory benefits as required by any state or Federal law, including standard "other
states" coverage; employers liability insurance or its equivalent with minimum limits of:
$100,000 Each accident for bodily injury by accident;
$100,000 Each employee for bodily injury by disease; and
$500,000 Policy limit for bodily injury by disease.
2.1.4 If the Contractor is an individual or sole proprietor operating without workers
compensation coverage, personal health insurance or its equivalent is required
2.1.5 Professional liability (or errors or omissions liability) insurance or its equivalent with
minimum limits of:
$1,000,000 Each Claim or Wrongful Act; and
92
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
REP - Faclities Solutions
912- JLH -01 1
$2,000,000 Annual Aggregate
2. l .6 The Board of Education of Harford County and its elected and appointed officials, officers,
employees and authorized volunteers shall be named as additional insureds on the
Contractor's commercial general liability insurance with respect to liability arising out of
the services provided under this Contract by Contractor.
Special Notes: ISO forms CG 2009 and CG 2010 entitled "Additional Insured — Owners, Lessees or
Contractors — Scheduled Person or Organization" (previously Forms A and B respectively) are NOT
ACCEPTABLE ISO form CG 2026 entitle "Additional Insured — Designated Person or Organization" or a
manuscript endorsement with the above wording is required.
"The Board of Education of Harford County and its elected and appointed officials, officers, employees and
authorized volunteers are named as additional insureds on this commercial general liability insurance with respect
to liability arising out of the services provided by the Named Insured under Contract:
(Enter specific
identifying information such as project name, Board's contract number and /or date of contract)."
2.3 Insurance or self - insurance provided to the Board of Education of Harford County and its elected and
appointed officials, officers, employees and authorized volunteers under any Contractor's liability
insurance of self - insurance required herein, including, but not limited to, umbrella and excess liability
or excess liability policies, shall apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of insurance or self - insurance. (Any cross suits or cross
liability exclusion shall be deleted from Contractor's liability insurance policies required herein.)
2.4 Insurance or self - insurance provided to the Board of Education of Harford County and its elected and
appointed officials, officers, employees and authorized volunteers as specified herein shall be primary,
and any other insurance, self - insurance, coverage or indemnity available to the Board and its elected
and appointed officials, officers, employees and authorized volunteers shall be excess of and non-
contributory with insurance of self - insurance provided to the Board and its elected and appointed
officials, officers, employees and authorized volunteers as specified herein.
2.5 If any liability insurance purchased by the Contractor has been issued on a "claims made" basis, the
Contractor must comply with the following additional conditions:
2.5.1 The Contractor shall agree to provide certificates of insurance evidencing the above
coverages for a period of two years after final payment by the Board under this Contract.
Such certificates shall evidence a retroactive date no later than the inception date of this
Contract; or
2.5.2 The Contractor shall purchase an extended (minimum two years) reporting period
endorsement for each such "claims made" policy in force as of the expiration or
termination date of this Contract and evidence the purchase of this extended reporting
period endorsement by means of a certificate of insurance or a copy of the endorsement
itself. Such certificate or copy of the endorsement shall evidence a retroactive date no
later than the inception date of this Contract.
3. Indemnification
To the fullest extent permitted by law, Contractor agrees to defend, indemnify, pay on behalf of and save
harmless the Board of Education of Harford County, its elected and appointed officials, agents, employees and
93
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
#12 -JLH -01 1
authorized volunteers against any and all claims, liability, demands, suits or loss, including attorneys' fees and
all other costs connected therewith, arising out of or connected to the services provided by Contractor under this
Contract.
4. Waiver of Subrogation
To the fullest extent permitted by law, the Contractor and its invitees, employees, officials, volunteers, agents
and representatives waive any right of recovery against the Board of Education of Harford County for any and
all claims, liability, loss, damage, costs or expense (including attorneys' fees) arising out of the services
provided by Contractor under this Contract. Contractor specifically waives any right of recovery against the
Board and its elected and appointed officials, officers, volunteers, agents and employees for personal injury (and
any resulting loss of income) suffered while working on behalf of the Board as an independent contractor. Such
waiver shall apply regardless of the cause of origin of the injury, loss or damage, including the negligence of the
Board and its elected and appointed officials, officers, volunteers, agents and employees. The Contractor shall
advise its insurers of the foregoing.
