Loading...
Res No 122-21-15742RESOLUTION NO.: 122-21-15742 A Resolution authorizing the City Manager to enter into a multi-year leasing agreement with PCN Strategies, Inc. and GETAC for laptops and imaging services for the Police Department WHEREAS, The Police Department needs to replace its current inventory of Mobile Data Terminals (MDT's) for the Patrol Section. These MDT's are utilized for dispatch, report writing, criminal history checks, traffic enforcement etc., and are essential for records/information management; and WHEREAS, in FY 2016 the Police Department transitioned from regular home use laptops to ruggedized GETAC computers, specifically designed for field utilization. These computers have exceeded the recommended industry standard for replacement (3 years) and are scheduled to be rotated out of inventory and replaced with the latest in GETAC computers.; and WHEREAS, the Police Department wishes to lease these computers starting in FY 2021/22 and enter into a 3-year lease agreement utilizing a piggyback through the National Cooperative Purchasing Alliance (NASPO) RFP #18-19 and Contract #01-97; and WHEREAS, the Police Department wishes to renew this contract with favorable terms in FY 2024; and WHEREAS, the proposed agreement also includes on-site imaging training and services for these computers; and WHEREAS, this lease agreement will provide the Police Department with the latest computers and hardware currently available. The computers are also compatible with current hardware utilized with in all South Miami Police Department marked patrol vehicles WHEREAS, the quote from PCN for leasing services and GETAC imaging services and training utilizing a piggyback through the National Cooperative Purchasing Alliance (NASPO) RFP #18-19 and Contract #01-97 contract for such services is $127,416; and WHEREAS, the Police Department is requesting the total expenditure approval by the Mayor and Commission for the 3 years be $150,000 in case there is a need for additional Getac computers and/or unexpected replacement costs during the three (3) year period; and WHEREAS, the City would utilize PCN Strategies for the sale of its surplus computers utilizing all CJIS/FBI/FDLE regulations regarding hardware & data destruction. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Page 1 of2 Res. No. 122-21-15742 Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated into this resolution by reference as if set forth in full herein. Section 2: The City Manager is authorized to negotiate and enter into an agreement with PCN Strategies and GETAC for the referenced services utilizing a piggyback through the National Cooperative Purchasing Alliance (NASPO) RFP #18-19 and Contract #01-97 and for an amount not to exceed $150,000 over a three (3) year period, and provide the City Manager, at their discretion, the right to renew the lease . This expenditure will be charged to account # 615 -1910-521-5205 Federal Forfeiture Computer Equipment. A copy of the proposed agreement is attached. Section 3: In accordance with Chapter 2, Article 1, Section 2-4-7 of the City of South Miami Code of Ordinances, regarding the disposition of surplus property, the City Manager shall be responsible for the sale of disposition of surplus supplies and tangible personal property (Surplus Property) owned by the City by a method or methods deemed by the City Manager be most advantageous and in the best interest of the City. Some of the existing GETAC Computers (City Assets) have been identified by SMPD as obsolete, or no longer economical or efficient to keep, or that serves no useful function for any activity in the City. Therefore, City Manager may dispose of some or all of the City of South Miami Police Getac Computers that exist at adoption of this resolution. Section 4. Corrections. Conforming language or technical scrivener-type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 5. Severability. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding will not affect the validity of the remaining portions of this resolution. Section 6. Effective Date. This resolution will become effective immediately upon adoption . PASSED AND ADOPTED this 5th day of October, 2021. ATIEST: C~~E~ Page 2 of2 APPROVED : zrt~~ .-/MAYOR~> -r COMMISSION VOTE: Mayor Philips: Commissioner Gil: Commissioner Liebman : Commissioner Harris: Commissioner Corey: 5-0 Yea Yea Yea Yea ¥ea City Commission Agenda Item Report Meeting Date: October 5,2021 Submitted by: John Barzola Submitting Department: Police Department Item Type: Resolution Agenda Section: Subject: Agenda Item No :5 . A Resolution authorizing the City Manager to enter into a multi-year leasing agreement with PCN Strategies, Inc. and GETAC for laptops and imaging services for the Police Department. 3/5 (City Manager-Police Department) Suggested Action: Attachments: Updated Memo-GETAC_PCN_Lease_2021.docx FL-SOUTH MIAMI POLICE 38 X VllO GEN 6 and Imaging services Lease proposal Quote l013958.pdf v2Piggyback Lease PCN GETAC TABLETS 9.21.21.pdf MH ad.pdf MDBR ad.pdf 1 THE CITY OF PLEASANT LIVING To : FROM : DATE: SUBJECT : BACKGROUND: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members ofthe City Commission Shari Kamali, City Manager October S, 2021 Agenda Item No.: __ A Resolution authorizing the City Manager to enter into a multi-year leasing agreement with PCN Strategies, Inc. and GETAC for laptops and imaging services for the Police Department The Police Department needs to replace its current inventory of Mobile Data Terminals (MDT's) for the Patrol Section . These MDT's are utilized for dispatch, report writing, criminal history checks, traffic enforcement etc., and are essential for records/information management. In FY 2016 the Police Department transitioned from regular home use laptops to ruggedized GETAC computers, specifically designed for field utilization. These computers have exceeded the recommended industry standard for replacement (3-years) and the current modems included within each machine are required to be replaced due to the incapability of handling the new telecommunication technology, which is costly to replace. The lease agreement would allow the current GETACs to be rotated out of inventory and replaced with the latest in GETAC computers, with the newest telecommunication modems. The Police Department wishes to lease these computers starting in FY 2021/22 and enter into a 3-year lease agreement utilizing a piggyback through the National Cooperative Purchasing Alliance (NASPO) RFP #18-19 and Contract #01-97. The Department would also wish to renew this lease after the termination of the 3-year lease agreement. The proposed agreement also includes on-site imaging training and services for these computers. This lease agreement will provide the Police Department with the latest computers and hardware currently available . The computers are also compatible with current hardware utilized with in all South Miami Police Department marked patrol vehicles . The quote from PCN and GETAC for the three (3) year period is $127,416. For FY 21/22, the expenditure amount is $42,472. However, the Police Department is requesting the total expenditure approval by the Mayor and Commission for the 3-years for $150,000 in case there is a need for additional GETAC computers and/or unexpected replacement costs during the three (3) year period. The City will also utilize PCN Strategies for resale of its current inventory of computers and will comply with all OIS/FBI/FDLE regulations regarding hardware and data destruction . 2 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM VENDOR & PROPOSAL AMOUNT: FUND& ACCOUNT: ATTACHMENTS: VENDORS AMOUNT PCN STRATEGIES & GETAC FY2021/22 $42,472 FY2022/23 $42,472 FY2023/24 $42,472 The total expenditure of $42,472 shall be charged annually to the Police Federal Forfeiture Computer Equipment, account number 615-1910-521-5205, which has a current balance of $75,000 before this request was made. Resolution PCNjGETAC Quote Piggyback Agreement 3 Confidential (Internal Only) PCN Strategies, Inc. 1612 K Street NW Suite 802 Washington, District of Columbia 20006 United States Quotation (Open) Quote #: 1013958 1 rev of 1 Modified Date: Sep 16, 2021 03:30 PM CDT Description: 38 X Getac V110 G6 Account Manager: Steve Crockett 202-480- 4604 Customer South Miami Police (SM0989) Barzola, John 6130 Sunset Dr. South Miami, FL 33143 United States (P) (305) 663-6301 Customer PO: Bill To City of South Miami Division of Purchasi, . 6130 Sunset Drive South Miami, FL 33143 United States (P) 305-663-6339 (F) 305-667-7806 Ship To South Miami Police Barzola, John 6130 Sunset Dr. South Miami, FL 33143 United States (P) (305) 663-6301 Terms: Email: steve.c@pcnstrategies.com Government Contract: NCPA -NCPA Customer Contact Barzola, John jbarzola@southmiamifl.gov Ship Via : Undefined FedEx Ground Special Instructions: Carrier Account #: Reference NCPA Contract # 01-97. List Price Qty Unit Price Total PRICING FOR GETAC V110 LAPTOP AND IMAGING SERVICES PER NCPA CONTRACT NCPAlOMNIA 01/97 CONTRACT The NCPA, AND OMNIA contracts include a full catalog of products & services from world-PRICING class IT manufacturers at a fixed 4% discount percentage off the commercial published pricelist (MSRP), unless otherwise noted Getac V110 Gen 6 Note: V110 G6- Intel Core i5-10210U Processor, Windows Hello Webcam , Microsoft Windows 10 Pro x64 with 8GB RAM, 256GB PCle SSD, Sunlight Readable (Full HD LCD + Touchscreen + Hard Tip stylus), US KBD + US Power cord, Membrane Backlit KBD, WIFI + BT+ GPS/Glonass + 4G LTE (EM7511) + Pass-through, Hard Handle, Smart Card Reader, Dual batteries, TouchPad WI Click Button, 3 Year B2B Warranty GETAC ON-SITE DISK IMAGING CONSULTING SERVICE -PER DAY Bundle Subtotal 2 PURCHASE PRICE FOR GETAC V110 COMPUTER, AND IMAGING SERVICES Getac V110 Gen 6 VM2PZPJABUBZ (5972131) GE-SVSYHDS1D (4708827) PCN PRICING VM2PZPJABUBZ (5972131) $4,244.00 38 $4,074.24 $154,821.12 $2,200.00 10 $2,112 .00 $21,120.00 $183,272.00 0 S175,941.12 SO.OO $4,244.00 38 $2,999.00 $113,962 .00 6 ,. Note: V110 G6 - Intel Core i5-10210U Processor, Windows Hello Webcam , Microsoft Windows 10 Pro x64 with 8GB RAM, 256GB PCle SSD, Sunlight Readable (Full HD LCD + Touchscreen + Hard Tip stylus), US KBD + US Power cord , Membrane Backlit KBD, WIFI + BT+ GPS/Glonass + 4G LTE (EM7511) + Pass-through, Hard Handle, Smart Card Reader, Dual batteries , TouchPad WI Cl ick Button, 3 Year B2B Warranty GETAC ON-SITE DISK IMAGING CONSULTING SERVICE -PER DAY Bundle Subtotal GE-SVSYHDS1D (4708827 ) 3 3 YEAR LEASE OPTION 3 YEAR LEASE 3 ANNAUL PAYMENTS FOR LEASE OF 38 V11 0 LAPTOPS, AND 10 DAY IMAGING AND OPTION TRAINING SERVICES. 3 YEAR LEASE OPTION 3YRLEASE (3YRLEASE) . . $2,200 .00 10 $1,636 .27 $16,362.70 $183,272.00 0 $130,324.70 $0.00 $42,472 .00 3 $42,472.00 $127,416.00 Note: 3 YEAR ANNUAL PAYMENTS FOR 38 GETAC V110 COMPUTERS , AND 10 DAY IMAGING AND TRAINING SERVICES AS DESCRIBED IN T EXT ABOVE . $3539.33/MONTH X 12 MONTHS = ANNAUL RATE OF $42,472.00 X 3 YEARS Bundle Subtotal Reference NCPA Contract # 01-97. https :!lwww.synnexcorp.com /us/govsolv/ncpa/ http ://www.ncpa .usIVendors/SYNNEX 'These items are custom+built and are not returnable once ordered. $127,416.00 1 $127,416.00 $127,416.00 Subtotal: Tax (.0000%): Sh ipping : Total: (List Price: $127,416.00 $0.00 $0 .00 $127,416.00 $127,416.00) 7 OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 CONTRACT FOR THE LEASE OF GETAC TABLETS FOR THE SOUTH MIAMI POLICE DEPARTMENT THIS AGREEMENT made and entered into this (~ay of NOleMkt. 2<QL by and between the City of South Miami, a Florida municipal Corporation by and through its City Manager (hereinafter referred to as "City") and PCN STRATEGIES. blDXt <- (hereinafter referred to as "Contractor") and is an authorized reseller of SYNNEX CORPORATION, whose address is 1612 K S1 NW SUITE 802. Washington. DC 20006 and whose email address is: stevec(Q)pncstrategies.com . WITNESSETH: WHEREAS. the REGION 14 EDUCATION CENTER OF ABILENE, TX 79601 and made available through the NATIONAL COOPERATIVE PURCHASING ALLIANCE (NASPO) solicited bids pursuant to RFP #18-19. for ADVANCED TECHNOLOGY SOLUTIONS AGGREGATOR; and WHEREAS, the REGION 14 EDUCATION CENTER OF ABILENE. TX 79601. after completing a competitive bidding process, awarded a contract to Contractor, an authorized reseUer ofSYNNEX CORPORATION and WHEREAS, the City of South Miami desires to utilize the REGION 14 EDUCATION CENTER OF ABILENE, TX 79601 Contract #01-97 made available through (NASPO) with Contractor; and WHEREAS, the City is authorized, pursuant to the City of South Miami's Charter, to piggyback off of contracts, such as the contract in question between_the REGION 14 EDUCATION CENTER OF ABILENE. TX 79601 Contract #01-97 made available through (NASPO) and Contractor, that were entered into in accordance with a solicitation process that is at least as vigorous as that of the City of South Miami; and NOW, THEREFORE, the City and the Contractor, each through their authorized representative/official, agree as follows: 1. The City desires to enter into a Contract, under the same provisions as set forth in the contract between the REGION 14 EDUCATION CENTER OF ABILENE, TX 79601 made available through the <NASPO) and Contractor pursuant to the Contract #01-97 and RFP #18- ~ as modified by this Agreement. 2. The City has reviewed the contract between the REGION 14 EDUCATION CENTER OF ABILENE. TX 79_601 made ~vailable through (NASPO) and Contractor and agrees to the provisions of that contract which shall be applicable to a purchase order to be issued by the City and further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to provide such goods and/or services, pursuant to the City's purchase order made during the term of this Agreement, under the same price(s), terms and conditions as found in the solicitation documents, the response to the solicitation. and the Agreement/Contract andlor the DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Award, pertinent copies of which are attached hereto as Attachment A and made a part hereof by reference. 3. All references in the contract between REGION 14 EDUCATION CENTER OF AB[LENE, TX 79601 made available through (NASPO) and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami. All decisions that are to be made on behalf of REGION 14 EDUCATION CENTER OF ABILENE, TX 79601 made available through (NASPO) as set forth in the contract between REGION 14 EDU CATION CENTER OF ABILENE, TX 79601 made available through (NASPO) and the Contractor, shall all be made by the City Manager for the City of South Miami. Notwithstanding anything contained in the REGION 14 EDUCATION CENTER OF ABILENE. TX 79601 made available through (NASPO) RFP #18-19, and the Contract #01-97 between REGION 14 EDUCATION CENTER OF ABILENE, TX 79601 made available through (NASPO) and the Contractor to the contrary, this Agreement shall be governed by the laws of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Florida. 4. Term. The term of the contract, including all extensions authorized by the contract shall not exceed consecutive five years. 5. Scope of Goods and Services. The scope of goods and services (which may hereinafter be referred to as the "Work") are set forth in the attached Attachment A and any attaclunents thereto and the City's purchase order, the latter of which shall take precedence. The Contractor has agreed to deliver the goods, if any, and perform the services, if any, in a workman like manner and in accordance with all state, county and City laws, at the locations, if any, designated by the City. All of the goods and services reflected in Attachment A shall, unless otherwise stated in the Attachment A or B, be delivered, if good, and commenced, if services, within N/A days from the date of the execution of this Agreement. The Contractor shall obtain and pay for all permits required for the goods and services rendered, if any, with the exception of permits fees charged by the City, said fees shall be waived. 6. Contract Price. The contract price for the good and services is set forth in Attachment A or 8. If not otherwise set forth in the contract between REGION 14 EDUCATION CENTER OF ABILENE, TX 79601 made available through (NASPO) and the Contractor, the Contractor shall be paid upon delivery of all the goods, if any, the completion of all the services, if any, and after final inspection and approval, by the City, that approves of the goods delivered, if any, and the services performed, if any. 7. Precedence. The term, provisions and conditions of this Agreement shall take precedence over the terms, provisions and conditions of the contract between Contractor and REGION 14 EDUCATION CENTER OF ABILENE, TX 79601 made available through (NASPO). 8. Grant Funding: This project is being funded by N/A and Contractor agrees to comply with all the requirements of that Grant, applicable to the delivery ofthe goods andlor services that are the subject of this Agreement, and that are within its power to provide and to provide all the documentation within its control that is required for the City to be able to recover DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 as much ofthe contract price that is available pursuant to the terms of the grant. A copy ofthe grant, if any, is attached hereto and made a part hereof by reference. 9. Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency; and (d) Upon completion ofthe contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. [fthe contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems ofthe public agency. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: npayne@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL 33143. 10. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, or lawsuit arising out of the Contract Documents or the performance of the Work thereunder or any counterclaim, cross~claim or third party claim filed in the same proceeding. 11. Notices: Whenever notice shall be required or permitted herein, it shall be delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail with return receipt requested and shall be deemed delivered on the date shown on the e-mail or delivery confirmation for any facsimile transmission or, if by certified mail, the date on the return receipt or the date shown as the date same was refused or unclaimed. If hand delivered to the CITY, a copy must be stamped with the official CITY receipt stamp showing the date of delivery, otherwise the document shall not be considered to have been hand delivered. Notices shall be delivered to the following individuals or entities at the addresses (including e- mail) or facsimile transmission numbers set forth below or in the introductory paragraph to this DocuSign Envelope 10: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 contract: To CITY : City Manager, 6130 Sunset Dr. With copies to: South Miami. FL 33143 Tel: (305) 668-2510 Fax: (305) 663-6345 E-mail: skama1i@southmiamifl.gov City Attorney 6130 Sunset Dr. South Miami, FL 33143 Tel: (305) 667-2564 Fax: (305) 341-0584 E-mail: tpepe@southmiamifl.gov 12. Validity of Executed Copies: This Agreement may be executed in several counterparts, each of which may be construed as an original. 13. Attorneys' Fees and Costs: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right to be indemnified for any attorney fees incurred in the defense of an action by a person or entity who is not a party to this Agreement. 14. Indemnification: Notwithstanding anything contained in the contract between Contractor and REGION 14 EDUCATION CENTER OF ABILENE. TX 79601 made available through (NASPO) to the contrary, the City does not waive its sovereign immunity granted by Florida Statutes, Section 768.28, and the City's tort liability shall be limited to the waiver of sovereign immunity provided for in Section 768.28. 15. Severability: If any term or provision ofthis Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder ofthis Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 16. E~VERIFY: As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors must register with and use the E-Verify system to verify work authorization status of all employees hired after January I, 2021. a) Contractor must require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 b) Contractor must maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. c) The City, Contractor, or any subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09( 1), Fla. Stat. or the provisions of this section must terminate the contract with the person or entity. d) The City, upon good faith belief that a subcontractor knowingly violated the provisions of this section, but that the Contractor otherwise complied, must promptly notify Contractor and Contractor must immediately terminate the contract with the subcontractor. e) A contract tenninated under the provisions of this Section is not a breach of contract and may not be considered such. f) Any contract termination under the provisions of this Section may be challenged no later than 20 calendar days after the date on which this Agreement is terminated pursuant to paragraph b. or c. above. g) Contractor acknowledges that upon termination of this Agreement by the City for a violation of this Section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that Contractor is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this Section. h) Subcontracts. Contractor or subcontractor must insert in any subcontracts the clauses set forth in this Section, including this Subsection, requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this Section and Contractor's failure to enforce compliance is a substantial and material breach of this Agreement. IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned representatives of the parties hereto have caused this instrument to be signed in their respective names by their proper officials on or before the day and year first above written. i . §: ... peN STRAGETlEs(r.i2eC? Int:..... BY:~~ (type name and title of signatory above) OocuSign Envelope 10: 9A3F0230-520649F3-99A 7 -EC9B43B35C50 ATTEST: CI1Y ~TH ~ By: CtJ ~\ Shari Kamali City Manager Read and Approved as to Fonn, Language, Legality and Execution Thereof. ~.-~ By: o..S Pl(k [f§9F~2~ City Attorney OocuSign Envelope 10 : 9A3F0230·5206-49F3-99A7·EC9843B35C50 ATTACHMENT A CONTRACT FOR THE LEASE OF GETAC TABLETS FOR THE SOUTH MIAMI POLICE DEPARTMENT • REGON 14 EDUCATION SERVICE CENTER RFP #18-19 • SYNNEX CORPORATION RFP RESPONSE • REGION 14 EVALUATION COMMITTEE SCORE & RANK • NCPA AWARD LETTER TO SYNNEX CORP. • SYNNEX CORPORATION NASPO CONTRACT #01-97 TERMS & CONDITIONS • SYNNEX CORPORATION LINE CARD • ADVERTISMENTS; NCPA WEBSITE & USA TODAY, 6/18/19 & 6/25/19 OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Request for Proposal (RFP) for Advanced Technology Solutions Aggregator Solicitation Number: 18-19 Publication Date: Tuesday, June 11th, 2019 Notice to Respondent: Submittal Deadline: Tuesday, July 23 rd, 2019 2:00 pm CST Questions regarding this solicitation must be submitted to questions@ncpa.us no later than Tuesday, July 16th, 2019. All questions and answers will be posted to http://www.ncpa.us/solicitations. It is the intention of Region 14 Education Service Center (herein "Region 14 ESC") to establish a Master Agreement for Advanced Technology Solutions Aggregator for use by Region 14 ESC and other public agencies supported under this contract. This Request for Proposal is issued on behalf of the National Cooperative Purchasing Alliance through a public agency clause, which provides that any county, city, special district, local government, school district, private K-12 school, higher education institution, state, other government agency, healthcare organization or nonprofit organization may purchase Products and Services through this contract. Respondents will be required to execute the NCPAAdministration Agreement upon award. This contract will allow agencies to purchase on an "as needed" basis from a competitively awarded contract. Respondents are requested to submit their total line of available products and services. While this solicitation specifically covers Advanced Technology Solutions Aggregator, respondents are encouraged to submit an offering on any or and all products and services available that they currently perform in their normal course of business. Responses shall be received no later than the submittal deadline in the offices of Region 14 ESC at the address below: Region 14 Education Service Center 1850 Highway 351 Abilene, Texas 79601 Immediately following the deadline, all responses will be publicly opened and the respondents recorded. Any response received later than the specified deadline, whether delivered in person or mailed, will be disqualified. Faxed or electronically submitted responses cannot be accepted. Responses must be sealed and plainly marked with the company name and the opening date and time. Two (2) bound and signed copies of the proposals and Two (2) electronic copies on flash drives (i.e. pin or jump drives) shall be provided. OocuSign Envelope 10: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Competitive Solicitation by Region 14 Education Service Center For Advanced Technology Solutions Aggregator On behalf of itself and other Government Agencies And made available through the National Cooperative Purchasing Alliance RFP#18-19 National Cooperative Purchasing Alliance DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Introduction / Scope • Region 14 ESC on behalf of itself and all states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and non- profit organizations (herein "Public Agency" or collectively "Public Agencies") is soliciting proposals from qualified vendors to enter into a Master Agreement for a complete line of Advanced Technology Solutions Aggregator. • Region 14 ESC, as the lead public agency, has partnered with NCPA to make the resultant contract available to all participating agencies in the United States. NCPA provides marketing and administrative support for the awarded vendor that promotes the successful vendor's products and services to Public Agencies nationwide. The Vendor will execute the NCPA Administration Agreement (Tab 2) upon award. Vendor should thoroughly review all documents and note any exceptions to NCPA terms and conditions in their proposal. • Awarded vendor(s) shall perform covered services under the terms of this agreement. Respondents shall provide pricing based on a discount from their standard pricing schedules for products and/or services offered. Electronic Catalog and/or price lists must accompany the proposal. Multiple percentage discount structure is also acceptable. Please specify where different percentage discounts apply. Additional pricing and/or discounts may be included. • Each service proposed is to be priced separately with all ineligible items identified. Services may be awarded to mUltiple vendors. Respondents may elect to limit their proposals to a single service within any category, or multiple services within any and all categories. • National Cooperative Purchasing Alliance (NCPA) ~ The National Cooperative Purchasing Alliance (herein "NCPA") assists public agencies to increase their efficiency and reduce their costs when procuring goods and services. This is accomplished by awarding competitively solicited contracts that are leveraged nationally by combining the volumes and purchasing power of entities nationwide. Our contracts are available for use by any entity that must comply with procurement laws and regulations. • It is the intention of Region 14 ESC and NCPA to achieve the following objectives through this RFP. ~ Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Public Agencies; > Achieve cost savings of Vendors and Public Agencies through a single competitive solicitation process that eliminates the need for mUltiple proposals; ~ Combine the purchasing power of Public Agencies to achieve cost effective pricing; > Reduce the administrative and overhead costs of Vendors and Public Agencies through state of the art purchasing procedures. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Instructions to Respondents • Submission of Response > Only sealed responses will be accepted. Faxed or electronically transmitted responses will not be accepted. > Sealed responses may be submitted on any or all items, unless stated otherwise. Region 14 ESC reserves the right to reject or accept any response. > Deviations to the terms, conditions and/or specifications shall be conspicuously noted in writing by the respondent and shall be included with the response. > Withdrawal of response will not be allowed for a period of 120 days following the opening. Pricing will remain firm for 120 days from submittal. • Required Proposal Format > Responses shall be provided in a three-ring binder or report cover using 8.5 x 11 paper clearly identified with the name of Respondents company and solicitation responding to on the outside front cover and vertical spine. Two (2) bound and signed copies of the proposals and Two (2) electronic copies on flash drives (Le. pin or jump drives) shall be provided. Tabs should be used to separate the proposal into sections, as identified below. Respondents failing to organize in the manner listed may be considered non-responsive and may not be evaluated. • Binder Tabs ~ Tab 1 -Master Agreement / Signature Form > Tab 2 -NCPA Administration Agreement > Tab 3 -Vendor Questionnaire > Tab 4 -Vendor Profile > Tab 5 -Products and Services / Scope > Tab 6 -References ~ Tab 7 -Pricing > Tab 8 -Value Added Products and Services > Tab 9 -Required Documents • Shipping Label ~ The package must be clearly identified as listed below with the solicitation number and name of the company responding. All packaged must be sealed and delivered to the Region 14 ESC offices no later than the submittal deadline assigned for this solicitation. From: Company: Address: City, State, Zip: Solicitation Name and Number: Due Date and Time: OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843835C50 Tab 1 -Master Agreement General Terms and Conditions • Customer Support ~ The vendor shall provide timely and accurate technical advice and sales support. The vendor shall respond to such requests within one (1) working day after receipt of the request. • Disclosures ~ Respondent affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this contract. ~ The respondent affirms that, to the best of his/her knowledge, the offer has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. • Renewal of Contract ~ Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew for up to two (2) additional one-year terms or any combination of time equally not more than 2 years if agreed to by Region 14 ESC and the vendor. • Funding Out Clause ~ Any/all contracts exceeding one (1) year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity's current revenue only, provided the contract contains either or both of the following provisions: ~ Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract. • Shipments (if applicable) ~ The awarded vendor shall ship ordered products within seven (7) working days for goods available and within four (4) to six (6) weeks for specialty items after the receipt of the order unless modified. If a product cannot be shipped within that time, the awarded vendor shall notify the entity placing the order as to why the product has not shipped and shall provide an estimated shipping date. At this point the participating entity may cancel the order if estimated shipping time is not acceptable. • Tax Exempt Status ~ Since this is a national contract, knowing the tax laws in each state is the sole responsibility of the vendor. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 • Payments ~ The entity using the contract will make payments directly to the awarded vendor or their affiliates (distributors/business partners/resellers) as long as written request and approval by NCPA is provided to the awarded vendor. • Adding authorized distributors/dealers ~ Awarded vendors may submit a list of distributors/partners/resellers to sell under their contract throughout the life of the contract. Vendor must receive written approval from NCPA before such distributors/partners/resellers considered authorized. ~ Purchase orders and payment can only be made to awarded vendor or distributors/business partners/resellers previously approved by NCPA. ~ Pricing provided to members by added distributors or dealers must also be less than or equal to the pricing offered by the awarded contract holder. ~ All distributors/partners/resellers are required to abide by the Terms and Conditions of the vendor's agreement with NCPA. • Pricing ~ All pricing submitted shall include the administrative fee to be remitted to NCPA by the awarded vendor. It is the awarded vendor's responsibility to keep all pricing up to date and on file with NCPA. ~ All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing • Warranty ~ Proposals should address each of the following: • Indemnity • Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. • Availability of replacement parts • Life expectancy of equipment under normal use • Detailed information as to proposed return policy on all equipment ~ The awarded vendor shall protect, indemnify, and hold harmless Region 14 ESC and its participants, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the vendor, vendor employees or vendor subcontractors in the preparation of the solicitation and the later execution of the contract. • Franchise Tax ~ The respondent hereby certifies that he/she is not currently delinquent in the payment of any franchise taxes. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 • Supplemental Agreements ~ The entity participating in this contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. • Certificates of Insurance ~ Certificates of insurance shall be delivered to the Public Agency prior to commencement of work. The insurance company shall be licensed in the applicable state in which work is being conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days notice prior to any modifications or cancellation of policies. The awarded vendor shall require all subcontractors performing any work to maintain coverage as specified. • Legal Obligations ~ It is the Respondent's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this RFP and any awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and regulation must be followed even if not specifically identified herein. • Protest ~ A protest of an award or proposed award must be filed in writing within ten (10) days from the date of the official award notification and must be received by 5:00 pm CST. Protests shall be filed with Region 14 ESC and shall include the following: • Name, address and telephone number of protester • Original signature of protester or its representative • Identification of the solicitation by RFP number • Detailed statement of legal and factual grounds including copies of relevant documents and the form of relief requested ~ Any protest review and action shall be considered final with no further formalities being considered. • Force Majeure ~ If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. ~ The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 United States or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty • Prevailing Wage ~ It shall be the responsibility ofthe Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. • Miscellaneous ~ Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. • Open Records Policy ~ Because Region 14 ESC is a governmental entity responses submitted are subject to release as public information after contracts are executed. If a vendor believes that its response, or parts of its response, may be exempted from disclosure, the vendor must specify page-by- page and line-by-line the parts of the response, which it believes, are exempt. In addition, the respondent must specify which exceptiones) are applicable and provide detailed reasons to substantiate the exceptiones). ~ The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 14 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the respondent are not acceptable. Region 14 ESC must comply with the opinions of the OAG. Region14 ESC assumes no responsibility for asserting legal arguments on behalf of any vendor. Respondent are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. OocuSign Envelope 10: 9A3F023D-5206-49F3-99A7-EC9843B35C50 Process Region 14 ESC will evaluate proposals in accordance with, and subject to, the relevant statutes, ordinances, rules, and regulations that govern its procurement practices. NCPA will assist Region 14 ESC in evaluating proposals. Award(s) will be made to the prospective vendor whose response is determined to be the most advantageous to Region 14 ESC, NCPA, and its participating agencies. To qualify for evaluation, response must have been submitted on time, and satisfy all mandatory requirements identified in this document. • Contract Administration ~ The contract will be administered by Region 14 ESC. The National Program will be administered by NCPA on behalf of Region 14 ESC. • Contract Term ~ The contract term will be for three (3) year starting from the date of the award. The contract may be renewed for up to two (2) additional one-year terms or any combination of time equally not more than 2 years. ~ It should be noted that maintenance/service agreements may be issued for up to (5) years under this contract even if the contract only lasts for the initial term of the contract. N CPA will monitor any maintenance agreements for the term of the agreement provided they are signed prior to the termination or expiration of this contract. • Contract Waiver ~ Any waiver of any provision of this contract shall be in writing and shall be signed by the duly authorized agent of Region 14 ESC . The waiver by either party of any term or condition of this contract shall not be deemed to constitute waiver thereof nor a waiver of any further or additional right that such party may hold under this contract. • Products and Services additions ~ Products and Services may be added to the resulting contract during the term of the contract by written amendment, to the extent that those products and services are within the scope of this RFP. • Competitive Range ~ It may be necessary for Region 14 ESC to establish a competitive range. Responses not in the competitive range are unacceptable and do not receive further award consideration. • Deviations and Exceptions ~ Deviations or exceptions stipulated in response may result in disqualification. It is the intent of Region 14 ESC to award a vendor's complete line of products and/or services, when possible. • Estimated Quantities ~ The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $50 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the NCPA program. There is no guarantee or commitment of any kind regarding usage of any contracts resulting from this solicitation OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 • Evaluation » Region 14 ESC will review and evaluate all responses in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. NCPA will assist the lead agency in evaluating proposals. Recommendations for contract awards will be based on multiple factors, each factor being assigned a point value based on its importance. • Formation of Contract » A response to this solicitation is an offer to contract with Region 14 ESC based upon the terms, conditions, scope of work, and specifications contained in this request. A solicitation does not become a contract until it is accepted by Region 14 ESC. The prospective vendor must submit a signed Signature Form with the response thus, eliminating the need for a formal signing process. • NCPA Administrative Agreement » The vendor will be required to enter and execute the National Cooperative Purchasing Alliance Administration Agreement with N CPA upon award with Region 14 ESC. The agreement establishes the requirements of the vendor with respect to a nationwide contract effort. • Clarifications / Discussions » Region 14 ESC may request additional information or clarification from any of the respondents after review of the proposals received for the sole purpose of elimination minor irregularities, informalities, or apparent clerical mistakes in the proposal. Clarification does not give respondent an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistakes results in a revision. After the initial receipt of proposals, Region 14 ESC reserves the right to conduct discussions with those respondent's whose proposals are determined to be reasonably susceptible of being selected for award. Discussions occur when oral or written communications between Region 14 ESC and respondents are conducted for the purpose clarifications involving information essential for determining the acceptability of a proposal or that provides respondent an opportunity to revise or modify its proposal. Region 14 ESC will not assist respondent bring its proposal up to the level of other proposals through discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet to neither obtain further consideration nor will it provide any information about other respondents' proposals or prices. • Multiple Awards » Multiple Contracts may be awarded as a result of the solicitation. Multiple Awards will ensure that any ensuing contracts fulfill current and future requirements of the diverse and large number of participating public agencies. • Past Performance » Past performance is relevant information regarding a vendor's actions under preViously awarded contracts; including the administrative aspects of performance; the vendor's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the vendor's businesslike concern for the interests of the customer. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Evaluation Criteria • Pricing (40 points) ~ Electronic Price Lists • Products, Services, Warranties, etc. price list • Prices listed will be used to establish both the extent of a vendor's product lines, services, warranties, etc. available from a particular bidder and the pricing per item. • Ability to Provide and Perform the Required Services for the Contract (25 points) ~ Product Delivery within participating entities specified parameters ~ Number of line items delivered complete within the normal delivery time as a percentage of line items ordered. ~ Vendor's ability to perform towards above requirements and desired specifications. ~ Past Cooperative Program Performance ~ Quantity of line items available that are commonly purchased by the entity. ~ Quality of line items available compared to normal participating entity standards. • References (15 points) ~ A minimum of ten (10) customer references for product and/or services of similar scope dating within past 3 years • Technology for Supporting the Program (1 0 points) ~ Electronic on-line catalog, order entry use by and suitability for the entity's needs ~ Quality of vendor's on-line resources for NCPA members. ~ Specifications and features offered by respondent's products and/or services • Value Added Services Description, Products and/or Services (10 points) ~ Marketing and Training ~ Minority and Women Business Enterprise (MWBE) and (HUB) Participation ~ Customer Service OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Signature Form The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this bid in collusion with any other Respondent and that the contents of this proposal as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. Prices are guaranteed: 120 days Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Tab 2 -NCPA Administration Agreement This Administration Agreement is made as of __________ ----'. by and between National Cooperative Purchasing Alliance ("NCPA") and ("Vendor"). Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated _______ -' referenced as Contract Number , by and between Region 14 ESC and Vendor, as may be amended from time to time in accordance with the terms thereof (the "Master Agreement"), for the purchase of Advanced Technology Solutions Aggregator; WHEREAS, said Master Agreement provides that any state, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution, other government agency or nonprofit organization (hereinafter referred to as "public agency" or collectively, "public agencies") may purchase products and services at the prices indicated in the Master Agreement; WHEREAS, NCPA has the administrative and legal capacity to administer purchases under the Master Agreement to public agencies; WHEREAS, NCPA serves as the administrative agent for Region 14 ESC in connection with other master agreements offered by NCPA WHEREAS, Region 14 ESC desires NCPA to proceed with administration of the Master Agreement; WHEREAS, NCPA and Vendor desire to enter into this Agreement to make available the Master Agreement to public agencies on a national basis; NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, NCPA and Vendor hereby agree as follows: • General Terms and Conditions ~ The Master Agreement, attached hereto as Tab 1 and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement ~ NCPA shall be afforded all of the rights, privileges and indemnifications afforded to Region 14 ESC under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to NCPA under this Agreement including, but not limited to, the Vendor's obligation to provide appropriate insurance and certain indemnifications to Region 14 ESC. ~ Vendor shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement. ~ NCPA shall perform all of its duties, responsibilities, and obligations as administrator of purchases under the Master Agreement as set forth herein, and Vendor acknowledges that NCPA shall act in the capacity of administrator of purchases under the Master Agreement. ~ With respect to any purchases made by Region 14 ESC or any Public Agency pursuant to the Master Agreement, NCPA (a) shall not be construed as a dealer, re-marketer, representative, partner, or agent of any type of Vendor, Region 14 ESC, or such Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Region OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843835C50 14 ESC, any Public Agency or any employee of Region 14 ESC or Public Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and ( c) shall not be obligated, liable or responsible for any failure by the Public Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. NCPA makes no representations or guaranties with respect to any minimum purchases required to be made by Region 14 ESC, any Public Agency, or any employee of Region 14 ESC or Public Agency under this Agreement or the Master Agreement. ~ The Public Agency participating in the NCPA contract and Vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the Public Agency and Vendor. NCPA, its agents, members and employees shall not be made party to any claim for breach of such agreement. • Term of Agreement ~ This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the obligation to pay all amounts owed by Vendor to NCPA through the termination of this Agreement and all indemnifications afforded by Vendor to N CPA shall survive the term of this Agreement. • Fees and Reporting ~ The awarded vendor shall electronically provide NCPA with a detailed monthly or quarterly report showing the dollar volume of all sales under the contract for the previous month or quarter. Reports shall be sent via e-mail toNCPAofficesatreporting@ncpa.us. Reports are due on the fifteenth (15th) day after the close of the previous month or quarter. It is the responsibility of the awarded vendor to collect and compile all sales under the contract from participating members and submit one (1) report. The report shall include at least the follOWing information as listed in the example below: Entity Name Zip Code State PO or Job # Sale Amount Total ____ _ ~ Each quarter NCPA will invoice the vendor based on the total of sale amount(s) reported. From the invoice the vendor shall pay to NCPA an administrative fee based upon the tiered fee schedule below. Vendor's annual sales shall be measured on a calendar year basis. Deadline for term of payment will be included in the invoice N CPA provides. Annual Sales Through Contract Administrative Fee o -$30,000,000 2% $30,000,001 -$50,000,000 1.5% $50,000,001 + 1% OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 ~ Supplier shall maintain an accounting of all purchases made by Public Agencies under the Master Agreement. NCPA and Region 14 ESC reserve the right to audit the accounting for a period of four (4) years from the date N CPA receives the accounting. In the event of such an audit, the requested materials shall be provided at the location designated by Region 14 ESC or NCP A. In the event such audit reveals an underreporting of Contract Sales and a resulting underpayment of administrative fees, Vendor shall promptly pay NCPA the amount of such underpayment, together with interest on such amount and shall be obligated to reimburse NCPA's costs and expenses for such audit. • General Provisions ~ 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. ~ Awarded vendor agrees to allow NCPA to use their name and logo within website, marketing materials and advertisement. Any use of NCPA name and logo or any form of publicity regarding this contract by awarded vendor must have prior approval from NCPA. ~ If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any administrative fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which such party may be entitled. ~ Neither this Agreement nor any rights or obligations hereunder shall be assignable by Vendor without prior written consent of NCPA, provided, however, that the Vendor may, without such written consent, assign this Agreement and its rights and delegate its obligations hereunder in connection with the transfer or sale of all or substantially all of its assets or business related to this Agreement, or in the event of its merger, consolidation, change in control or similar transaction. Any permitted assignee shall assume all assigned obligations of its assignor under this Agreement. ~ This Agreement and NCPA's rights and obligations hereunder may be assigned at NCPA's sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform NCPA's obligations hereunder ~ All written communications given hereunder shall be delivered to the addresses as set forth below. National