5. Acknowledgment of Contractor's Independent Contractor Status and no Coverage For Contractor
Under Board's Workers Compensation Coverage
Contractor hereby acknowledges its status as an independent contractor while performing services on behalf of
the Board and that the Board's workers compensation coverage or self - insurance is not intended to and will not
respond to cover any medical or indemnity loss arising out of injury to the Contractor or its employees during
the Contractor's performance of services for the Board. To the fullest extent permitted by law, the Contractor
specifically waives any right of recovery against the Board and its elected and appointed officials, officers,
volunteers, agents and employees for personal injury (and any resulting loss of income) suffered during the
performance of services as an independent contractor for the Board. Such waiver shall apply regardless of the
cause of original of the injury, loss or damage, including the negligence of the Board and its elected and
appointed officials, officers, volunteers, agents and employees. The Contractor shall advise its insurers of the
foregoing.
6. Damage To Property of The Contractor And Its Invitees
To the fullest extent permitted by law, the Contractor shall be solely responsible for any loss or damage to
property of the Contractor or its invitees, employees, officials, volunteers, agents and representatives while such
property is on, at or adjacent to the premises of the Board.
94
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12- JLH -01 1
ATTACHMENT I
HARFORD COUNTY PUBLIC SCHOOLS
Robert Tomback, Superintendent 102 S Hickory Ave, Bel Air, Maryland 21014
CERTIFICATION REGARDING U.S. GOVERNMENT
DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR, part 85, Section 85.510,
Participants' responsibilities. The regulations were published as Part V11 of the May 26, 1988, Federal Register (pages 19160 - 19211).
(1) The prospective participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.
(2) Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an
explanation to this proposal.
Name and Title of Authorized Agency /Organization Representative
Signature
Date
Agency /Organization
Above certification instituted by the U. S. Department of Education for all grantees and subgrantees as of fiscal year 1990-
1 HEREBY CERTIFY that
I am the
whose address is
ANTI- BRIBERY AFFIDAVIT
behalf of myself and the firm for which 1 am acting_
and the duly authorized representative of the firm of
and that I possess the legal authority to make this affidavit on
Except as described in paragraph 3 below, neither 1, nor to the best of my knowledge, the above firm, nor any of its officers, directors or partners, or
any of its employees directly involved in obtaining contracts with the state or any county, bi- county, or multi -county agency, or subdivision of the
State have been convicted of, or have pleaded nolo contendre to a charge of, or have during the course of an official investigation or other
proceeding admitted in writing or under oath acts or omissions committed after July I, 1977, which constitute bribery, attempted bribery, or
conspiracy to bribe under the provisions of Article 27 of the Annotated Code of Mar ly and or under the laws of any state or federal government.
(State "none" or, as appropriate, list any conviction, plea, or admission described in paragraph 2 above, with the date, court, official, or
administrative body, and the sentence or disposition, if any
I acknowledge that this affidavit is to be furnished to the requesting agency, to the Secretary of Budget and Fiscal Planning of Maryland, and where
appropriate, to the Board of Public Works and the Attorney General under §16 -202, S.F. of the Annotated Code of Maryland. and. 1 acknowledge that, if the
representations set forth in this affidavit are not true and correct, the State may terminate any contract awarded and take any other appropriate action I further
acknowledge that I am executing this affidavit in compliance with § I6 -203, S.F of the Annotated Code of Maryland. which provides that certain persons who
have been convicted of or have admitted to bribery, attempted bribery, or conspiracy to bribe may be disqualified, either by operation of law or after a hearing,
from entering into contracts with the State or any of its agencies or subdivisions
I do solemnly declare and affirm under the penalties of perjury that the contents of this affidavit are true and correct.