Cooperative Purchasing Alliance: Vendor: Name: Name: Title : Title: Address: Address: Signature: Signature: Date: Date: OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843835C50 Tab 3 -Vendor Questionnaire Please provide responses to the following questions that address your company's operations, organization, structure, and processes for providing products and services. • States Covered ~ Bidder must indicate any and all states where products and services can be offered. ~ Please indicate the price co-efficient for each state if it varies. D 50 States & District of Columbia (Selecting this box is equal to checking all boxes below) o Alabama o Maryland o South Carolina o Alaska o Massachusetts o South Dakota o Arizona o Michigan o Tennessee o Arkansas o Minnesota o Texas D California D Mississippi DUtah o Colorado o Missouri o Vermont o Connecticut o Montana o Virginia o Delaware o Nebraska o Washington o District of Columbia o Nevada o West Virginia o Florida D New Hampshire o Wisconsin o Georgia o New Jersey o Wyoming o Hawaii o New Mexico o Idaho o New York o Illinois D North Carolina o Indiana D North Dakota o Iowa o Ohio o Kansas o Oklahoma o Kentucky o Oregon o Louisiana o Pennsylvania o Maine D Rhode Island OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 o All US Territories and Outlying Areas (Selecting this box is equal to checking all boxes below) D American Somoa D Northern Marina Islands D Federated States of Micronesia D Puerto Rico DGuam D u.S. Virgin Islands D Midway Islands • Minority and Women Business Enterprise (MWBE) and (HUB) Participation ~ It is the policy of some entities participating in NCPA to involve minority and women business enterprises (MWBE) and historically underutilized businesses (HUB) in the purchase of goods and services. Respondents shall indicate below whether or not they are an M/WBE or HUB certified. • Residency • Minority / Women Business Enterprise • Respondent Certifies that this firm is a M/WBE • Historically Underutilized Business • Respondent Certifies that this firm is a HUB o o ~ Responding Company's principal place of business is in the city of _______ --' Stateof __ _ • Felony Conviction Notice ~ Please Check Applicable Box; o o o A publically held corporation; therefore, this reporting requirement is not applicable. Is not owned or operated by anyone who has been convicted of a felony. Is owned or operated by the following individual(s) who has/have been convicted of a felony ~ If the 3rd box is checked, a detailed explanation of the names and convictions must be attached. • Distribution Channel ~ Which best describes your company's position in the distribution channel: o Manufacturer Direct 0 Certified education/government reseller o Authorized Distributor 0 Manufacturer marketing through reseller o Value-added reseller 0 Other: __________ _ • Processing Information ~ Provide company contact information for the following: • Sales Reports / Accounts Payable Contact Person: _______________________ _ Title: _________________________ _ Company: _________________________________ _ Address: _________________________ ___ City: _________ State: _________ Zip: ___ _ Phone: ___________ Email: ___________ _ OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 • Purchase Orders Contact Person: ______________________________________________ _ Title: ______________________________ _ Company: _________________________ __ Address: _________________________________________ ___ City: ______________ State: ______________ Zip : _____ _ Phone: _____________________ Email: ______________________ _ • Sales and Marketing Contact Person: ____________________________________________ ___ Title: ___________________________ _ Company: __________________________ __ Address: ________________________ __ City: _____________ State: ______________ Zip: ___ _ Phone: _____________________ Email: ______________________ _ • Pricing Information ~ In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all future product introductions at prices that are proportionate to Contract Pricing. • If answer is no, attach a statement detailing how pricing for NCPA participants would be calculated for future product introductions. [J Yes [J No ~ Pricing submitted includes the required NCPA administrative fee. The NCPA fee is calculated based on the invoice price to the customer. [J Yes [J No ~ Vendor will provide additional discounts for purchase of a guaranteed quantity. [J Yes [J No • Cooperatives ~ List any other cooperative or state contracts currently held or in the process of securing. Cooperative/State Agency Discount Expires Annual Sales Offered Volume OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9643835C50 Tab 4 -Vendor Profile Please provide the following information about your company: • Company's official registered name. • Brief history of your company, including the year it was established. • Company's Dun & Bradstreet (D&B) number. • Company's organizational chart of those individuals that would be involved in the contract. • Corporate office location. ~ List the number of sales and services offices for states being bid in solicitation. ~ List the names of key contacts at each with title, address, phone and e-mail address. • Define your standard terms of payment. • Who is your competition in the marketplace? • Provide Annual Sales for last 3 years broken out into the following categories: ~ Cities / Counties ~ K-12 ~ Higher Education ~ Other government agencies or nonprofit organizations • What differentiates your company from competitors? • Describe how your company will market this contract if awarded. • Describe how you intend to introduce NCPA to your company. • Describe your firm's capabilities and functionality of your on-line catalog / ordering website. • Describe your company's Customer Service Department (hours of operation, number of service centers, etc.) • Green Initiatives ~ As our business grows, we want to make sure we minimize our impact on the Earth's climate. We are taking every step we can to implement innovative and responsible environmental practices throughout NCPA to reduce our carbon footprint, reduce waste, OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 energy conservation, ensure efficient computing and much more. To that effort we ask respondents to provide their companies environmental policy and/or green initiative. • Vendor Certifications (if applicable) ~ Provide a copy of all current licenses, registrations and certifications issued by federal, state and local agencies, and any other licenses, registrations or certifications from any other governmental entity with jurisdiction, allowing respondent to perform the covered services including, but not limited to, licenses, registrations, or certifications. Certifications can include M/WBE, HUB, and manufacturer certifications for sales and service. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Tab 5 -Products and Services • Respondent shall perform and provide these products and/or services under the terms of this agreement. Respondent must provide manufacturer authorized aggregation/distribution services for products to both small and large resellers. • Respondent shall provide a contract solution that offers multiple IT hardware and software manufacturer's products and solutions in one or more of the following categories: > Data Center > Data Storage > Cyber Security > Cloud Services > Networking > Telecommunication > Mobility > lOT > Laptops / Notebooks / PDA's > Desktop Computers > Servers > Software > Accessories > Battery Back-up / Power / Surge > Cables > Data Storage / Drives > Digital Imaging -Cameras / Scanner > Keyboard / Mice / Input Devices > Memory / System Components > Office Equipment > Printers > Sound / Multimedia > Telecommunications Products > Video -Monitors / Cards / Projector > Interactive Whiteboards > DVD / Books / Music / Video > Services • Installs • Asset Management • Managed Services • Telecommunications • Product Configurations • Product Support • Warranty • Insurance • Manufacturer's Authorized Distributor letters should accompany each manufacturers products submitted on the proposal. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Tab 6 -References • Provide at least ten (10) customer references for products and/or services of similar scope dating within the past three (3) years. Please provide a range of references across all eligible government entity groups including K-12, higher education, city, county, or non-profit entities. • All references should include the following information from the entity: ~ Entity Name ~ Contact Name and Title ~ City and State ~ Phone ~ Years Serviced ~ Description of Services ~ Annual Volume OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Tab 7 -Pricing • Please submit price list electronically (pricing can be submitted as Discount off MSRP, cost plus, etc). Products, services, warranties, etc. should be included in price list. Prices submitted will be used to establish the extent of a respondent's products and services (Tab 5) that are available and also establish pricing per item. • Price lists must contain the following: ~ Product name and part number (include both manufacturer part number and respondent part number if different from manufacturers). ~ Description ~ Vendor's List Price ~ Percent Discount to NCPA participating entities • Submit price list electronically on Flash Drive. Include respondents name, name of solicitation, and date on media of choice. • Not To Exceed Pricing ~ NCPA requests pricing be submitted as "not to exceed pricing" for any participating entity. ~ The awarded vendor can adjust submitted pricing lower but cannot exceed original pricing submitted for solicitation. ~ NCPA requests that vendor honor lower pricing for similar size and scope purchases to other members. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Tab 8 -Value Added Products and Services • Include any additional products and/or services available that vendor currently performs in their normal course of business that is not included in the scope of the solicitation that you think will enhance and add value to this contract for Region 14 ESC and all NCPA participating entities. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Tab 9 -Required Documents • Clean Air and Water Act / Debarment Notice • Contractors Requirements • Antitrust Certification Statements • FEMA Standard Terms and Conditions Addendum for Contracts and Grants • Required Clauses for Federal Assistance by FTA • State Notice Addendum OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Clean Air and Water Act & Debarment Notice I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.c. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-102, Attachment 0, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations Potential Vendor Print Name Address Authorized signature Date OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Contractor Requirements Contractor Certification Contractor's Employment Eligibility By entering the contract, Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA), and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract in. Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance, they may pursue any and all remedies allowed by law, including, but not limited to: suspension of work, termination of the Contract for default, and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The offeror complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers, State contractors and State subcontractors in accordance with the E-Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the NCPA Participating entities in which work is being performed Fingerprint & Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately, the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors, vendors and their employees shall not provide services on school district properties until authorized by the District. The offeror shall comply with fingerprinting requirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed Business Operations in Sudan, Iran In accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the contractor does not have scrutinized business operations in Sudan and/or Iran. Authorized signature Date OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Antitrust Certification Statements (Tex. Government Code § 2155.005) I affirm under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 FEMA Standard Terms and Conditions Addendum for Contracts and Grants If any purchase made under the Master Agreement is funded in whole or in part by Federal Emergency Management Agency {"FEMA"} grants, Contractor shall comply with all federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13 {"44 CFR 13"}. In addition, Contractor agrees to the following specific provisions: 1} Pursuant to 44 CFR 13.36{i}(1), University is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractors compliance with the terms of this Master Agreement, including but not limited to those remedies set forth at 44 CFR 13.43. 2} Pursuant to 44 CFR 13.36{i}{2}, University may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3} Pursuant to 44 CFR 13.36{i}(3)-{6}{12), and (13), Contractor shall comply with the following federal laws: a. Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of labor ("DOL") regulations (41 CFR Ch. 60); b. Copeland "Anti-Kickback" Act (18 U.S.c. 874), as supplemented in DOL regulations (29 CFR Part 3); c. Davis-Bacon Act (40 U.s.c. 276a-276a-7) as supplemented by DOL regulations (29 CFR Part 5); d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.c. 327-30) as supplemented by DOL regulations (29 CFR Part 5); e. Section 306 of the Clean Air Act (42 U.S.c. 1857(h), section 508 of the Clean Water Act (33 U.S.c. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15); and f. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation play issued in compliance with the Energy Policy and Conservation Act (Pub. L.94-163, 89 Stat. 871). 4) Pursuant to 44 CFR 13.36(i}{7), Contractor shall comply with FEMA requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41. 5) Pursuant to 44 CFR 13.36(i}{8), Contractor agrees to the following provisions 72 regarding patents: a. All rights to inventions and/or discoveries that arise or are developed, in the course of or under this Agreement, shall belong to the participating agency and be disposed of in accordance with the participating agencies policy. The participating agency, at its own discretion, may file for patents in connection with all rights to any such inventions and/or discoveries. 6) Pursuant to 44 CFR 13.36(i}{9), Contractor agrees to the following provisions, regarding copyrights: a. If this Agreement results in any copyrightable material or inventions, in accordance with 44 CFR 13.34, FEMA reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, for Federal Government purposes: 1} The copyright in any work developed under a grant or contract; and 2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7) Pursuant to 44 CFR 13.36(i}{10}, Contractor shall maintain any books, documents, papers, and records of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as the participating agency deems necessary, Contractor shall permit participating agency, FEMA, the Comptroller General of United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination, excerpts, and transcriptions. 8) Pursuant to 44 CFR 13.36(i}{11}, Contractor shall retain all required records for three years after FEMA or participating agency makes final payments and all other pending matters are closed. In addition, Contractor shall comply with record retention requirements set forth in 44 CFR 13.42. OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 Required Clauses for Federal Assistance provided by FTA ACCESS TO RECORDS AND REPORTS Contractor agrees to: a) M aintai n all books, records, accounts and reports required under this Contract for a period of not less than three (3) years after the date of termination or expiration of this Contract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until Public Agency, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. b) Permit any of the foregoing parties to inspect all work, materials, payrolls, and other data and records with regard to the Project, and to audit the books, records, and accounts with regard to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. FTA does not require the inclusion of these requirements of Article 1.01 in subcontracts. Reference 49 CFR 18.39 (i)(l1J. CIVIL RIGHTS I TITLE VI REQUIREMENTS 1) Non-d is criminat ion . In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.c. § 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.c. § 6102, Section 202 of the Americans with Disabilities Act of 1990, as amended, 42 U.S.c. § 12132, and Federal Transit Law at 49 U.s.c. § 5332, Contractor or subcontractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, marital status age, or disability. In add ition, Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2) Equal Empl oy ment Oppo rtunity. The folloWing Equal Employment Opportunity requirements apply to this Contract: a. Ra ce, Colo r, Cre ed, Natio na l Ori gin , Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.c. § 2000e, and Federal Transit law at 49 U.S.c. § 5332, the Contractor agrees to comply with all applicable Equal Employment Opportunity requirements of u.S. Dept. of Labor regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of labor, 41 CFR, Parts 60 et seq., and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of this Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, marital status, or age. Such action shall include, but not be limited to, the following : employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of payor other forms of compensation; and selection for training, including apprenticeship. In addition, Contractor agrees to comply with any implementing requirements FTA may issue. b. Age. In accordance with the Age Discrimination in Employment Act (ADEA) of 1967, as amended, 29 U.S.c. Sections 621 through 634, and Equal Employment Opportunity Commission (EEOC) implementing regulations, "Age Discrimination in Employment Act", 29 CFR Part 1625, prohibit employment discrimination by Contractor against individuals on the basis of age, including present and prospective DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 employees. In addition, Contractor agrees to comply with any implementing requirements FTA may issue. c. Disabilities. In accordance with Section 102 ofthe Americans with Disabilities Act of 1990, as amended (ADA), 42 U.S .c. Sections 12101 et seq., prohibits discrimination against qualified individuals with disabilities in programs, activities, and services, and imposes specific requirements on public and private entities. Contractor agrees that it will comply with the requirements of the Equal Employment Opportunity Commission (EEOC), "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR, Part 1630, pertaining to employment of persons with disabilities and with their responsibilities under Titles I through V of the ADA in employment, public services, public accommodations, telecommunications, and other provisions. d. Segregated Faci l ities. Contractor certifies that their company does not and will not maintain or provide for their employees any segregated facilities at any of their establishments, and that they do not and will not permit their employees to perform their services at any location under the Contractor's control where segregated facilities are maintained. As used in this certification the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom, or otherwise. Contractor agrees that a breach of this certification will be a violation of this Civil Rights clause. 3) Solicitations for Subcontracts, Including Procurements of Materia ls and Equipment. In all solicitations, either by competitive bidding or negotiation, made by Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Contract and the regulations relative to non-discrimination on the grounds of race, color, creed, sex, disability, age or national origin. 4) Sanctions of Non -Compliance. In the event of Contractor's non-compliance with the non-discrimination provisions of this Contract, Public Agency shall impose such Contract sanctions as it or the FT A may determine to be appropriate, including, but not limited to: 1) Withholding of payments to Contractor under the Contract until Contractor complies, and/or; 2) Cancellation, termination or suspension of the Contract, in whole or in part. Contractor agrees to include the requirements of this clause in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. DISADVANTAGED BUSINESS PARTICIPATION This Contract is subject to the requirements ofTitle 49, Code of Federal Regulations, Part 26, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs", therefore, it is the policy ofthe Department ofTransportation (DOT) to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in the performance of DOT-assisted contracts. 1) Non-Discrim ination Assurances. Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Contractor shall carry out all applicablerequirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or other such remedy as public agency deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13(b)). DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843835C50 2) Prompt Payment. Contractor is required to pay each subcontractor performing Work under this prime Contract for satisfactory performance of that work no later than thirty (30) days after Contractor's receipt of payment for that Work from public agency. In addition, Contractor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this Contract is satisfactorily completed and any liens have been secured. Any delay or postponement of payment from the above time frames may occur only for good cause following written approval of public agency. This clause applies to both DBE and non-DBE subcontractors. Contractor must promptly notify public agency whenever a DBE subcontractor performing Work related to this Contract is terminated or fails to complete its Work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. Contractor may not terminate any DBE subcontractor and perform that Work through its own forces, or those of an affiliate, without prior written consent of public agency. 3) DBE Program. In connection with the performance of this Contract, Contractor will cooperate with public agency in meeting its commitments and goals to ensure that DBEs shall have the maximum practicable opportunity to compete for subcontract work, regardless of whether a contract goal is set for this Contract. Contractor agrees to use good faith efforts to carry out a policy in the award of its subcontracts, agent agreements, and procurement contracts which will, to the fullest extent, utilize DBEs consistent with the efficient performance of the Contract. ENERGY CONSERVATION REQUIREMENTS Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plans issued under the Energy Policy and Conservation Act, as amended, 42 U.S.c. Sections 6321 et seq. and 41 CFR Part 301-10. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Contract between public agency and the FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this Contract. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The provisions include, in part, certain Standard Terms and Conditions required by the u.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding Contract provisions. All contractual provisions required by the DOT, as set forth in the most current FTA Circular 4220.1F, dated November 1, 2008, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. Contractor agrees not to perform any act, fail to perform any act, or refuse to comply with any public agency requests that would cause public agency to be in violation of the FT A terms and conditions. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES Agency and Contractor acknowledge and agree that, absent the Federal Government's express written consent and notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to agency, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Contractor agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.c. §§ 3801 et seq. and u.s. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining to the underlying Contract or the FTA assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate. Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.s.c. § 5307, the Government reserves the right to impose the penalties of 18 U.S.c. § 1001 and 49 U.S.c. § 5307 (n)(l) on the Contractor, to the extent the Federal Government deems appropriate. Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FT A. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 State Notice Addendum The National Cooperative Purchasing Alliance (NCPA), on behalf of NCPA and its current and potential participants to include all county, city, special district, local government, school district, private K-12 school, higher education institution, state, tribal government, other government agency, healthcare organization, nonprofit organization and all other Public Agencies located nationally in all fifty states, issues this Request for Proposal (RFP) to result in a national contract. For your reference, the links below include some, but not all, of the entities included in this proposal: http://www.usa.gov/Agencies/Local Government!Cities .shtml httP :Unces.ed .gov/globallocator/ https ://harvester.census.gov/imls/search/index.asp http://nccsweb .urban .org/PubApps/search.php http:Uwww.usa.gov/Government/Tribal-Sites/index.shtml http ://www.usa .gov /Agencies/State-and-Territories .shtm l http://www.nreca.coop/about-electric-cooperatives/member-directory/ https://sos .oregon.gov/blue-boo k/Pages/state.aspx https://portal .ehawaii .gov/government/ https:l!access.wa .gov/governmentagencies .html OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Request for Proposal (RFP) for Advanced Technology Solutions Aggregator Solicitation Number: 18-19 Publication Date: Tuesday, June 11th, 2019 Notice to Respondent: Submittal Deadline: Tuesday, July 23 rd, 2019 2:00 pm CST Questions regarding this solicitation must be submitted to questi ons@ncpa.us no later than Tuesday, July 16th, 2019. All questions and answers will be posted to http://www.ncpa.us/solicitations. It is the intention of Region 14 Education Service Center (herein "Region 14 ESC") to establish a Master Agreement for Advanced Technology Solutions Aggregator for use by Region 14 ESC and other public agencies supported under this contract. This Request for Proposal is issued on behalf of the National Cooperative Purchasing Alliance through a public agency clause, which provides that any county, city, special district, local government, school district, private K-12 school, higher education institution, state, other government agency, healthcare organization or nonprofit organization may purchase Products and Services through this contract. Respondents will be required to execute the N CPA Administration Agreement upon award. This contract will allow agencies to purchase on an "as needed" basis from a competitively awarded contract. Respondents are requested to submit their total line of available products and services. While this solicitation specifically covers Advanced Technology Solutions Aggregator, respondents are encouraged to submit an offering on any or and all products and services available that they currently perform in their normal course of business. Responses shall be received no later than the submittal deadline in the offices of Region 14 ESC at the address below: Region 14 Education Service Center 1850 Highway 351 Abilene, Texas 79601 Immediately following the deadline, all responses will be publicly opened and the respondents recorded. Any response received later than the specified deadline, whether delivered in person or mailed, will be disqualified. Faxed or electronically submitted responses cannot be accepted. Responses must be sealed and plainly marked with the company name and the opening date and time. Two (2) bound and signed copies of the proposals and Two (2) electronic copies on flash drives (i.e. pin or jump drives) shall be provided. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Competitive Solicitation by Region 14 Education Service Center For Advanced Technology Solutions Aggregator On behalf of itself and other Government Agencies And made available through the National Cooperative Purchasing Alliance RFP#18-19 National Cooperative Purchasing Alliance OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Introduction / Scope • Region 14 ESC on behalf of itself and an states, local governments, school districts, and higher education institutions in the United States of America, and other government agencies and non- profit organizations (herein "Public Agency" or collectively "Public Agencies") is soliciting proposals from qualified vendors to enter into a Master Agreement for a complete line of Advanced Technology Solutions Aggregator. • Region 14 ESC, as the lead public agency, has partnered with NCPA to make the resultant contract available to all participating agencies in the United States. NCPA provides marketing and administrative support for the awarded vendor that promotes the successful vendor's products and services to Public Agencies nationwide. The Vendor will execute the N CPA Administration Agreement (Tab 2) upon award. Vendor should thoroughly review all documents and note any exceptions to NCPA terms and conditions in their proposal. • Awarded vendor(s) shall perform covered services under the terms of this agreement. Respondents shall provide pricing based on a discount from their standard pricing schedules for products and/or services offered. Electronic Catalog and/or price lists must accompany the proposal. Multiple percentage discount structure is also acceptable. Please specify where different percentage discounts apply. Additional pricing and/or discounts may be included. • Each service proposed is to be priced separately with all ineligible items identified. Services may be awarded to multiple vendors. Respondents may elect to limit their proposals to a single service within any category, or mUltiple services within any and all categories. • National Cooperative Purchasing Alliance (NCPA) > The National Cooperative Purchasing Alliance (herein "NCPA") assists public agencies to increase their efficiency and reduce their costs when procuring goods and services. This is accomplished by awarding competitively solicited contracts that are leveraged nationally by combining the volumes and purchasing power of entities nationwide. Our contracts are available for use by any entity that must comply with procurement laws and regulations. • It is the intention of Region 14 ESC and NCPA to achieve the following objectives through this RFP. > Provide a comprehensive competitively solicited Master Agreement offering Products and Services to Public Agencies; > Achieve cost savings of Vendors and Public Agencies through a single competitive solicitation process that eliminates the need for multiple proposals; > Combine the purchasing power of Public Agencies to achieve cost effective pricing; > Reduce the administrative and overhead costs of Vendors and Public Agencies through state of the art purchasing procedures. OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 Instructions to Respondents • Submission of Response ~ Only sealed responses will be accepted. Faxed or electronically transmitted responses will not be accepted. ~ Sealed responses may be submitted on any or all items, unless stated otherwise. Region 14 ESC reserves the right to reject or accept any response. ~ Deviations to the terms, conditions and/or specifications shall be conspicuously noted in writing by the respondent and shall be included with the response. ~ Withdrawal of response will not be allowed for a period of 120 days following the opening. Pricing will remain firm for 120 days from submittal. • Required Proposal Format ~ Responses shall be provided in a three-ring binder or report cover using 8.5 x 11 paper clearly identified with the name of Respondents company and solicitation responding to on the outside front cover and vertical spine. Two (2) bound and signed copies of the proposals and Two (2) electronic copies on flash drives (Le. pin or jump drives) shall be provided. Tabs should be used to separate the proposal into sections, as identified below. Respondents failing to organize in the manner listed may be considered non-responsive and may not be evaluated. • Binder Tabs ~ Tab 1 -Master Agreement / Signature Form ~ Tab 2 -NCPA Administration Agreement ~ Tab 3 -Vendor Questionnaire ~ Tab 4 -Vendor Profile ~ Tab 5 -Products and Services / Scope ~ Tab 6 -References ~ Tab 7 -Pricing ~ Tab 8 -Value Added Products and Services ~ Tab 9 -Required Documents • Shipping Label ~ The package must be dearly identified as listed below with the solicitation number and name of the company responding. All packaged must be sealed and delivered to the Region 14 ESC offices no later than the submittal deadline assigned for this solicitation. From: Company: Address: City, State, Zip: Solicitation Name and Number: Due Date and Time: OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Tab 1 -Master Agreement General Terms and Conditions • Customer Support ~ The vendor shall provide timely and accurate technical advice and sales support. The vendor shall respond to such requests within one (1) working day after receipt of the request. • Disclosures ~ Respondent affirms that he/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor or service to a public servant in connection with this contract. ~ The respondent affirms that, to the best of his/her knowledge, the offer has been arrived at independently, and is submitted without collusion with anyone to obtain information or gain any favoritism that would in any way limit competition or give an unfair advantage over other vendors in the award of this contract. • Renewal of Contract ~ Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew for up to two (2) additional one-year terms or any combination of time equally not more than 2 years if agreed to by Region 14 ESC and the vendor. • Funding Out Clause ~ Any/all contracts exceeding one (1) year shall include a standard "funding out" clause. A contract for the acquisition, including lease, of real or personal property is a commitment of the entity's current revenue only, provided the contract contains either or both of the following provisions: ~ Retains to the entity the continuing right to terminate the contract at the expiration of each budget period during the term of the contract and is conditioned on a best efforts attempt by the entity to obtain appropriate funds for payment of the contract. • Shipments (if applicable) ~ The awarded vendor shall ship ordered products within seven (7) working days for goods available and within four (4) to six (6) weeks for specialty items after the receipt of the order unless modified. If a product cannot be shipped within that time, the awarded vendor shall notify the entity placing the order as to why the product has not shipped and shall provide an estimated shipping date. At this point the participating entity may cancel the order if estimated shipping time is not acceptable. • Tax Exempt Status ~ Since this is a national contract, knowing the tax laws in each state is the sole responsibility of the vendor. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9643B35C50 • Payments ~ The entity using the contract will make payments directly to the awarded vendor or their affiliates (distributors/business partners/resellers) as long as written request and approval by NCPA is provided to the awarded vendor. • Adding authorized distributors/dealers ~ Awarded vendors may submit a list of distributors/partners/resellers to sell under their contract throughout the life of the contract. Vendor must receive written approval from NCPA before such distributors/partners/resellers considered authorized. ~ Purchase orders and payment can only be made to awarded vendor or distributors/business partners/resellers previously approved by NCPA. ~ Pricing provided to members by added distributors or dealers must also be less than or equal to the pricing offered by the awarded contract holder. ~ All distributors/partners/resellers are required to abide by the Terms and Conditions of the vendor's agreement with NCPA. • Pricing ~ All pricing submitted shall include the administrative fee to be remitted to NCPA by the awarded vendor. It is the awarded vendor's responsibility to keep all pricing up to date and on file with NCPA. ~ All deliveries shall be freight prepaid, F.D.B. destination and shall be included in all pricing offered unless otherwise clearly stated in writing • Warranty ~ Proposals should address each of the following: • Indemnity • Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. • Availability of replacement parts • Life expectancy of equipment under normal use • Detailed information as to proposed return policy on all equipment ~ The awarded vendor shall protect, indemnify, and hold harmless Region 14 ESC and its participants, administrators, employees and agents against all claims, damages, losses and expenses arising out of or resulting from the actions of the vendor, vendor employees or vendor subcontractors in the preparation of the solicitation and the later execution of the contract. • Franchise Tax ~ The respondent hereby certifies that he/she is not currently delinquent in the payment of any franchise taxes. DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 • Supplemental Agreements ~ The entity participating in this contract and awarded vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively between the participating entity and awarded vendor. • Certificates of Insurance ~ Certificates of insurance shall be delivered to the Public Agency prior to commencement of work. The insurance company shall be licensed in the applicable state in which work is being conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days notice prior to any modifications or cancellation of policies. The awarded vendor shall require all subcontractors performing any work to maintain coverage as specified. • Legal Obligations ~ It is the Respondent's responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services identified in this RFP and any awarded contract and shall comply with all while fulfilling the RFP. Applicable laws and regulation must be followed even if not specifically identified herein. • Protest ~ A protest of an award or proposed award must be filed in writing within ten (10) days from the date of the official award notification and must be received by 5:00 pm CST. Protests shall be filed with Region 14 ESC and shall include the following: • Name, address and telephone number of protester • Original signature of protester or its representative • Identification of the solicitation by RFP number • Detailed statement of legal and factual grounds including copies of relevant documents and the form of relief requested ~ Any protest review and action shall be considered final with no further formalities being considered. • Force Majeure ~ If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to carry out its obligations under this Agreement then such party shall give notice and full particulars of Force Majeure in writing to the other party within a reasonable time after occurrence of the event or cause relied upon, and the obligation of the party giving such notice, so far as it is affected by such Force Majeure, shall be suspended during the continuance of the inability then claimed, except as hereinafter provided, but for no longer period, and such party shall endeavor to remove or overcome such inability with all reasonable dispatch. ~ The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other industrial disturbances, act of public enemy, orders of any kind of government of the DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 United States or any civil or military authority; insurrections; riots; epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests; restraint of government and people; civil disturbances; explosions, breakage or accidents to machinery, pipelines or canals, or other causes not reasonably within the control of the party claiming such inability. It is understood and agreed that the settlement of strikes and lockouts shall be entirely within the discretion of the party having the difficulty, and that the above requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not require the settlement of strikes and lockouts by acceding to the demands of the opposing party or parties when such settlement is unfavorable in the judgment of the party having the difficulty • Prevailing Wage ~ It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the purchaser. It shall further be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of this contract and adjust wage rates accordingly. • Miscellaneous ~ Either party may cancel this contract in whole or in part by providing written notice. The cancellation will take effect 30 business days after the other party receives the notice of cancellation. After the 30th business day all work will cease following completion of final purchase order. • Open Records Policy ~ Because Region 14 ESC is a governmental entity responses submitted are subject to release as public information after contracts are executed. If a vendor believes that its response, or parts of its response, may be exempted from disclosure, the vendor must specify page-by- page and line-by-line the parts of the response, which it believes, are exempt. In addition, the respondent must specify which exception( s) are applicable and provide detailed reasons to substantiate the exceptiones). ~ The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 14 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the respondent are not acceptable. Region 14 ESC must comply with the opinions of the OAG. Region14 ESC assumes no responsibility for asserting legal arguments on behalf of any vendor. Respondent are advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Process Region 14 ESC will evaluate proposals in accordance with, and subject to, the relevant statutes, ordinances, rules, and regulations that govern its procurement practices. NCPA will assist Region 14 ESC in evaluating proposals. Award(s) will be made to the prospective vendor whose response is determined to be the most advantageous to Region 14 ESC, NCPA, and its participating agencies. To qualify for evaluation, response must have been submitted on time, and satisfy all mandatory requirements identified in this document. • Contract Administration » The contract will be administered by Region 14 ESC. The National Program will be administered by NCPA on behalf of Region 14 ESC. • Contract Term » The contract term will be for three (3) year starting from the date of the award. The contract may be renewed for up to two (2) additional one-year terms or any combination of time equally not more than 2 years. » It should be noted that maintenance/service agreements may be issued for up to (5) years under this contract even if the contract only lasts for the initial term of the contract. N CPA will monitor any maintenance agreements for the term of the agreement provided they are signed prior to the termination or expiration of this contract. • Contract Waiver » Any waiver of any provision of this contract shall be in writing and shall be signed by the duly authorized agent of Region 14 ESC. The waiver by either party of any term or condition of this contract shall not be deemed to constitute waiver thereof nor a waiver of any further or additional right that such party may hold under this contract. • Products and Services additions » Products and Services may be added to the resulting contract during the term of the contract by written amendment, to the extent that those products and services are within the scope ofthis RFP. • Competitive Range » It may be necessary for Region 14 ESC to establish a competitive range. Responses not in the competitive range are unacceptable and do not receive further award consideration. • Deviations and Exceptions » Deviations or exceptions stipulated in response may result in disqualification. It is the intent of Region 14 ESC to award a vendor's complete line of products and/or services, when possible. • Estimated Quantities » The estimated dollar volume of Products and Services purchased under the proposed Master Agreement is $50 million dollars annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales within the NCPA program. There is no guarantee or commitment of any kind regarding usage of any contracts resulting from this solicitation OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 • Evaluation ~ Region 14 ESC will review and evaluate all responses in accordance with, and subject to, the relevant statutes, ordinances, rules and regulations that govern its procurement practices. NCPA will assist the lead agency in evaluating proposals. Recommendations for contract awards will be based on multiple factors, each factor being assigned a point value based on its importance. • Formation of Contract ~ A response to this solicitation is an offer to contract with Region 14 ESC based upon the terms, conditions, scope of work, and specifications contained in this request. A solicitation does not become a contract until it is accepted by Region 14 ESC. The prospective vendor must submit a signed Signature Form with the response thus, eliminating the need for a formal signing process. • NCPA Administrative Agreement ~ The vendor will be required to enter and execute the National Cooperative Purchasing Alliance Administration Agreement with NCPA upon award with Region 14 ESC. The agreement establishes the requirements of the vendor with respect to a nationwide contract effort. • Clarifications / Discussions ~ Region 14 ESC may request additional information or clarification from any of the respondents after review of the proposals received for the sole purpose of elimination minor irregularities, informalities, or apparent clerical mistakes in the proposal. Clarification does not give respondent an opportunity to revise or modify its proposal, except to the extent that correction of apparent clerical mistakes results in a revision. After the initial receipt of proposals, Region 14 ESC reserves the right to conduct discussions with those respondent's whose proposals are determined to be reasonably susceptible of being selected for award. Discussions occur when oral or written communications between Region 14 ESC and respondents are conducted for the purpose clarifications involving information essential for determining the acceptability of a proposal or that provides respondent an opportunity to revise or modify its proposal. Region 14 ESC will not assist respondent bring its proposal up to the level of other proposals through discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet to neither obtain further consideration nor will it provide any information about other respondents' proposals or prices. • Multiple Awards ~ Multiple Contracts may be awarded as a result of the solicitation. Multiple Awards will ensure that any ensuing contracts fulfill current and future requirements of the diverse and large number of participating public agencies. • Past Performance ~ Past performance is relevant information regarding a vendor's actions under previously awarded contracts; including the administrative aspects of performance; the vendor's history of reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the vendor's businesslike concern for the interests ofthe customer. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Evaluation Criteria • Pricing ( 40 points) ~ Electronic Price Lists • Products, Services, Warranties, etc. price list • Prices listed will be used to establish both the extent of a vendor's product lines, services, warranties, etc. available from a particular bidder and the pricing per item. • Ability to Provide and Perform the Required Services for the Contract (25 points) ~ Product Delivery within participating entities specified parameters ~ Number of line items delivered complete within the normal delivery time as a percentage of line items ordered. ~ Vendor's ability to perform towards above requirements and desired specifications. ~ Past Cooperative Program Performance ~ Quantity of line items available that are commonly purchased by the entity. ~ Quality of line items available compared to normal participating entity standards. • References (15 points) ~ A minimum often (10) customer references for product and/or services of similar scope dating within past 3 years • Technology for Supporting the Program (10 points) ~ Electronic on-line catalog, order entry use by and suitability for the entity's needs ~ Quality of vendor's on-line resources for NCPA members. ~ Specifications and features offered by respondent's products and/or services • Value Added Services Description, Products and/or Services (10 points) ~ Marketing and Training ~ Minority and Women Business Enterprise (MWBE) and (HUB) Participation ~ Customer Service DocuSign Envelope 10: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Signature Form The undersigned hereby proposes and agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing. The undersigned further certifies that he/she is an officer of the company and has authority to negotiate and bind the company named below and has not prepared this bid in collusion with any other Respondent and that the contents of this proposal as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any person engaged in this type of business prior to the official opening of this proposal. Prices are guaranteed: 12Q days Company name SYNNEX Corporation Address 39 Pelham Ridge Drive City/State/Zip Greenville, SC 29615 Telephone No. 864-349-4801 --------------------------------------------- Fax No. 510-360-6613 Email addressdanielbr@synnex.com Printed name Daniel T. Brennan Position with company Vice President & Senior Counsel Authorized signature OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 Ta b 2 -NCPA Administration Agreement This Administration Agreement is made as of August 1, 2019 . by and between National Cooperative Purchasing Alliance (HNCPA1 and SYNNEX Corporation ("Vendor1. Recitals WHEREAS, Region 14 ESC has entered into a certain Master Agreement dated August 1, 2019 , referenced as Contract Number 01 -97 , by and between Region 14 ESC and Vendor, as may be amended from time to time in accordance with the terms thereof (the "Master Agreernent"), for the purchase of Advanced Technology Solutions Aggregator; WHEREAS, said Master Agreement provides that any state, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution, other government agency or nonprofit organization (hereinafter referred to as "public agency" or collectively, ·public agencies1 may pm-chase products and services at the prices indicated in the Master Agreement; WHEREAS, NCPA has the administrative and legal capacity to administer purchases under the Master Agreement to public agencies; WHEREAS, NCPA serves as the administrative agent for Region 14 ESC in connection with other master agreements offered by NCPA WHEREAS, Region 14 ESC desires NCPA to proceed with administration of the Master Agreement; WHEREAS, NCPA and Vendor desire to enter into this Agreement to make available the Master Agreement to public agencies on a national basis; NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, NCPA and Vendor hereby agree as follows: • General Terms and Conditions )-The Master Agreement, attached hereto as Tab 1 and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shal1 apply to this Agreement except as expressly changed or modified by this Agreement. )-NCPA shall be afforded all of the rights, privileges and indemnifications afforded to Region 14 ESC under the Master Agreement. and such rights, privileges and indemnifications shall accrue and apply with equal effect to NCPA under this Agreement including, but not limited to, the Vendor's obligation to provide appropriate insurance and certain indemnifications to Region 14 ESC. )-Vendor shall perform all duties, responsibilities and obligations required under the Maste r Agreement in the time and manner specified by the Master Agreement. ~ NCPA shall peIform all of its duties, responsibilities, and obligations as administrator of purchases under the Master Agreement as set forth herein, and Vendor acknowledges that NCPA shall act in the capacity of administrator of purchases under the Master Agreement. ~ With respect to any purchases made by Region 14 ESC or any Public Agency pursuant to the Master Agreement. NCPA (a) shall not be construed as a dealer, re-marketer, representative, partner, or agent of any type of Vendor, Region 14 ESC, or such Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Region OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 14 ESC, any Public Agency or any employee of Region 14 ESC or Public Agency under the Master Agreement, or (li) for any payments required to be made with respect to such order, and (c) shall not be obligated,liable or responsible for any failure by the Public Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement NCPA makes no representations or guaranties with respect to any minimum purchases required to be made by Region 14 ESC, any Public Agency, or any employee of Region 14 ESC or Public Agency under this Agreement or the Master Agreement > The Public Agency participating in the NCPA contract and Vendor may enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in this contract ie. invoice requirements, ordering requirements, specialized delivery, etc. Any supplemental agreement developed as a result of this contract is exc1usivelybetween the Public Agency and Vendor. NCPA, its agents, members and employees shall not be made party to any claim for breach of such agreement. • Term of Agreement > This Agreement shall be in effect so long as the Master Agreement remains in effect, provided, however, that the obligation to pay all amounts owed by Vendor to NCPA through the termination of this Agreement and all indemnifications afforded by Vendor to NCPA shall survive the term of this Agreement • Fees and Reporting > The awarded vendor shall electronically provide NCPA with a detailed monthly or quarterly report showing the dollar volume of all sales under the contract for the previous month or quarter. Reports shall be sent via e-mail toNCPAofficesatreporting@ncpa.us. Reports are due on the fifteenth (15th) day after the close of the previous month or quarter. It is the responsibility of the awarded vendor to collect and compile all sales under the contract from participating members and submit one (1) report The report shall include at least the following information as listed in the example below: Entity Name Zip Code State PO or Job # Sale Amount Total ____ _ > Each quarter NCPA will invoice the vendor based on the total of sale amount(s) reported From the invoice the vendor shall pay to NCPA an administrative fee based upon the tiered fee schedule below. Vendor's annual sales shall be measured on a calendar year basis. Deadline for term of payment will be included in the invoice NCPA provides. AnnUli SaiU IbmllU CgDlDg Admlnlsb"atlx~ Ell o -$30,000,000 2% $30,000,001 -$50,000,000 1.5% $50,000,001 + 1% OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 ~ Supplier shall maintain an accounting of all purchases made by Public Agencies under the Master Agreement NCPA and Region 14 ESC reserve the right to audit the accounting for a period of four (4) years from the date NCPA receives the accounting. In the event of such an audit, the requested materials shall be provided at the location designated by Region 14 ESC or NCPA. In the event such audit reveals an underreporting of Contract Sales and a resulting underpayment of administrative fees, Vendor shall promptly pay NCPA the amount of such underpayment, together with interest on such amount and shall be obligated to reimburse NCPA's costs and expenses for such audit. • General Provisions ~ 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. ~ Awarded vendor agrees to allow NCPA to use their name and logo within website, marketing materials and advertisement Any use of NCPA name and logo or any form of publicity regarding this contract by awarded vendor must have prior approval from NCPA. ~ If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement or to recover any administrative fee and accrued interest, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which such party may be entitled. ~ Neither this Agreement nor any rights or obligations hereunder shall be assignable by Vendor without prior written consent of NCPA, provided, however, that the Vendor may, without such written consent, assign this Agreement and its rights and delegate its obligations hereunder in connection with the transfer or sale of all or substantially all of its assets or business related to this Agreement, or in the event of its merger, consolidation, change in control or similar transaction. Any permitted assignee shall assume all assigned obligations of its assignor under this Agreement. ~ This Agreement and NCPA's rights and obligations hereunder may be assigned at NCPA's sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform NCPA's obligations hereunder ~ All written communications given hereunder shall be delivered to the addresses as set forth below. National Cooperative Purchasing Alliance: Vendor: SYNNEX Corporation Name: Matthew Mackel Name: Daniel Brennan Title: Director. Business Development Title: Vice President & Senior Counsel Address: PO Box 701273 Address: Houston, TX 701273 Signature: E-SIGNED by Daniel Brennan on 2019-08-09 08:32:24 EST Signature: Date: August 1, 2019 Date: Augusl09,2019 OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843835C50 Tab 3 -Vendor Questionnaire Please provide responses to the following questions that address your company's operations, organization, structure, and processes for providing products and services. • States Covered > Bidder must indicate any and all states where products and services can be offered. > Please indicate the price co-efficient for each state if it varies. IZI SO States" DIsb1ct of Columbia (Selecting this box is equal to checking all boxes below) DAlabama DMaryland D South Carolina DAlaska D Massachusetts D South Dakota DArizona DMichigan DTennessee DArkansas DMinnesota DTexas D California D Mississippi DUtah DColorado DMissouri DVennont D Connecticut DMontana DVirginia DDelaware DNebraska D Washington D District of Columbia DNevada D West Virginia DFlorida D New Hampshire DWisconsin DGeorgia DNewJersey DWyoming DHawaii DNewMexico Dldaho DNewYork D lllinois D North Carolina D Indiana D North Dakota Dlowa DOhio DKansas DOklahoma DKentucky o Oregon D Louisiana D Pennsylvania DMaine D Rhode Island OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 [] All US Territories and Outlying Areas (Selecting this box is equal to checking all boxes below) o American Somoa o Northern Marina Islands o Federated States of Micronesia D Puerto Rico o Guam o U.S. Virgin Islands D Midway Islands • Minority and Women Business Enterprise (MWBE) and (HUB) Participation ~ It is the policy of some entities participating in NCPA to involve minority and women business enterprises (MWBE) and histOrically underutilized businesses (HUB) in the purchase of goods and services. Respondents shall indicate below whether or not they are an MJWBE or HUB certified • Residency • Minority / Women Business Enterprise • Respondent Certifies that this firm is a M/WBE • Historically Underutilized Business • Respondent Certifies that this firm is a HUB ~ Responding Company's principal place of business is in the city of Greenville State of~S=C~_ • Felony Conviction Notice ~ Please Check Applicable Box; D D IK1 A publically held corporation; therefore, this reporting requirement is not applicable. D Is not owned or operated by anyone who has been convicted of a felony. D Is owned or operated by the following individual(s) who hasfhave been convicted of a felony ~ If the 3rd box is checked, a detailed explanation of the names and convictions must be attached. • Distribution Channel ~ Which best describes your company's position in the distribution channel: D Manufacturer Direct D Certified education/government reseller IX] Authorized Distributor D Manufacturer marketing through reseller D Value-added reseller D Other: __________ _ • Processing Information ~ Provide company contact information for the following: • Sales Reports / Accounts Payable Contact Person: Jennifer McEachern Title: Contracts Management Supervisor Company: SYNNEX Corporation Address: 39 Pelham Ridge Drive City: Greenville State: SC Zip: 29615 Phone: 864-349-4079 Email: jennifermce@synnex.com OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 • Purchase Orders ConmctPerson: ~C~o~N~F~o~rt~u~n~e ______________________________ __ Title: SLED Contracts Business Development Manager Company: SYNNEX Corporation Address: 39 Pelham Ridge Drive City: Greenville State: SC Zip: 29615 Phone: 864-349-4560 Email: cOryf@synnex.com • Sales and Marketing ConmctPerson: ~C~o~ry~F~o~rt~un~e~ ______________________________ _ Title: SLED Contracts Business Development Manager Company: SYNNEX Corporation Address: 39 Pelham Ridg e Drive City: Greenville State: SC Zip: 29615 Phone: 864-349-4560 Email: coryf@synnex.co m • Pricing Information ~ In addition to the current typical unit pricing furnished herein, the Vendor agrees to offer all future product introductions at prices that are proportionate to Contract Pricing. • If answer is no, attach a smtement demiling how pricing for NCPA participants would be calculated for future product introductions. ~ Yes D No ~ Pricing submitted includes the required NCPA administrative fee. The NCPA fee is calculated based on the invoice price to the customer. IZ1 Yes D No ~ Vendor will provide additional discounts for purchase of a guaranteed quantity. ![] Yes D No OOGuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Tab 4 -Vendor Profile Company's Official Registered Name: SYNNEX Corporation Brief History of Company: SYNNEX Corporation was formed in 1980 and is now a Fortune 158 company that offers a comprehensive range of industry-leading IT products and business services to our reseller customers. We've built a solid reputation for delivering customized, fully-integrated solutions, services, and support, including distribution, contract assembly, business process outsourcing, and logistics. We're aligned with the top manufacturers in the IT industry to distribute products to more than 25,000 resellers throughout North America. Key suppliers include: HP Inc., Hewlett-Packard Enterprise, Cisco Systems, Juniper, Palo Alto, Samsung, Panasonic, Intel, Sea gate, Microsoft, and Lenovo. Our sales staff is grouped by product segment, allowing them to focus their expertise and experience to manage all lines and provide an engaged, consultative sales approach . With 16 US distribution facilities, SYNNEX gets the right products to market quickly and cost-effectively. Our model streamlines business processes to help resellers lower their costs and create greater efficiencies. We provide a variety of professional and marketing services, including: demand generation, education and training, pre-and post-sale technical support, end-user enablement, server assessment, design and integration, recycling and trade-in, and IT resource planning. SYNNEX provides contract assembly services, ranging from original design and printed circuit board assembly to fully-integrated supply chain management, build-to-order (BTO) and configure-to-order (CTO), final assembly, materials management, production value-add, and logistics. SYNNEX sponsors a wide variety of programs, communities, and events to build and grow our resellers' business in specific vertical markets. For example, our Government, Education, and Healthcare programs help resellers compete in these high-growth markets, and SYNNEX with our comprehensive GSA schedule, is able to simplify the complex government bidding process. Our Services SYNNEX offers a·variety of services to our customers. The three major categories of services include the following: Distribution Services. SYNNEX 's distribution services segment distributes a broad line of IT products, including IT systems, peripherals, system components, software and networking equipment for leading IT OEM suppliers, enabling us to offer comprehensive solutions to our reseller and retail customers. Our reseller customers include value-added resellers, or VARs, corporate resellers, government resellers, system integrators, direct marketers and retailers. We distribute more than 2,000,000 technology products from leading IT OEM partners to more than 25,000 resellers throughout the United States, Canada and Mexico. We combine our core strength in distribution with our service model to provide our customers greater efficiencies in time to market, cost minimization, real time linkages in the supply chain and aftermarket product support. Contract Assembly Services. SYNNEX offers contract assembly services to original equipment manufacturers (OEMs). Offerings range from original design and printed circuit board assembly OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 capabilities to fully-integrated supply chain management, build-to-order (BTO) and configure-to-order (CTO), final assembly, materials management, production value-add and logistics services. Business Process Outsourcing. The BPO segment offers various services comprising customer management, software development, web hosting, hosted software, domain name registration, and back office processing. This segment delivers its services through voice, chat, Web, email, and digital print. It also sells products complementary to these service offerings in China. In addition, SYNNEX Corporation offers various financial services, including net terms, third party leasing and floor plan financing, letters of credit, and arrangements to collect payments directly from the end-user; online services; and marketing services, as well as technical support services consisting of pre and post-sales support. The company serves resellers, retailers, and OEMs located worldwide. The above major categories of services are complemented by the following: Logistics Services. SYNNEX provides logistics support such as outsourced fulfillment, virtual distribution, and direct ship to end-users to our reseller customers. Other logistics support activities we provide include generation of customized shipping documents, multi-level serial number tracking for customized, configured products, and online order and shipment tracking. Online Services. SYNNEX maintains electronic data interchange (EDI) and web-based communication links with many of our reseller customers. These links improve the speed and efficiency of our transactions with our resellers by enabling them to search for products, check inventory availability and prices, configure systems, place and track orders, receive invoices, review account status, and process returns. We also have web-based application software that allows our resellers or their end-user customers to order software and take delivery online. Financing Services. SYNNEX offers our resellers a wide range of financing options, including net terms, third party leasing, floor plan financing, letters of credit, backed financing, and arrangements where we collect payments directly from the end-user. Technical Solutions Services. The SYNNEX team is made up of highly trained and certified engineers who assist our customers and sales reps with pre sales consultation, post sales troubleshooting, and training inqUiries. Joint Supply Chain Management and Distribution Services. SYNNEX provides our contract assembly customers with materials procurement and management activities including planning, purchasing, expediting, and warehousing system components and materials used in the assembly process. Because we distribute many of the system components used in our contract assembly our customers are able to minimize their inventory risk by taking advantage of the terms and conditions of our distribution relationships. In addition, we also offer increased inventory availability to our contract assembly customers because we stock items for both distribution and assembly. Our Operations SYNNEX operates distribution facilities in the United States, Japan, England, Canada, Latin America and Mexico. Our distribution processes are highly automated to reduce errors, ensure timely order fulfillment, and enhance the efficiency of our warehouse operations and back office administration. Our distribution facilities are geographically located near reseller customers and their end-users. This DocuSign Envelope ID : 9A3FD23D-5206-49F3-99A7-EC9843B35C50 decentralized, regional strategy enables us to benefit from lower shipping costs and shorter delivery lead times to our customers. Furthermore, we track several performance measurements to continuously improve the efficiency and accuracy of our distribution operations. Our regional locations also enable us to make local deliveries and provide will-call fulfillment to more customers than if our distribution operations were more centralized, resulting in better service to our customers. Our workforce is comprised of permanent and temporary employees, enabling us to respond to short-term changes in order activity. SYNNEX's proprietary IT systems and processes enable us to automate many of our distribution operations. For example: • SYNNEX uses radio frequency and bar code scanning technologies in all of our warehouse operations to maintain real-time inventory records • We facilitate frequent cycle counts and improve the accuracy of order fulfillment • SYNNEX uses palm readers to capture real-time labor cost data, enabling efficient management of our daily labor costs. To increase the accuracy of our order fulfillment and protect our inventory from shrinkage, our systems also incorporate numerous controls. These controls include order weight checks, bar code scanning, and serial number profile verification to verify that the product shipped matches the customer order. We also use digital video imaging to record our small package shipping activities by order. These images and other warehouse and shipping data are available online to our customer service representatives, enabling us to quickly respond to order inquiries by our customers. SYNNEX operates its principal contract assembly facilities in the United States and the United Kingdom. We assemble IT systems that include workstations, servers and high end storage array solutions by incorporating system components from our distribution inventory and other sources. Additionally, we perform production value-added services, including kitting, asset tagging, hard drive imaging and reconfiguration. Our contract assembly facilities are ISO 9001:2000 and ISO 14001 certified. Sales Teams SYNNEX Sales Team is available Mon. through Fri. 8 AM to 7 PM EST. Additional coverage time needs can be discussed on an individual basis . Support day-to-day activity, including but not limited to: o Pricing and availability o Configuration and technical support o HP White board and Watson support o Order entry and expediting shipments SYNNEX sales are segmented and have a focus on top product lines with niches and/or unique products. Our sales staff members are experts in chosen customer segments. Our sales staff members are consultants as well as sales persons. We provide our customers with product offering that are unique and margin-making opportunities. SYNNEX Technical Support Hotline: 1-800-756-2888 or Techsup@SYNNEX.com SYNNEX Software Support Hotline: 1-800-456-4822 ext. 6939 Customer Service: 1-800-756-1888 or cshelp@SYNNEX.com DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Technical Support SYNNEX does many things outside of pick, pack and ship. We are a business outsourcing company and as such we provide technical support around the world. We utilize that same expertise in our Distribution business and offer free Pre and Post Tech Support for general technical questions all the way up to complex configurations. We offer 2 hour turnaround times on basic configurations. On more complex configurations we offer a 4 our turnaround. Global Presence Over 90% of 20 18 revenue generated in North America Focused IT distribution strategy for the United States and Canada 16 distribution facilities in North America (US/Canada/Mexico) Regional strategy designed to lower shipping costs and to reduce delivery times to customers Utilize sizeable offshore workforce to reduce costs New expansion of distribution business into Japan Acquisition ofInfoTech, the third largest distributor in the third largest economy Leveraging SYNNEX cost efficiencies and scale Global BPO centers allow for 2417 operations (North America, Central America, Asia, and Europe) SYNNEX outsources our Tech Support for Direct TV in the Pacific Rim SYNNEX outsources our Tech Support for Linksys, a division of Cisco Acquired Westcon Comstor in 2017 International Shipments: SYNNEX is able to ship internationally. However, there are strict requirements of our Manufactures contracts and Government guidelines. Before committing, you should always work with SYNNEX sales team for freight quote and lead time. Your SYNNEX sales team will work with SYNNEX Customs department to insure all necessary information including but not limited to Vendor approval. With 16 distribution facilities nationwide, SYNNEX gets the right products to market, right-on- time. In addition to reducing shipping times, our regional warehouse placement slashes freight costs to customers, helping them win deals and boosting their margins. Corporate Headquarters: Fremont, California Sales Headquarters: Greenville, South Carolina Warehouse Locations: Atlanta, Georgia Chantilly, Virginia Chicago, Illinois Richardson, Texas Keasbey, New Jersey Grove City, Ohio Miami, Florida Olive Branch, Mississippi Portland, Oregon Ontario, California Las Vegas, Nevada :~ o !,0 OocuSign Envelope 10: 9A3F023D-5206-49F3-99A7-EC9843B35C50 Years in Business/Reputation/References Quick Facts Established: 1980 Chief Executive Officer: Dennis Polk Corporate Headquarters: Fremont, CA Traded: NYSE (SNX) Duns #: 112375758 Reputation Fortune 158 Corporation Rated #1 in Relationship, Price & Availability by CRN Rated Best Channel Strategy Gartner Honored at HP's 2012 Americas Partner Conference with the prestigious "Partner in Excellence Award" for HP Distributor Growth 3 years running hrtp ://ir.SYNNEX.com/reieasedetail.cfm ?ReleaseID=568439 Intel 's # 1 volume Distributor Excellent Public Sector Past Performance and Program Management As a leading worldwide IT distributor, SYNNEX partners with more than 5,000 Federal, State, and Local Government and Education customers (SLED). We have excellent past performance in the Public Sector space, owning and managing three GSA Schedules for over 20 years. As a contractor, SYNNEX has worked closely with the U.S. DOE in the construction of their Superdome advanced computer servers at Lawrence Livermore National Laboratories. Our experience in this market has helped us to develop similar processes in the SLED marketplace. SYNNEX manages over 35 SLED contract vehicles for our manufacturing partners in Texas, Florida, South Carolina, and nationally through NASPO ValuePoint, USETPA, and NCP A Contracts. Our NCP A contract sales to date total more than $35 million from September 2016 -March 2019. References SYNNEX helped design and build what was then the world's largest Super Computer, housed at Lawrence-Livermore Labs Helped design and build the Facebook Data Center Past performance includes builds for Blue Coat and Sun Microsystems Delivered 15,000 desktop units to USDA (8,550 total orders were consolidated to 60 invoices) Delivered 25,000 CTO desktops on a rollout basis in 30 days Involved with Raytheon/CSC desktop refresh project (over 15,000 desktop units) 132 consecutive quarters of profitability Datacenter OCP builds for Amazon and Facebook Dedicated Sales Teams/Quoting ProcesslHours of Operation/Global Presence Reseller and Business Enablement Services SYNNEX provides numerous reseller and business enablement services, including: DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Document Solutions specializes in the conversion of paper documents to digital, from distributed scanning systems, document management applications, and image capturing software, to storage and retrieval, disaster recovery, and versioning Financial Services credit and financing options help reseller's compete for large deals while conserving capital, with little to no up-front cash commitment Healthcare Program helps resellers build and grow a healthcare sales practice and gain insight into an estimated $110 B business Hosted Solutions robust outsourced SaaS applications at a huge cost savings that develops solid margins and revenue streams with few barriers to entry HP Enterprise Server and Storage Solutions specialized sales and support teams focused on HP offerings in the enterprise space Integrated Communications Group (ICG) combines voice, data, video, security, and messaging to deliver best-in-class, unified communication strategies Jack Of All Games is a leading video game provider in North America combining industry knowledge with proven distribution expertise servicing the retail channel New Age Electronics is the nation's leading sales and distribution partner delivering an unsurpassed channel management model to consumer technology retailers and manufacturers Office Supply Solutions has collateral equipment such as printer cartridges and office materials, enabling resellers to become specialized product providers and increase total sales scope On Demand Services server assessment and virtualization, security, data backup and recovery, field and help desk services, equipment recycling and trade-in, and more supplements resellers' capabilities Open Source Channel Alliance (OSCA) is a consortium of Independent Software Vendors (ISVs) delivering open Source technologies to our customer base PC Wholesale is a reliable, one-stop shop for new, refurbished, end-oflife, and overstock computer and consumer electronics products PRINTSolv is an on-ramp, managed print solution to handle consumer demand billing, supplies replenishment, and total fleet management, with the reliability of a lease Public Sector Program is the only broadline IT distributor with its own GSA Schedule to help resellers build and grow their government business, plus custom, comprehensive solutions that expand their play in the education market. Reseller Marketing Services leverages the power of SYNNEX Marketing on behalf of our reseller customers to increase their reach and improve their return on their enduser marketing spend value-added services. Software Solutions industry-leading products and a full complement of services and support to help resellers capture, hold, and grow their software accounts Strategic Procurement recruits and manages specialty vendors required to complete a reseller's solution, while simultaneously allowing the vendor access to SYNNEX's broader customer base OocuSign Envelope 10: 9A3FD230-5206-49F3-99A7-EC9843835C50 Supply Chain Solutions is a TOTAL supply chain solution that reduces logistics costs and inventory cycles and improves service levels Systems Integration Division (SID) has custom server, storage and appliance solutions to customers spanning verticals like network security, application acceleration, health IT, streaming media and other applications tied to specific software and services Technology Solutions Division (TSD) designs integrated solutions for new and emerging technology markets, such as: network security, telephony and unified communications, printer and documen t management, physical an d network security, and AutoIDIPOS systems Varnex and Varnex Public Sector is a vendor-sponsored reseller community focused on the 5MB market, with specialized tracks for members engaged in the public sector markets Visual Solutions is a multi-vendor communication, training, and support for Digital Signage, Projector, and Pro-A V sales Wide-Format Solutions specializes in large-format printers, supplies, and media Westcon-Comstor Purchased in May of 2017 , Westcon focuses on DCC, Software Security and Networking manufacturing lines including Cisco, Juniper, Palo Alto and Check Point Software. Dun & Bradstreet Number: 11-237-5758 Company's Organizational Chart of our Team: Contract Administration: Ed Somers, eds@synnex.com, 864-349-4374 Pricing/Reporting: Jennifer McEachern, jennifermce@synnex.com , 864-349-4079 Sales: Cory Fortune, coryf@synnex .com , 864-349-4560 Jaime Grimm, ja i meg@synnex .com , 864-349-7589 Business Development: Randy Finley, randyfi @sy n nex .com , 864-349-4390 E-Rate/Grants : Tim Evatt, time@synnex.com, 864-349-4405 Education Team Leader: Brent Odom, brento@synnex .com , 864-349-4039 Public Safety Team Leader: Mike Gambrell, mikega@synnex.com , 864-349-4881 Corporate Office Locations Corporate Office: Fremont, CA East Coast Sales Office: Greenville, SC Midwest Sales Office: Dallas, TX Distribution Centers: Fremont, CA; Las Vegas, NV; Atlanta, GA; Dallas, TX; Chicago, IL; Olive Branch (Memphis), MS; Chantilly, VA; Los Angeles, CA; Carson, CA, Miami, FL; Keasby, NJ Integration Facility: Olive Branch, MS DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Key Contacts: Contract Administration: Ed Somers, eds@synnex.com, 864-349-4374 Pricing/Reporting: Jennifer McEachern, jennifermce@synnex.com . 864-349-4079 Sales: Cory Fortune, coryf@synnex.com , 864-349-4560 Jaime Grimm, ja i meg@synnex.com, 864-349-7589 Business Development: Randy Finley, randyfi@synnex .com , 864-349-4390 E-Rate/Grants: Tim Evatt, time@synnex .com, 864-349-4405 Education Team Leader: Brent Odom, brento@synnex.com, 864-349-4039 Public Safety Team Leader: Mike Gambrell, m i kega@synnex .com . 864-349-4881 Standard Terms of Payment: Net 30 terms are standard. However, we off an entire portfolio of alternative finance options from leasing to escrow. Who is our Competition in the Marketplace? Ingram Micro; Tech Data; Arrow; Avnet What differentiates our Company from Competitors? We empower our resellers with valuable tools and solutions that they can easily integrate into their operations and support them with world-class professionals. We execute our business with speed and efficiency and are willing to invest into infrastructure to best support our manufacturers and reseller partners. Describe How your Company will Market this Contract if Awarded. SYNNEX has a significant amount of experience owning/managing Public Sector contracts. These vehicles do not sell themselves and require a significant amount of investment in sales and demand generation to make them successful. Our plan will include a number of facets addressing both resellers and endusers. Although we don't sell direct to endusers, we do have a team that provides enduser demand generation through call out campaigns; print/mailers; e-mail; website contract landing page and an electronic storefront offering. For our resellers, we will pull our historical procurement data per awarded vendor line to identify the most responsive/responsible resellers selling into State and Local Government, K-12 and higher education nationwide. To date, we have identified 50 resellers and will use this list to identify those resellers we want to authorize on the contract. Likewise we will do this nationwide and include higher education institutions and state/local government sales as well. In this way we can ensure we have the OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 correct "feet on the street" in all areas covered by NCP A. With this select group of resellers, we will implement regular trainings to ensure they understand the NCPA contract and the target audience. Ongoing efforts will be to establish a regular sales meeting cadence in which we review sales efforts, pending opportunities and any issues. Manufacturers and their local sales teams wi11likewise be engaged to assist in the identification of opportunities and special pricing. We will provide support for table top shows, collateral and web landing pages for our participating resellers. Ultimately, we see our role as an IT distributor to provide all of the tools a reseller will need to increase their sales on this contract and to help develop the partnership with the vendor and their field sales teams. SYNNEX will also make available our extensive technical support team and 2417 customer service call center to ensure exceptional customer support. Marketing this contract will include a number of simultaneous activities: -Press release -Identifying the resellers we want to authorized to promote this contract -Reseller recruitment and training -Multiple training webinars for both internal sales teams and external customers -Dedicated NCPA web page development -Development of marketing materials -Attending industry events and table, top shows -Ongoing reseller recruitment efforts and internal sales trainings -Enduser demand generation team will drive awareness with endusers on behalf of our resellers Describe How you Intend to Introduce NCPA to your Company Contract Management Summary Award Create T's & Cs's summary; develop pricing calculator Communicate win internally and with each vendor line Determine rules of engagement; assign responsibility roles Recruitment Identify Resellers: Vendor lists; SYNNEX POS; Sales Manager's; OSRs prior to award Training: onsite; online; webinars Establish eligibility requirements Sign participation agreement Contract Management Monthly contract review by SYNNEX contracts team -the good, the bad and the ugly Monthly status calls with each participating reseller Quarterly cadence calls with the contractor community Ongoing calls with participating vendors to update/revise strategy. Initial Kick off phase- OocuSign Envelope 10: 9A3FD230-5206-49F3-99A7-EC9843835C50 Upon award, communicate to vendor and internal vendor PMIBDM teams Put together contract terms and conditions; pricing calculator; price file Review administrative requirements Set e-mail aliases Webpage development-contract details, calculator, location for vendor ads, forum, Q&A Determine vendor's strategy and reseller engagement; special pricing Establish reseller qualifiers, sales minimums, agreement Identify reseller candidates via POS, ISRs, OSRs and vendor input Contact reseller Require business plan/marketing plan Conduct trainings via webinars of res ellers , sales reps, BDMs, PMs and vendor Possibly conduct joint road shows to promote/train Press release Marketing materials for resellers Ongoing management- Trainings/webinars -initially and ongoing Product refresh -marketing and communication Business development-slip/gain report for both reseller and vendor Business development-monthly sales report to vendor with email updates QBR for reseller (or as needed) QBR for vendor Vendor seasonal pricing for this community QBR webinar for reseller community Marketing events Updating Reseller database with contact information SYNNEX has identified our training processes in the preceding sections for both inside/outside sales teams; our business development team and authorized resellers and solution providers. Essentially, it will entail training, collateral, PPT presentations and onsite visits to conduct Q&A. Training is an ongoing process that should be scheduled throughout the year on webinars, onsite trainings and industry events. Communicate access to the website; collateral that is available; processes on obtaining quote/orders and contract pricing. All aspects of the contract, from marketing it to the enduser to customer service to tech support, needs to be explained. Describe your Firm's Capabilities and Functionality of Your On-Line Catalog/Ordering Website See attached pdf document Describe your Company's Customer Service Department SYNNEX Customer Service and Return Policy PRODUCT RETURNS Return requests may be submitted through the following channels: CUSTOMER SERVICE Hotline: 800-756-1888 Monday through Friday 8AM-8PM EST EMAIL: CSHELP@SYNNEX.com OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843835C50 WEBCHAT: hrtp ://apps2.link2 Upp01t.comIWEBCHA T%20 Login REOUIRMENTS EXlMain.php?do= WEBCHA T & ubmit= Defective or damaged Products or those subject to customer remorse may be returned to SYNNEX by adhering to the Requirements below. 1. Reseller must obtain a valid RMA number for all returns. 2. As the distributor of manufacturer branded products, SYNNEX must adhere to the manufacturer's return policies. These policies include adhering to final dates of return or re-stocking fees for returns. At a minimum, SYNNEX agrees to a 30 day return policy for unopened product. 3. Not all product lines are eligible for this return policy. Check with your SYNNEX salesperson to verify specific eligibility. PROCDEURES The procedures provided below for replacement or credits are the exclusive remedies to Reseller for any claim related to any defective or damaged Products or customer remorse. 1. RMAs will be issued for items eligible for return. If any item is ineligible for return, Reseller will be informed and the RMA will be denied. 2. SYNNEX will not be obligated to replace or provide credit for Products returned as defective and damaged from abuse, misuse (including improper storage) or other product warranty exclusion, from attempted repair, or during repossession or shipment to SYNNEX. 3. Ineligible returns and returns not on approved RMAs will be disposed of at SYNNEX's discretion with no credit, and a charge back will be issued for any ineligible deductions taken. 4. RMAs expire within twenty (30) days of issuance. SYNNEX has the right to refuse returns after such date. 5. SYNNEX will respond to RMA requests within forty-eight (48) hours of receiving from the customer. Requests must include the following information: 6. Sales Order Number 7. Description of merchandise 8. Manufacturer part number 9. Quantity 10. Specific reason for return and condition of product: Factory Sealed or Open 11. Serial Number 12. Notification of approved RMA requests will be made via fax or e-mail. Authorized returns must be shipped freight prepaid. 13. Returns must be received at the return location designated by SYNNEX on or before the last date of return to be eligible for credit. Credit for returns will be issued within one (1) week of receipt of merchandise at the Net Reseller Price in effect on the date SYNNEX receives the eligible product 14. All returns must be in the original manufacturer box. A packing slip must be included in each box or pallet identifying the product numbers, quantities, number of boxes. A copy OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 of the RMA must be attached to all boxes for UPS shipments and at least two cartons for common carrier shipments. Boxes should be marked 1 of XX, 2 of XX, etc. Green Initiative Environmental Services Recycle, Disposal, and Asset Buy-Back Overview SERVICESolv specializes in the environmental recycling of retired IT equipment and print consumables. With expertise in risk mitigation, logistics, asset management, re-marketing, recycling, and data destruction, our recycle and disposal services help you responsibly handle your customers' outdated hardware. SERVICESolv has experience processing the obsolete assets of companies in the fmancial services, healthcare, insurance, and legal industries, as well as for government and education. Our processing plants are equipped with state-of-the-art data-erasure and destruction technology to provide your customers with the peace of mind that all data and drive destruction is performed to the most-stringent international data-security standards. To ensure that hardware is safe for reuse, SERVICESolv's standard data overwrite process includes a three-pass data wipe compliant with the U.S. Department of Defense 5220.22-M. Additionally, a certification of data erasure and destruction is furnished for each onsite service performed or shipment received. What is the value of the SERVICESolv Recycle, Disposal, and Asset Buy-Back Services for you? Safe and compliant removal of assets and destruction of data Assets Commonly Recycled • Notebooks • Desktops • Displays • Printers • Print consumables • • • Servers Storage systems Handhelds • Networking equipment • Many other electronics Competitive offers for all hardware recycling, often including buy-back estimates Single point of contact for the entire project, from initiation through completion Tailored services to meet each client's individual needs Options for on-site data destruction Get started with recycling IT equipment by downloading and completing the recycling worksheet from http://www.sYNNEX.com/servicesolv/whatis/recycIe.html. Once completed, return the recycling worksheet to SERVICESolv@ SYNNEX.com. Green Solutions IT equipment can be up to 25% of total enterprise energy use, and datacenter energy use doubles every 5 to 8 years. As energy costs continue to rise, pressure builds on the bottom line. SYNNEX Green Solutions provides a set of tools and services focused on helping you tap into the sales potential and customer value for Green IT, delivering IT solutions that reduce energy and save your customers energy and money. One of our most successful services is the SYNNEX Utility Incentive Program for resellers. This nationwide program is a list of identified electric utilities offering incentives to companies for IT OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 projects that save money. SYNNEX handles the calculations, applications, and other elements for utilities to approve a project for incentives. What is the value of Green IT? Ability to identify IT projects that are eligible for electric utility rebates and to manage the paperwork process seamlessly. Allows you to offer a Green IT solution in your services portfolio, showcasing your business as socially-conscious. Manage customers' EOL assets through our E-waste recovery and recycling service that pays you for supporting a greener planet. What are some of the features of SYNNEX Green solutions? Seamless management of the application process to obtain eligible rebates from participating electronic utilities All products meeting ENERGY STAR or EPEAT ratings are identified in ECExpress and on our specific Green IT linecard PO level and custom energy-saving calculators help you define cost savings to support ROI conversations Development of custom Green IT Roadmap for complex or larger opportunities Repository for third-party research and white papers you can leverage to develop a foundation for customer discussions OocuSign Envelope 10: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 ,j EI . S . I "'"'V'UUvU;) -YY "U '-V!!!!""''''', lIV;)Lo..U L.J'V.\..llVIIL;) CUI ectronlC ervlceS. Page 1 of 1 SYNNEX .. v III "'0 _.' .~ .... Services Center IT Distribution Integration Contract Assembly Financial IT Support e5olutions Overvll!W WC!b Servlcesf)(Ml ECExpress B281eCommerce Mobile! ApplICations eStorefronlS Customef' ServIces Fol low u s '»- NIW RUlli., Appllcllion Home About SYNNEX SYNNEX Global Services Investors Vendor Portal COntact Us A Solution Suite of Web Services, Mobile Application Development, ECExpress, Hosted Storefront, and Electronic Services! Web Servi('es/X~'IL Increase your business capabilities by integrating easily into ours. Gain real-time leverage through the SYNNEX ERP system to oro" your business fastEr and more efficIently. Personalized Online Storefront We host your sped aI/zed store for you. Get simple. sedmless eCommerce with SYNNEX. Provide yOur custDmer access to all manufacture/'S and cateQories dIIall"ble from SYNNEX at a competibve price. f.1I& Mobil e Application Dev eloplIl<wt Ipfio ne/ Android/Blackberry /Palm Not only has SYNNEX opened ECExpress to multiple mobile platforms. but we can make your applications mobile too' Our low cost, hiqh efficiency modeling provides great Quality and Fast turnaround on your mobile applications needs. Grow Your Sales using ECExpress YOur one-stop eCommerce site with us. View hcense and warranty upsell opportunities. set inventory and pricing alerts throuoh Xpre;sTrak . and subsuibe to customized RDS n!ports for vendor specific <!<Ital • • IIp.ctronic ~ervke<, (fDJ/FTP) The best pricing, availability, and product specifications. Use 828/eCommerce (EDl/FTP) to connect directly to our ERP system. Use our wide amy cI services to receive the most accura~ and up-tD-da~ product information . Make your bUSiness leaner and faster Email usat:eSol u t ionssnnex .com hnp:llwww.synnex.comlesolutions/index.html 6/2112016 OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 \"...:JLVI,",11VIU. Page 1 of 4 OWeb@SYNNEX .com "h "'e-"'''c:.'':.:.·. ____ --' N .... ROl.II., Appliution Home About SYNNEX SYNNEX Global Services Investonl Vendor Portal Contact Ue ',. SYNNEX J, !J eStorefrontmall.com IntroductIon Highllghls Feat"",s Pricing Request More Inlo Introduction Now your customers can buy online directly from you. Need a web-based online slore 10 sen products 10 your customers? eStonolrontmall.com • dave loped and hosted by SYNNEX . does Jual thal Now accepting • You don't nead to worry about.eIVara, Intamel bandwidth, or writing IIna. of coda. The same products you buy trom SYNNEX are now available 10 you 10 offer 10 your cuslomers You control yOUr pnodud catalog· offer as many produelS II you wish. ~I What's more. producl content .. updatad dally. Your customers gel the most up-to-date inlonnation Ihat is available Highlights o Offer your CUBtOIn8n! every SYNNEX product, or pick your categories y ' .... You control what you want to sell Choo.elrom our manufacturer lIat1ng and nanrow your product on8r1ng by salading product categories or even individual skus If you wish You have access 10 more Ihan 100,000 skus. -.. J eStorefrontmall.com can mirror your brand http;llwww.synnex.comleStorefrontiindex.html Set pricing for Borne or all of your customan!. You conlrol your own pridng Sat. cartaln plrt:.nblga, or sat spaclne pricing: your cnoice . Do you wanllo charge select cuatomara different pricing? eSlorelronlmall rom allows yOU 10 do jusl Ihal TOp Order Management Controll are Bullt·ln 6/2112016 DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843835C50 C;;~lUIC;;UUlIl You can embed your company logo and sel certain colors and styles 10 milch your own company brand. Show product Images, speclflcatlons and accessoriea/add.()ns All Ihe product inrorma~on avalable from SYNNEX's ECEl<pIlIss onl.,e ordering system is available In eStorefronlmail com o Promote products by offering online coupons Your OJ"tomers can take advantaga of sales/promollons you offer by entering producl coupons You can track your coupon codes to see how successful your promotions are Customers can track their own orders IMth our XpressTrak order tracking option (no e~tra charge), your CUSlomen; are notifoed by email when their order shipS and is delivered XpressTrak allow your customers 10 know where their orders are withoul having 10 contacl you diradlv Features Setup and Maintenance http;llwww.synnex.comleStorefrontiindex.html Depending on the type you seled, you can atop, revlaw. and ralea"8 orders If you wish. or allow all orders to aut<>-process, The choice Is yours If customers have I specl.f bid number lrom a manufedurer. eSlorefronlmail.com can aoc;epllhal and pricing win be updaled Real·l1ma pricing and availability SYNNEX's own invenlory numbers display Your cuslomers see exactly whalls available We can display the aduallnvantory number. or show lhe producl as In Siock/OUI of Siock Secure online ordering gives customer peace of mind eSlorafrontmall.com comes with 'ierjS!gn secum. and PCI compliance. so cuslomers don'l have 10 w0rTY about their sensl~ve Information being compromised Customer can use Ihelr credit cards. and we11 reimburse you using our Rewards program (End· user billed store only) Top Buslneas reports give you Insight about who's buying what Gel a dally summary of who Is buying whal, and when Login to get your reports, or have Ihem delivered daily via email Page 2 of 4 6/2112016 DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 I;~LUll;ll UIII Item Developed and hosted by SYNNEX (no &efV9~. bandwidth to WOIT)' about) Based on SYNNEX's ECExpress onijne ordering system. a full~nlegraled, integraled eCommerce platform Ulat con~nues 10 evolve Create your own nid1e calalog, or oner ali SYNNEX skus (appro. 