Witness
Date
Signature
95
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -JLH -011
96
LEASE AND
RENTAL ITEMS
SECTION
A
Lease
Rental "
(no cleaning)
(w /cleaning)
Lost -
Item
Description
Item #
Replacement
Pricing Per
Pricing Per
Week
Week
Charge (EA)
Poly Cotton
Men's Long Sleeve Shirt
Blend
Poly Cotton
Men's Short Sleeve Shirt
Blend
Men's Long Sleeve Shirt
100% Cotton
Men's Short Sleeve Shirt
100% Cotton
Men's Long Sleeve Shirt Oxford
100% Cotton
Men's Short Sleeve Shirt Oxford
100% Cotton
Poly Cotton
Men's Polo Shirt
Blend
Poly Cotton
Men's Pants
Blend
Men's Pants
100% Cotton
Poly Cotton
Men's Pants - Elastic Waist
Blend
Men's Pants -Jeans
100% Cotton
Men's Cargo Pants
Poly Cotton
Women's Long Sleeve Shirt
Blend
Poly Cotton
Women's Short Sleeve Shirt
Blend
Women's Long Sleeve Shirt
100% Cotton
Women's Short Sleeve Shirt
100% Cotton
Women's Long Sleeve Shirt Oxford
100% Cotton
96
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -JLH -011
Item
Description
Item #
Lease
(no cleaning)
pricing Per
Week
Rental
(w /cleaning)
Pricing Per
Week
Lost -
Replacement
Charge (EA)
Women's Short Sleeve Shirt Oxford
100% Cotton
Women's Polo Shirt
Poly Cotton
Blend
Women's Pants
Poly Cotton
Blend
Women's Pants
100% Cotton
Women's Elastic Waist
Poly Cotton
Blend
Women's Pants -Jeans
100% Cotton
Chef Coats
Chef Pants
Aprons
T -Shirt
Jacket
Lightweight
Jacket
Heavyweight
Jacket
Hi- Visibility
Jacket
Enhanced
Visibility
Jacket
Hi- Visibility
With Liner
Coveralls
Poly Cotton
Blend
Coveralls
100% Cotton
Coveralls
Insulated
Coveralls
Fire Retardant
97
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -JLH -011
Item
Description
Item #
Lease
(no cleaning)
Pricing Per
Week
Rental
(w /cleaning)
Pricing Per
Week
Lost -
Replacement
Charge (EA)
Coveralls
Enhanced
Visibility
Fire Retardant Shirts
Fire Retardant Pants
Lab Coats
Poly Cotton
Blend
Smocks
Poly Cotton
Blend
Automotive Parts Washer
Soiled Hamper
Organization Emblem Tag
Make Up Charges (additional emp)
Delivery Fee
Personalization of Name Tag
Size Change of Uniform
Cotton Towels
SECTION
Shop
B
Microfiber Towels
3x5 Carpet Mat
Carpet
4x6 Carpet Mat
Carpet
3x10 Carpet Mat
Carpet
98
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
412 -JLH -011
Item
Description
Item #
Lease
(no cleaning)
Pricing Per
Week
Rental
(w /cleaning)
Pricing Per
Week
Lost
Replacement
Charge (EA)
3x5 Scraper Mat
Scraper
2x3 Spring Step
3x5 Duralite Mat
3x5 Logo Mat
24" Dust Mop
24" Dust Mop Frame
36" Dust Mop
36" Dust Mop Frame
48" Dust Mop
48" Dust Mop Frame
60" Dust Mop
60" Dust Mop Frame
Wet Mop
11" Microfiber Mop
1 1 " Microfiber Mop Handle
20" Microfiber Mop
20" Microfiber Mop Handle
99
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# l 2 -JLH -011
Item
SECTION C
Description
Pricing Cost $
Pricing Detail/Structure (hourly, per unit, etc ?)
Deep Restroom Cleaning
Carpet Cleaning -Deep Clean
Carpet Cleaning- Maintenance Clean
Ceramic Tile Cleaning
Floor Cleaner - Chemical
Glass Cleaner - Chemical
Multi- Purpose Disinfectant- Chemical
Lockers
Item
DIRECT
SECTION 1
Description Item #
Purchase Price
Work Boots
Steel Toe
Work Boots
Non Steel Toe
Hard Hats
Protective Eye -Wear
Comfort Hat
Wool
Baseball Caps
Belts
Black/Brown
Gloves
Leather
100
HARFORD COUNTY PUBLIC SCHOOLS, MARYLAND
RFP - Faclities Solutions
# 12 -JLH -011
Signature
Name (Print or Type)
Company Name
101