100,000) Indudes Seardl and Add to Shopping Cart fundionality Serure d1ecl<out (Verislgn and PCI compliance) Ability to accepl coupon codes and special bid numbers Setea produd assortment besed on manuladurer, rnanuradurer category, produd category or individual skus Set your pncmQ. down 10 the sku le\lel Rid1 produd informalion. Induding produd images, ted1mcal specifications and accessonies/add.()lls. updated daily 'Green' produd search induded Defaull shipping method and opllonal shipping meUlods las upgrades) Add your company's sales, led1nical support and customer service contad Information Realtime Invenlory display from ali SYNNEX warehouses? Option 10 reqUIre customer 10 login. or leave open 10 anyone SYNNEX Helpdesk assistance bV phone/email Order Processing and Billing Item Endu.er-blfled venllon Rnellar-biliad venllon Order is rouled to SYNNEX for pl'OC8SSing and shipment Customer enlers their Credll Card. Shipping Address etc Yes Yes Yes Yes. WIth additional Order is rouled 10 reseller for review/approval before rouling 10 SYNNEX Order shipS from SYNNEX warehouse with reseller address/con tad info on packing hsVreceipl Pricing Initial setup fee = $99 Monthly maintenance fee = $199 Hem Ire the benenlll you get with eStomlrontman.com: 1) A Prov~n ..commerce Pillform TBD pun:hase order field Yes TBD eSlorefronlmall com is buill on top of ECExpress. SYNNEX's mlssion-aitlC8l roselier ecommerce platform You get rehabdity and comfort knowing we have Inlegrated our code platform. web server knowledge and ERP processes into eSlorefrontmail com 2) Security lor your customers Ind lor you. eSlorefronlmail com offers the folloWIng secunty lealures • Paymenl Card Industry <EQ) 5eaJ1i1y for enhanced paymenl card data serurily • ~ -our siles are VerlSIgn secured • Sensitive informalion is IransmlUed by Hyper1eXl Transfer Protocol Sealre ~. prol/lding encryption and secure Identification 3) Up-to-Dlte ProductlnlormlUon. Technical SpeclncaUons. deacripUonl and Productlmagea Mainlaining a catalog of produd In an online store can be dilllcult as new produdS are inlroduced and older products e<pire Top 4) Evolving platform lMien you look at partne~ips. you need 10 feet comfortable knowing your partnar grows with you Your Storefronl is maintained in.neuse by exper1enced SYNNEX stall eStorefrontmall.com evolves based on requests from oUler cuslome~ You gain the added benefit of beller tools and upgrades WUl eStoreirontmall.com. you don·t have to wOIT)' aboul building your own eCommerce store or maintaining comple. software The same platform you use 10 order from SYNNEX is what you can offer your custome~ You can concentrale your effOf1s on giving your customers the atlantion they need, and they can place" omers whenever Uley want. al any dayllime Uley want http://www_synnex.comieStorefrontiindex.html Page 3 of 4 6/2112016 OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 C~LU1CHUlJl Page 4 of4 Follow U. ~ U I:m LeqollnfO!l'AlIion I PIlYICy Pot.cy IT","", a Con4tiofls I CopyngItt Polley (OJ::~rll.l~1 :016 SYN~~E'''; COf1)OIsl!an All ODht!> leirrvea S', NNE-, ~"e 5" t.:NEa. Logo COMP . ':0 .... ND EN t;. ClL~' UuwCE L!,:er ~:';J., IN!: I~! • ..... u~ f.Lt..crf.i.Ot.IC5. 1M "EV\ ':"GE E_=C-R(')NWS :..o-go .IAC. ... i)F ;OIL ,:,.l..MES r"~ J-"":" Or .t.L: G~~IE.::: l o1f.J "'I'! '.C ·.:t Lc-g .> '-If rO~.:EPiS , C _EPTS 0" .. pp.INr ~~.\ $ P PO ""T' l"'1If''' ~r'. AANE)' . .;i"lO ~I : ~ln,::1 :=: ... ·.J~.,E •. ('-J~n\, ('lt o('l.;.-I ... "lJ j ~~,.U'.s r.dmtl~ .1t'\C ~'ft!1""!i ;.r~ Ir a,~rr.ioIlk~ u ' It:Cj."e'O\llflh1, "!""J~ ,,\1 5','Nr.~.· I ,n, 1"0" -:. -,I,F' l". 5 'd~~~' t 'J..; I M~ ~~ ·~,:,".r ~. ~rf.: R;'o.: [iJ, i,,:..G() EI<IlE" u(;r.:I~Sf 0 t~llt~E PRlrjlSCL\': JM.;] ,,,':'R t ~E). ~eg lJ S Pol l 6. 7", Off CIMr n.lrne~ at'h1 mJ",~ Jft' IhF ptopert"!' Oflh(!tl ruSpe<':I.vo!' r,¥oIf1t'r:;. TOp http://www.synnex.comleStorefrontlindex.html 6/2112016 OocuSign Envelope 10 : 9A3FD23D-5206-49F3-99A7-EC9843B35C50 TAB 5 -PRODUCTS AND SERVICES SYNNEX is a broad-line computer products distributor with over 1,000 OEMs on our corporate line card. We have 11 distribution centers nationwide with the ability to deliver product within 1-2 days. We also have a full service integration facility located outside of Memphis, TN that can provide a full range of integration services. Our authorized OEM list is attached. Products will include mobility, networking, security, storage, software, loT and cloud. We are also illduuillg uur full range of services. We sell to over 25,000 Value-Added Resellers (V ARs) and solution providers nationwide with over 7,000 active resellers on a monthly basis in the Public Sector market. We intend to offer an ecosystem of resellers to help support this contract and providing on site sales and technical support and customer service. We will be able to offer complete coverage nationwide in support of the NCPA contract. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 ." ~~~Or,.:.:? .' .~ .. , ~! •• .... ~ ..... . (Y .: SYNNEX CORPORATE 2019 LINE CARD Corporate Headquarters Fremont, California Sales Headquarters Greenville, South Carolina Warehouse Locations 1 Tracy, California 2 Chantilly, Virginia 3 Romeoville, Illinois 4 Richardson, Texas 5 Monroe, New Jersey 6 Grove City, Ohio 7 Miami, Florida 8 Southaven, Mississippi 9 Chino, California '150-9001-2000 Manufacturing Facillities ADVA~Cl~~ IJ_tNNOj[ATIQNS_ _ SER\L1CES Map your destination to increased productivity, cost savings and overall business success. Our distribution centers are strategically located across the United States to provide you with product where you need it when you need it. Each of our distribution centers provides our customers with warehouse ratings of nearly 100% in accuracy and PPS (pick, pack and ship) performance. Couple that with unsurpassed service from our infrastructure support, giving you one more reason why you should be doing business with SYNNEX. That's service and infrastructure support you can rely on! _I NFBASIBUGIUBE Sounds simple, but at SYNNEX we understand that true business growth requires access to meaningful, tangible business infrastructure, tools, and resources. That's why over the last year we've invested heavily in providing our partners with high-impact business services, designed from the ground up to provide real value, and delivering on our commitment to provide unprecedented support to our most valuable asset, our partners. Components East 800.444.7 279 Leasing 800 451 .5744 CII Products (Sales) 800.444 7359 Software 866.226.7532 Auto ID f POS Sales 800 .950 .5974 Components West 888.7564888 Government Sales 800 456.4822 Ex. 4007 Security Sales 800.444.7389 POS Solutions 800.753 .6927 Customer Service 800.756 .1888 OEM West 800 .756 .7888 Regional Office 800.756.5974 5MB Sales Group 855 .899 0050 Supplies & Accessories 888 .223 1164 license Online West 8004146596 License Online Centrall East 800.432.6980 ICG Security & Wireless LAN 800 .688 .0751 • GSA Schedule • ECExpress Online Ordering • Software Licensing • Resellel' Marketing Services • Leasing • Integration Services • Trade Up • A Menu of Financial Services • SYNNEX Service Network • ASCii Progl'am • PRINTSolv Contact Us: 1.800.456.4822 www.synnex.com OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 2019 LINE CARD 10ZiG 2FA 3D Classroom 3D Systems 3M Touch 3M Mobile Interactive Solutions 35 Vis ion 3V R 40 Global 45igl1t 61usion 65bit Software 911 Enable A Deeper View AAEDN Electronics an ASUS Company ABBYV Software ESD Absolute Software ABVI Access Data Accessory Power Accortec Accu-Tech Accuview Acer Act-On Actian Actifio Actineon Actiontec Activldentity Envoy Actsoft Acuo Technology Adaptec Adaptiva Adata Add-On Computer Peripherals . LLC Addlogix Addmaster ADESSO Adlink Adobe Adrem Software ADS Technologies Advanced Input-Esterline Advantech Aegis Micro/Formosa-USA Aerohive Aetherstore Afco Systems After Mouse AG Antenna Agema Agosto Airclass Akitio Atgo Communica tions Alibaba Cloud AlienVault Alive Studios Allen Systems Group Allied Telesis Allocacoc Alloy Allround Automation ALLSOP Altair Engineering Altaro Althon Micro Altia Systems AltiGen Aluratek Ambir Technology AMD/ATI Fire Amer Networks (formerly Freedom 9) Amico Accessories AML Amped Wireless Amphenol AMX Amzer ;~.~'t ~" • ~~.' Anacom Medtek Anchor PD ANCORA Anthro Corporation Antop Antennas Anuta Aomata Aopen AppAssure Appspace APC API Aporeto AppCom Solutions Appistry Apstra Aquarius Arbor Networks Archilext Arctyte Arctic Cooling Areca Aristo Flatbed Cutters Armoractive Armored Shield Array Networks Artisan Artisan Infrastructure Aruba Networks Arxscan Asante Networks ASG Aspect Software Aspire/Standzout Assisl Education Astro Gaming ASUS As us CE Asus Notebook AT&T Atdec Aten Technology ATI Graphics Cards Atlantis Computing Atrack ATX Audio Fetch Audio Messaging Solutions lAMS) Augmentix Aurora Multimedia Auslogics Authen2cate Authlogics Autotask Avanquest Avaya Avenues Avermedia Aviva Solutions Axiom Alend Corporation Azpen B+B Smartworx BAE Systems BAK USA Bamboo Solutions Bandura Systems Bandwidth Baracodallngenico Barco Medical Barcoview Barnes & Noble Barracuda Networks Basler Battery Technology Bay Dynamics Bay Technical Assoc iates BCDvideo Becrpyt BedPhones Bedwell Technologies Belkin Bematech BenO Best Minds Best Mounting /AFC Better Energy Systems Beyond Trust Bidwell Technologies Big Switch BioTeam Bitllow BITS Ltd. BitTitan Bixolon Black Box Black Box Retail Services Blocksi Blue Ant Wireless' Blue Coat Bluebeam BlueData Blueforce Boardshare Body Solid Booz Allen Hami~on BorderWare Bosch Comm Bouncepad BoxlT Brady People I D Braggables/MJ Mitchell Consulting Brainboxes. Ltd Braven Brenthaven Bretford Bretford Manufacturing Bridge Communication Brocade Brother Brother Mobile Solutions BTH2 Buffalo Technology BumpArmor Buncee Bush Industries Business Logic BuslinkiGlobal Silicon BYTECC C2G Cable Manufacturing Cables Unlimited Cachengo CalAmp Cambre Products Canon CAPSA Healthcare Carbonite Card Scanning Solutions Case Power Casio Projectors CBM Metal Celeslix Cenomax CENTON Centrify Century Software Certes Networks Champion Solutions Champion Systems Channel Vision (Custom Installation) Chargtech Chassis Plans Check Point Software Checkpoint Security Systems Chef Software Chelsio Chenbro Chief Manufacturing Ciena © 2019 SYNNEX Corporation. All rights reserved . SYNNEX, the SYNNEX Logo , and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX, and the SYNNEX Logo Reg. U.S. Pat. & Tm. Off. Westcon, Comstor and GoldSeal are registered trademarks of WG Service Inc., used under license. Other names and marks are the property of their respective owners . CIG Citutions Cine massive Cisco Clearcenter ClearColor Ink Clearone Club3D CME CobWebs Co by CognitiveTPG Cognito Comcast Business Commvaull Component One Compu-Lock Compulocks Brands Compunetix Computer Instruments Com puler Security Compuler Warranty Services Comsquared Systems Conarrative Connection-EfTrifusion Contex Americas COllvertertecllllology Conveyant Syslems Coolmax Copernicus Core Security Corel Corente Corlogix Corologix Corsair Micro CortadofThinprint Cplane CPR Tools Cradle Point CraftUnique Creative Labs Crestron Crimson AV Crimson Technologies Crosstec CRU-Dataport Crucial Technology CruDataport CSDC CTA Digital Ctera Cumulus Networks Curriculum Loft CXTEC Cy-Fi Cyberlink.com Cybernet Manufactu nng CyberPower CYBERPOWERPC Cybertron PC Cybric Cycle Computing CYCLONE Cylance CYREN D-Link Da-Lite Screens Dahle Daktech Contact Us: 1.800.456.4822 www.synnex.com OocuSign Envelope 10: 9A3FD230·5206-49F3-99A7·EC9843B35C50 ~ ;ar; •••. 2019 LINE CARD Damac Dane Elec Corp DAORI Data Drive Thru Data Motion Datacore Datago DataLocker Inc Datalogic Datamax Media Datamax Software Group Dataram Dataxoom Datel Datera Daymen Inc Decoded Bags Definitive Technology Deja vu Security Delphi Display Systems DENAO. Inc Deployable Systems/Hardigg DestructData Devolutions DH2i Diablolek Dialogic Diamond Diamondback Fitness Dicota Digedu Digi Inlernational Digislor Digital Guardian Digital Highway Digital Peripheral Solutions dba O·See Digital Siorm DigitalPersona Digium Direct Dimensions Distinow Distrix Docker Doculex DDD Tech Dot Hill (eNex Systems) DP Solutions Draper Drawp Drobo Dropbox Enterprise DS3 DT Research Dyconn DYMO Dynamic Systems E-Spond er Earthwalk Eastman Kodak Easy Tempo Ealon Corporation ECO STYLE ECO TREND Cases, LLC Ecosol Solar Technologies ECS CompOSites Edge-core Networks EDGE Memory Edgeline Technologies Edgewater Nelworks Edgewave Edigin Education Collaborators Educational Collaborators EJ Technologies Ekahau Electroboard Electrorack Elegant Packaging ~ ...... Elite Screens Elliptical Mobile Elmo USA Elsa Group Emathsmasters Emerge '. Encore Networks Encore Software ESD Encounter Pointe Endor AG I Fanatek ENET EnGenius Engineered Network Services Enlight EnMotus EnovatelT EnterpriseDB ENTRUST Envoy Data Corporation Epson Equus/Mirus Innovations eReplacements Ergotech Ergotron Ericom Erwin Esker eSpark ESTERLINE EVault Evenl Builder Everfocus Everki EVGA Evolis Evoluent Evolve III Ex Point Exablaze Exablox Exabyte Excelero Exorvision Explain Everything Extensis Extenua F5 Networks Fabcon Faction Fargo Electronics Faxback Fellowes FiatLux Fideli s Cybersecurity Filewave Finisar FireEye Firemon Firich/FEC First Data First Mobile Technologies Fishtree FivePoint Fixmestick Flexa Cutters Flexa Dye Sublimation Flexera Software ForenslT ForeScout Foreseeson Formax Fortinet Foscam Digital Foxlt Freedom9 Frontrow/Phonic Ear Fuji Film Fuji Film Recording Media Fujitsu America , Inc . Full Armor Full Spectrum Laser Furman Fusion-io Fulura Retail Solutions Fulure Business Gamber Johnson Gammatech Garland Garmin Gateprotect GBC (a division of ACCO Brands) Gefen Geist Manufacturing Gemalto Envoy General Imaging GeneSis One GeorgeJon GETAC GFI Gigabyte GiiNii Glacier Computer Global Environ . Svcs Global Knowledge Global Marketing Partners Global Silicon Electroni cs Gluster GoGuardian GoldTech Goldtouch Good Technology Google Graphus Gridless Power Griffin GRS Weigh Gryphon Guardian Edge Guidance Software Gumdrop Gvision H&R Block ESD Hanns pree Hapara Hayes Software Havis Headplay Healthcare Informalion (HCI) Healthpostures Hedvig HerculeslThrustmaste r Heritage Travelware Heritage Travelware -Kenneth Cole Hewlett Packard Enterprise Hi-Fi Works Hi-Value Toners HID Idenlity/Synercard High Wire Higher Ground/HGGEAR HtKVi sion Hitachi Global Storage Hitachi Hard Drive HL Corporation/Flicker HNC Virtual Howard Medical HP Inc HQ Cam HSM of America HTM -Vertagear Huawei Huawei Device USA Huddly Humanetics HumanScale Hypersign © 2019 SYNNEX Corporation. All rights reserved. SYNNEX, the SYNNEX Logo , and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX, and the SYNNEX Logo Reg. U.S. Pat. & Tm. Off. Westcon, Comstor and GoldSeal are registered trademarks ofWG Service Inc " used under license. Other names and marks are the property of their respective owners. Hyundai I-Blason I'm SPAII'm Watch I/O Magic i3 Inlernatlonal i3 Technologies ICOP Digital tDAPT Idera IGEL IGI IKAN Corp iKEY Imageware Imagine Technologies Imagistics Imation IMC Networks Imperva InBoxer Incase Incipio Incisive Software Independence IT Independence IT Indigo Industry Weapon Infinidat Infoblox Infocase InFocus InfoPrint Informa Software Infosoft-Fusion Charts Infrascale Ingres Inkjetwarehouse Inland Products Innergie Innovative Card Scanning Innovative Office Inseego Insperity Inslant Technologie s Insullab Integra Networks Integral Intel Intelligent COIllPuler Solutions Intelligent 10 Intellinet Intuit ESD Intuition INUVIO In win ioFabric logear IOLO ESD Iomega losafe IP Home Products iPearl IRSAVideo lSI iStabilizer iStarUSA iStorage IT In Motion ITWof)( Ixia Contact Us: 1.800.456.4822 www.synnex.com DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 2019 LINE CARD (CONT.) IXsystems iYogi USA Jaco JAR Systems Jaspersoft Jatheon Technotogies Inc. Jaton Jefa Tech JetBrains JMR Electronics Joro JPL Juicepresso JungleDisk Juniper Networks Just Systems Canada JVC Kaminario Kanex Kanguru Kantek Karv Flatbed Cutters Kaser Corporation Ken-a-vision Kensington Kerio Keyovation Keyscan KeySource International Keylronic Kinesis Kingston Kingston Digital Inc Kingston Distribution Kinyo Kilenga Klas Telecom Kleen Concepts Knowledge Management Association Koamtac Kobian Kobian KODAK KOM Networks Komprise Konftel Konica Minolta Kramer KSI Data Sciences KSI Envoy Kwikset Kyocera LaCie LandAirSea Lanier LapCabby Laplink Software Lasershield Launchpad Lawson Screen LD Smart Learn21 Legrande Leica Geosystems Lenovo Lepide Let s Gel Level Platforms LexisNexis Lexmark LG Electronics Liaison LifeSize Lightspeed Systems LigoWave Likewise Lilee Lind Electronics Link Depot Linksys LinkSystems Linoma Listenwise Liie-On Litronics Envoy LittleBits LiveTiles LMI Solutions Loca lion Based Technologies Lockdown Tech Lockncharge Loctek Logbar Logicube Logitech Longse Lowry Software Lsquared Lumisource M360 M&A Technology Maclocks Macro Image Technology Magellan Magix Software Magma Magnetic 3D Magtek Mainpine, Inc MakeSense Makitso Displays MMF POS Man and Machines Managed Objects Manhattan Mariner Software ESD Markzware Materialise Matrox Maxell Maxta Maxtor Maxtrak MaxxFi McAfee Mediatech medM Mellanox Memorex Memorex Electronics Memory Experts Meridiun Merkury Message Labs Message Logic Meta Company Metadot Corp Metafuse dba Project Insight Metrologic Metropolis Metrovac Mettler Toledo MicroMicr Micron MicroPac Technologies Microsoft Microsoft ESD Microsoft Hosted Exchange Microsoft OEM Microsoft Retail Microsoft Surface Microsoft Surface Hub Milestone Systems Mimo Monitors Minicom Minuleman Power Technologies MID Teclmologies Mirantis Mita Mitsubishi Mitsubislli Digital Electric America Mizco MJ Mitchell Consulting/Braggables Mobelisk Mobile Aclion Technology. Inc. Mobile Demand Mobile Edge MobileMark Mobiltrackr Mobisystems Mohawk USA Mojo Networks Monitors In Motion Monnit Monoprice Moonwalk MooreCo, Inc Mota Motion Computing Motorola Phones Motorola Solutions Movavi Software ESD Movea MPak MS -Cash Drawer MSE MSI Gaming Laptops MSS Software Multi-link Muratec Mutare MyCDesk IElyone) MyStemKits N1 Critical N-Able Nanonation Ncipher Envoy NCP Engineering NDS Surgical Imaging Nearpod NEC NEC Corporation of America NEC Display Solutions NEC Servers NEC Software NEC Storage Nervepoint Neschen Americas NetAccess Netcomm Netgear Netis Systems Netlib Netmotion Netop Netsparker Netsurion -Eventtracker Network Equipment Technologies Netwrix Neverware Newell Co-Sanford Newline Nexenla NexGen Nicware/Niclabel Niko Electionics Nimbus Data Systems Nitro PDF Noble Locks Nodeprime Nokia Nor-Tech © 2019 SYNNEX Corporation . All rights reserved . SYNNEX, the SYNNEX Logo, and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX, and the SYNNEX Logo Reg. U.S. Pat. & Tm . Off. Westcon, Comstor and GoldSeal are registered trademarks ofWG Service Inc., used under license Other names and marks are the property of their respective owners. Norcent Notable Solutions Inc Novastor Novuscell Batteries Now Micro Nuage Nuance Communications Nuance Dragon Medical Numonix Nvidia O'Neil Printers 02 Security Objectworld Observint Obsidian OCN Labs OCSystems Octa OCZ Technology ODIN Technologies Ohbot Okidata Olea OLiXIR Envoy OminScan 2 OnCue OneWorldT OUCll OnSSI Onyx Graphics Inc Oomi Open-E Open-Xcllange Opengear OPS Solutions Optimum Optoma Oracle Original Power OrionVM Ortronics OSNEXUS Otter Products Otto OutSystems Overland Storage Oxcyon Packaging Strategies Packet 8 Packetviper Paessler Palo Alto Networks Panasonic Panasonic Communications Panasonic Consumer -Security Panasonic POS Panasonic Pro Video Panasonic Projectors Panasonic Toughbooks Panda Security Pannin Panorama Antenna Pantone Solutions Papago Para Sys. Inc. Paragon Furniture Paragon Sof1ware Parallels Partner Tech Patriot Memory Contact Us: 1.800.456.4822 www.synnex.com DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 ~~:-.-. --,IS~-• '~ 2019 LINE CARD (CO NT.) Patrol PC Paxton Access Payoda PC Gearhead PC Matic PC Pit Stop PDUs Direct Peerless In dust ries Pelican PenPal Schools Pentaho Perfect Fit PeripheralLogix PEXAGQN Pexagon Tech PGI Phantom Glass Plwos Science and Applicalion Philips Ph ish Me Phonic Ear Photo Sheller Pi · Top Pica8 Ping HD Piv ot3 Planar Plantronics Plasmon Qptical Media PLE SOFTWARE GROUP Plextor Plug -In Storage Plum Laboratories Plumgrid Plus Technologies PNY Point A Technologies Policy Medical Polycom Polyvision /S teelcase POSBank USA POSH Manufacturing Positron Posturite Powercart Powervar Precise Biometrics Envoy Precision Dynamics Corp Precision Mounts PrehKeyTec Premier Mounts Premium Compatibles Prestige International Preton Prevalent Prirne View Printek Printer-Logic Printroni x AutolD Printronix LLC Private Labe l Media Proline Prologic Promethean Promise Promisec Protect Computer Products Protect Covers Proxima RF Proximity Systems PSC Psion Pulse Secure Puppet Labs Pure Orange Purple Ologlc ONAP Oualtrax Quanmax Quanta Quantum Quark Quartet Quatech Quatrro Ouest Internat ion al OuestITotoku Quick Quality Cabinets Quicken ESD Qumu Rackmount.IT Rack Solutions Radaptive Radiant Logic Radware Rain Design RAM Mounts Rapid7 Rapid Deploy Raptor Blasting Systems Raritan RCR International RDK Products Ready Dock ReCast Recordex Red Hat Red Lion RedGate Software RedXDefense RedyRef Reed Elsevier Inc , Reflexion ReLauncll Aggregator ReplayXD Retrospect Revo labs Revolution Acoustic s Rhino Technology Group Ricoh Ridgeline Technology RidgeLogic RIF6 Rise Vision Digital Signage RISO Riverside Technologies RJS Software RLE Robinson Win Word Rob03D Roccat Rock Hill Distribution Rocky Mountain Ram Rocstor Roo lse cure Rose Electronics Royal Consumer Products RSPA (Sungale) RSPA .lnc RT Sales Ruckus Wireless SA International Safe-T Safety Vision Sagemcom Sakar-Altec Lansing Salamander Samsung Sandisk Sans Digital Sanyo Sanyo Denki SAP Sapien Technologies SATO Savin Scala Scale Com put ing School Messenger Science Logic SCM Microsystems Envoy seo Group ScopeStack Scosche Scott Clark Medical SCP Screenrag Screenscape Scrible Seagate SealShield Seavus SecPod Security First Securly SEH Technologies Seiko Instruments Seiko Instruments USA Sen.se Sen a Cases Sencore Inc. Sengled Sennheisel Sentinel Sentry360 ServerTech ServicePoint365 Services Sharegate Sharp Shaun Jackson Design Shivnet Siluttle Computer Shutlle Security SI Screens (Screen Innovations) Sierra Wireless Sigma Photo Signagelive Signix SIIG Silex Silicon Dust Silver Peak Simple8 Simplifi Simply NUC SIOS Technology. Inc Sitch AI SKB Cases Skin-It Skull Candy Skykick Skykit SmartAVI Smart Modular SmartPower Syslems Smith Enterprise s SMK-Link Snoopwall Socket Mobile SOFTEX SoftLayer Software & Peripherals Software Shelf Solar Rig Solarflare Sole Source Technology Solid Line Products Solidfire SOLO Sonic Foundry Son itronix Sony Sony Chemicals Sony Content Capture Solutions Sony Professional Monitors Sony Projectors Sony ProSumer Displays Sotel © 2019 SYNNEX Corporation. All rights reserved . SYNNEX, the SYNNEX Logo , and all other SYNNEX company. product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX, and the SYNNEX Logo Reg. U.S . Pat. & Tm . Off . Westcon. Comstor and GoldSeal are registered trademarks of WG Service Inc .• used under license. Other names and marks are the property of their respective owners. SoundTrap SP Controls Space Saving Solutions Spark Integration Speclrum Business Spectrum Corporal ion Speechswitch SpeedLink Sphere3D SPIKES Spracht SPRACHT Sprinxle SSE Technologies SSG Consulting SSH Stadia Media Staedtler Noris Star Micronics Startech Startech.com STEC Steganos Stelle Stem Fuse Stephen Gould Corp. Still Secure Stirling Communications STM Brands StorageCraft StorageTek StorMagic Storm board Stratus StulzAir SugarCRM Suitable SUMMA America Sun Br ite TV Supercom Supermicro Surecall Swiftpage Swingline Swyx Syam Syba Multimedia Sychron Sychron Symantec Symantec Hosled Services Symbee SyncroSoft Synellndustries Synology Syntax-Brillian Syntela System Design Advantage Systran T-Mobile TM Products TabletExpress TabletKiosk TABLETMedia TAG I Technology Advancement Group TAG Global Systems Take Clmger Talis Data Systems Talkaphone Tandberg Contact Us: 1.800.456.4822 www.synnex.com .... V¥ .• .'~ OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 ;;~., ; '-.i{I$':';: • -~ .. 2019 LINE CARD (CONT.) Tandesa Tangent Computers Tannoy Targus TCP Wave TDK TEAC TealllOlle Nelwu,killY Team Viewer Teamboard TEC Lighting. INC Tech Global Tech Products 360 Techguard Security Technologies LTD. Tegile TEKLYNX Internotionol Teleepocll Telephonetics Teles Telit TelWorx Tely Labs Tempest Lighling Tempusnova Tenergy Teradlci TeraMedica Teras Texthelp The Joy Faclory Thecus Thermal Take ThingLogix ThreatTrack Tidebreak Tiger-Vac Titan Radio Tommo Toolfarm Toopher Top Patch Toshiba Toshiba Security Toshiba-Tec Total Computing Solutions Total Micro Totoku Motor Touch Systems TP Link TPcast TPG TPKVD Tracewell Systems Track Scan Transcend Information Tranxition Tremolo Security TRENDnet Trenton Systems TRG Group (Wenger/SwissGear) Triad Floors Tri-Color Trident Systems Tripp Lite Tripwire Trisys Troy MICR TSC TSI Touch Ttuff Technologies Turtle by Perm-A-Store TVS (Eversun-Technologies) Twinhead Twistlock Tyan Tycon Power UMANGO Uniform Industrial Corp Unify Unirise Unitech America Universal Devices Uniwide UNXIS (SCO) Unytouch Manufacturing/Firebox Upcycle Goods UPEK Uptime Devices Urban Armor Gear US Robotics USSI Utility Associates Utimaco V5 Valcom VanDyke Software Vantage Point Vantec VARCommerce Varonis Vation Ventures Vault VCOM -Hamilton Buhl VD0360 Veilux Velocilinx VeloCloud Veracity Verbatim Verizon Enterprise Vertiv Viavi Victorinox Victory Multimedia Videobank Digital Videxio Viewer Central ViewSonic VIO Vipre Vircom Virsto Virtuu Visage Mobile Vision Wireless Visioneer VisionMAX Visix Vista quest Vivid Laminators VM Electronics Vorp Energy Votiro VSS Monitoring Vtech VuPoint VuRyte VWRfTriumph Boards VXL Instruments Warp Mechanics Wasp Bar Code Watchguard WD. a Western Digital Company Webroot Wellbeats Weltron WePresent West Penn Wire Westinghouse WeVideo White Label Document Services WIWGosh Williams Software Group WinMagic Winston International Wiresott Wirexpress Wizard Wall Wolters Kluwer Health Women In Bags / Fabrique Wondersign Woodware Furniture Worthington Distribution Woven Systems Wyse X-Rite Pantone X-IO Xerox Xerox Scanner XFX Xi3 XPand Cinema Xplore Technologies Xsigo Xtreme Cables XtremeMac XYZ Printing Yamalla YouSendlt Yuneec Zend Technologies Zettaset Ziften Technologies Zil1lbra Zinstall ZLiNE Zoom Video Zotac ZTE ZyXel © 2019 SYNNEX Corporation. All rights reserved. SYNNEX, the SYNNEX Logo, and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX, and the SYNNEX Logo Reg. U.S. Pat & Tm. Off. Westcon, Comstor and GoldSeal are registered trademarks of WG Service Inc., used under license. Other names and marks are the property of their respective owners. Contact Us: 1.800.456.4822 www.synnex.com OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843835C50 SYNNEX Strategic Procurement The Strategic Procurement division helps new vendors enter distribution by identifying, developing, and managing the vendors needed to complete our customers' solutions. These vendors represent many different verticals and business models and help us drive incremental value for our partners. Why Choose SYNNEX as Your Distribution Partner? Suppliers M o re than 500 in c remental vendors Product Categories • Commercial • Professional AV • Networking • Manufacturing/industrial • Consumer electronics • Public Sector • Government • Education • Regulated Industries • Healthcare Full Distribution Services • Logistics Management • Product Fulfillment • 24x7 Order Processing and Billing • Technical and Sales Support • Dedicated PM Team • Virtual I nventory/ED I CONTACT Strategic Procurement Email us directly at: strategicprocurement@synnex.com Call your SYNNEX Rep: 864-349-4117 -----NP'; __ VItI _ca~ EL.E CTAONIC8 A DMSIOM OF sYNNEX COAPORmON OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 SYNNEX Strategic Procurement 2019 LINE CARD Digital Storm Distinow DOD Tech' g~~~~~r~h gv~8n' Earthwalk TYLE EN Engenius EnovalerT'" gies' ~~~s Innovations ~~ Everki Evolis Evolve III Exorvision Ex Point Fellowes First Data' First Mobile Technologies FivePoint Fixmestick' Foreseeson Formax ~~~~~~iC Ear Furman Gamber Johnson' Gammatech Garland" ~~~4cturing ~~Oh Glacier Computer GiiNii' Global Marketing Partners Goldtouch G=. ~~p . Hannspree Havis' ~~:~~~~ Information Healthpostures HerculeslThrustmaster ~~a~~J~1·velware Howard Medical HOCam' HSM 01 America HTM -Vertagear Huawei' Huddly Humanetics' HumanScaJe i3 Technologies I-Blason' 1b~~9ic Ideum IGEL· iKEY' Inclpio' Inrocase Inrrascale Inkjetwarehouse' Inland Products Innovative Card Scanning Innovative Office Insulfab" Intelligent Computer Solutions Intellinet Ig~~: Networks L Intelline1 Video USA Motion Jaco· JAR Systems" Jalheon Jera Tech JMR Electronics Joro· JPL Juicepresso· Kanex ~:~Pi'kru Kaser Corporation Keezsl Ken-a-vision K<mDIngton KtI"""" ~~ Kingston DistribuLion Klas Telecom" Knowl~dge Management AssociatIOn Koamlac KOM Networks KSI Envoy Leica Ge05ystems umar SunBriteTV Suncraft ~~ap~~rit~ia Tablet Exprnss Tablet Kiosk Te~ .. Glo.biIl Sy.ltemu ~~ f~~~eQ Teamboard Telepho Tales Tellt Tempest Lighting t:g;;~JY Thecus Th'M'iXtL,"~~~ tl~~-~:~iO Temmo Total Micro TPcast TP-Unk ing ~~~~~i ar ~~i!ity Associates Vantec Vatlon Ventures Vault· VCOM -Hamilton Buhl Vee VuPoint" ",I ~~riumP" Boards VXllostturnellt$ P , t~rnationa' Wizam all Woodware Furniture ~8J1hington Distribution Xoand'~ema ~= ~~re~ogies" Yuneec· ZTE Zyxel Communications © 2019 SYNNEX Corporation . All rights reserved . SYNNEX, the SYNNEX Logo, and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX. and the SYNNEX Logo Reg. U.S. Pat. & Tm. Off. Westcon. Comslor and GoldSeal are registered trademarks of WG Service Inc., used under license . Other names and marks are tile property of their respective owners . STRATPRO-13433 032719 DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Open Rat ing s Past Performance E v a.luatioD 1. COMPAN Y OVERVIEW Primary Name: SYNNEX CORPORATION Alternate Name: SYNNEX CORPORATION D-U-N-5® : Address : Telephone Number: 11-237-5758 39 Pelham Ridge Dr Greenville ,SC 29615 +1 (864) 349-4861 Past Performance Evaluation Report Date : 03-04-2019 Order Number 4287712 Company Information Year Started : Year of Current Control: Annual Sales: Total Employees: 1700 SIC/Line of Business: 7389/Bus iness services, nec 2. SUPPLIERPERFDRMANCE RATINGS The supp lier's ove rall performa nce rating i s an assessment of predicted pertormance.Ratin gs are on a scale from 0 to 100, where 100 repre sents the hig hest level of custo mer sati sfa ction. T he SIC ·level benChmark Indicates how the supplier's overall performance rat ing ranks i n com pariso n against peers. Overall Performance Rating Overall , how satisfied do you feel about the perfor mance of this company during tliis transacti on? I Detailed Performance Ratings RELIABILITY: 93 How reliably do you think this company follows through on its 93 commitments? COST: How closely did your final to tal costs correspond to your expectations at the beginning of the transaction? ORDER ACCURACY: 90 How we ll do you think the product/service delivered matched your 94 order specincation s and quantity? DELIVERYITIMELINESS: How satisfied do you feel about the timeliness of the product/service 92 delivery? QUALITY: How satisfied do you feel about the qual ity of the product/service 94 provided by this company? BUSINESS RELATIONS: How easy do you think this company is to do business with? 94 PERSONNEL: How satisfied do you feel about the attitude, courtesy, and 92 professionalism of this company's staff? CUSTOMER SUPPORT: How satisfied do you feel about the customer support you received 93 from this company? RESPONSIVENESS: ~ow responsive do you think this company was to information requests, issues, or problems that arose in the course of the transaction ? 9 1 o I Past Performance Evaluation © Dun & Bradstreet, Inc. Bottom SIC: 25 I SIC/Quintile II I I II 7389/Bus iness services, nec 50 I 75 , Top Page : 1 of 2 OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Open Rat ing s Past Performance Evaluation Bus,iness Name : SYNNEX CORPORATION D-U-N-5® Report Date 11-237-5758 03-04-2019 3. DISTRIBUTION OF FEEDBACK This supplier's ratings were based in part on survey feedback from past customers. This chart provides a breakdown of the survey responses received from customers in the last 12 months. For each of the survey questions, the responses , which were provided on a 0 to 10 scale, are categorized as "positive" (9 to 10), "neutral" (5 to 8), or "negative" (0 to 4). All Customer feedback is provided confidentially; individual reference responses are not disclosed. The percentages of responses falling into each category are shown below. o 25 50 7 5 I I J OVERALLPERFO~NCE I I j I RELIABILITY I I I COST I I I I ORDER ACCURACY I I I DELIVERY rrIMELINESS I I I QUALITY I I I BUSINESS RELATIONS I I I PERSONNEL I I I CUSTOMER SUPPORT I I I I RESPONSIVENESS D Positive Feedback 151 Neutral Feedback . Negative Feedback 4. CUSTOMER REFERENCES SURVEYED The most recent feedback obtained on this supplier came from companies in the following industries . SIC/Line of Business: 7379/Computer related maintenance services 5064 /Electrical appliances , television and radio 5045/Computers, peripherals, and software 3651 /Household audio and video equipment 7373/Systems integration services 3577/0ptical scanning devices 5044/0ffice equipment 3577/Printers, computer 5045/Computer software 7373/Computer integrated systems design Tota l numbe r o f SUNe scam leted : 34. 8748 /Business conSUlting, nec 3577/Readers, sorters , or inscribers , magnetic ink 7372/Business oriented computer software 5044/Photocopy machines 5961/Computer software, mail o rder 5734/Computer and software stores 5045/Computer peripheral equipment 5734/Computer software and accessories 5961/Computers and peripheral equipment, mail order 10 0 Note: The supplier ratings set forth above incorporate the responses and performance opinions of the surveyed customer references and not those of Dun & Bradstreet. Some references may not have provided ratings for all performance aspects. The report may not be reproduced in whole or part in any manner whatsoever. Past Performance Evaluation © Dun & Bradstreet, Inc, Page: 20f2 OocuSign Envelope 10: 9A3F0230-5206-49F3-99A 7 -EC9843B35C50 TAB 8 -VALUE ADDED PRODUCTS AND SERVICES See attached SYNNEX Services pdf. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Tab 9 -Required Documents • Clean Air and Water Act / Debarment Notice • Contractors Requirements • Antitrust Certification Statements • FEMA Standard Terms and Conditions Addendum for Contracts and Grants • Required Clauses for Federal Assistance by FTA • State Notice Addendum OocuSign Envelope 10: 9A3FD230-5206-49F3-99A7-EC9843B35C50 Clean Air and Water Act & Debarment Notice I, the Vendor, am in compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act of 1970, as Amended (42 U.S. C. 1857 (h), Section 508 of the Clean Water Act, as amended (33 U.S.C.1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15 as required under OMB Circular A-I02, Attachment 0, Paragraph 14 (1) regarding reporting violations to the grantor agency and to the United States Environment Protection Agency Assistant Administrator for the Enforcement. I hereby further certify that my company has not been debarred, suspended or otherwise ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension", as described in the Federal Register and Rules and Regulations Potential Vendor SYNNEX Corporation Print Name Daniel T. Brennan Address 39 Pelham Ridge Drive City, Sate, Zip Greenville, SC 29615 Authorized signature .... v ~-- Date 7/18/2019 OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Contractor Requirements Contractor Certification Contractor's Employment Eligibility By entering the contract. Contractor warrants compliance with the Federal Immigration and Nationality Act (FINA). and all other federal and state immigration laws and regulations. The Contractor further warrants that it is in compliance with the various state statues of the states it is will operate this contract in. Participating Government Entities including School Districts may request verification of compliance from any Contractor or subcontractor performing work under this Contract. These Entities reserve the right to confirm compliance in accordance with applicable laws. Should the Participating Entities suspect or find that the Contractor or any of its subcontractors are not in compliance, they may pursue any and all remedies allowed by law. including. but not limited to: suspension of work, termination of the Contract for default. and suspension and/or debarment of the Contractor. All costs necessary to verify compliance are the responsibility of the Contractor. The offeror complies and maintains compliance with the appropriate statutes which requires compliance with federal immigration laws by State employers. State contractors and State subcontractors in accordance with the E-Verify Employee Eligibility Verification Program. Contractor shall comply with governing board policy of the NCPA Participating entities in which work is being performed Fingerprint & Background Checks If required to provide services on school district property at least five (5) times during a month, contractor shall submit a full set of fingerprints to the school district if requested of each person or employee who may provide such service. Alternately. the school district may fingerprint those persons or employees. An exception to this requirement may be made as authorized in Governing Board policy. The district shall conduct a fingerprint check in accordance with the appropriate state and federal laws of all contractors, subcontractors or vendors and their employees for which fingerprints are submitted to the district. Contractor, subcontractors. vendors and their employees shall not provide services on school district properties until authorized by the District. The offeror shall comply with fingerprinting reqUirements in accordance with appropriate statutes in the state in which the work is being performed unless otherwise exempted. Contractor shall comply with governing board policy in the school district or Participating Entity in which work is being performed Business Operations in Sudan, Iran In accordance with A.R.S. 35-391 and A.R.S. 35-393, the Contractor hereby certifies that the contractor does not have scrutinized business operations in Sudan and/or Iran. Authorized signature Date 7/18/2019 OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 Antitrust Certification Statements (Tex. Government Code § 2155.005) I affirm under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative ofthe Company has violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter IS; (3) In connection with this bid, neither I nor any representative of the Company has violated any federal antitrust law; and (4) Neither I nor any representative of the Company has directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. Company name Address City/State/Zip Telephone No. Fax No. Email address Printed name Position with company Authorized signature SYNNEX Corporation 39 Pelham Ridge Drive Greenville, SC 29615 864-349-4801 51 0-360-6613 danielbr@synnex.com Daniel T. Brennan Vice President & Senior Counsel OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 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 ("FEMAU) grants, Contractor shall comply with all federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13 ("44 CFR 13"). In addition, Contractor agrees to the following specific provisions: 1) Pursuant to 44 CFR 13.36(i)(1), University is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractor's compliance with the terms of this Master Agreement, including but not limited to those remedies set forth at 44 CFR 13.43. 2) Pursuant to 44 CFR 13.36(i)(2), University may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3) Pursuant to 44 CFR 13.36(i)(3)-(6)(12), and (13), Contractor shall comply with the following federal laws: a. Executive Order 11246 of September 24,1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of labor (UDOl") regulations (41 CFR Ch. 60); b. Copeland "Anti-Kickback" Act (18 U.S.C. 874), as supplemented in DOL regulations (29 CFR Part 3); c. Davis-Bacon Act (40 U.S.C. 276a-276a-7) as supplemented by DOL regulations (29 CFR Part 5); d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-30) as supplemented by DOL regulations (29 CFR Part 5); e. Section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15); and f. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation play issued in compliance with the Energy Policy and Conservation Act (Pub. L94-163, 89 Stat. 871). 4) Pursuant to 44 CFR 13.36(i)(7), Contractor shall comply with FEMA requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41. 5) Pursuant to 44 CFR 13.36(1)(8), Contractor agrees to the following provisions 72 regarding patents: a. All rights to inventions and/or discoveries that arise or are developed, in the course of or under this Agreement, shall belong to the participating agency and be disposed of in accordance with the participating agencies policy. The participating agency, at its own discretion, may file for patents in connection with all rights to any such inventions and/or discoveries. 6) Pursuant to 44 CFR 13.36(i)(9), Contractor agrees to the following provisions, regarding copyrights: a. If this Agreement results in any copyrightable material or inventions, in accordance with 44 CFR 13.34, FEMA reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, for Federal Government purposes: 1) The copyright in any work developed under a grant or contract; and 2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7) Pursuant to 44 CFR 13.36(i)(10), Contractor shall maintain any books, documents, papers, and records of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as the participating agency deems necessary, Contractor shall permit participating agency, FEMA, the Comptroller General of United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination, excerpts, and transcriptions. 8) Pursuant to 44 CFR 13.36(i)(11), Contractor shall retain all required records for three years after FEMA or partiCipating agency makes final payments and all other pending matters are closed. In addition, Contractor shall comply with record retention requirements set forth in 44 CFR 13.42. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Required Clauses for Federal Assistance provided by FTA ACCESS TO RECORDS AND REPORTS Contractor agrees to: a) Maintain all books, records, accounts and reports required under this Contract for a period of not less than three (3) years after the date of termination or expiration of this Contract or any extensions thereof except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case Contractor agrees to maintain same until Public Agency, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such IitiSation, appeals, claims or exceptions related thereto. b) Permit any of the foregoing parties to inspect all work, materials, payrolls, and other data and records with regard to the Project, and to audit the books, records, and accounts with regard to the Project and to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed for the purpose of audit and examination. FTA does not require the inclusion o/these requirements 0/ Article 1.01 in subcontracts. Reference 49 CFR 18.39 (i)(l1). aVll RIGHTS I TIRE VI REQUIREMENTS 1) Non-d iscrimination. In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, Section 202 of the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.C. § 5332, Contractor or subcontractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, marital status age, or disability. In addition, Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may Issue. 2) Equal Employment Opportunity. The follOwing Equal Employment Opportunity requirements apply to this Contract: a. Race. Color. Creed . Nationa l Origin. Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal Transit Law at 49 U.s.C. § 5332, the Contractor agrees to comply with all applicable Equal Employment Opportunity requirements of U.S. Dept. of Labor regulations, -Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor, 41 CFR, Parts 60 ~ and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of this Project. Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, marital status, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of payor other forms of compensation; and selection for training, including apprenticeship. In addition, Contractor agrees to comply with any implementing requirements FTA may issue. b. Ae. In accordance with the Age Discrimination in Employment Act (ADEA) of 1967, as amended, 29 U.S.C. Sections 621 through 634, and Equal Employment Opportunity Commission (EEOC) implementing regulations, "Age Discrimination in Employment Act", 29 CFR Part 1625, prohibit employment discrimination by Contractor against individuals on the basis of age, including present and prospective OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 employees. In addition, Contractor agrees to comply with any implementing requirements FTA may issue. c. Disabilities. In accordance with Section 102 ofthe Americans with Disabilities Act of 1990, as amended (ADA), 42 U.S.C. Sections 12101 et seq_, prohibits discrimination against qualified individuals with disabilities in programs, activities, and services, and Imposes speCific requirements on public and private entities. Contractor agrees that it will comply with the requirements ofthe Equal Employment Opportunity Commission (EEOC), "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR, Part 1630, pertaining to employment of persons with disabilities and with their responsibilities under Titles I through V of the ADA in employment, public services, public accommodations, telecommunications, and other provisions. d. Segresated Facilities. Contractor certifies that their company does not and will not maintain or provide for their employees any segregated facilities at any oftheir establishments, and that they do not and will not permit their employees to perform their services at any location under the Contractor's control where segregated facilities are maintained. As used in this certification the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin because of habit, local custom, or otherwise. Contractor agrees that a breach of this certification will be a violation of this Civil Rights clause. 3) SoliCitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations, either by competitive bidding or negotiation, made by Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by Contractor of Contractor's obligations under this Contract and the regulations relative to non-discrimination on the grounds of race, color, creed, sex, disability, age or national origin. 4) Sanctions of Non-Compliance. In the event of Contractor's non-compliance with the non-discriminatlon provisions of this Contract, Public Agency shall impose such Contract sanctions as it or the FrA may determine to be appropriate, including, but not limited to: I) Withholding of payments to Contractor under the Contract until Contractor complies, and/orj 2) cancellation, termination or suspension of the Contract, in whole or in part. Contractor agrees to include the requirements oj this clause in each subcontractjlnonced in whole or In part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. DISADVANTAGED BUSINESS PARTICIPATION This Contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, "Participation by Disadvantaged Business Enterprises in Department 0/ Transportation Financial Assistance Programs", therefore, it is the policy of the Department ofTransportation (DOn to ensure that Disadvantaged Business Enterprises (DBEs), as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in the performance of DOT-assisted contracts. 1) Non-Discrimination AssuranceS. Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance ofthis Contract. Contractor shall carry out all applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or other such remedy as public agency deems appropriate. Each subcontract Contractor signs with a subcontractor must include the assurance in this paragraph. (See 49 CFR 26.13(b». DocuSign Envelope JD: 9A3FD23D-5206-49F3·99A7·EC9843B35C50 2) Prompt Payment. Contractor is required to pay each subcontractor performing Work under this prime Contract for satisfactory performance of that work no later than thirty (30) days after Contractor's receipt of payment for that Work from public agency. In addition, Contractor Is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractors work related to this Contract is satisfactorily completed and any liens have been secured. Any delay or postponement of payment from the above time frames may occur only for good cause following written approval of public agency. This dause applies to both DBE and non-DBE subcontractors. Contractor must promptly notify public agency whenever a ORE subcontractor performing Work related to this Contract is terminated or fails to complete its Work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. Contractor may not terminate any DBE subcontractor and perform that Work through its own forces, or those of an affiliate, without prior written consent of public agency. 3) DBE Program. In connection with the performance of this Contract, Contractor will cooperate with public agency in meeting its commitments and goals to ensure that DBEs shall have the maximum practicable opportunity to compete for subcontract work, regardless of whether a contract goal is set for this Contract Contractor agrees to use good faith efforts to carry out a policy in the award of its subcontracts, agent agreements, and procurement contracts which will, to the fullest extent, utilize DBEs consistent with the efficient performance ofthe Contract. ENERGY CONSERVATION REQUIREMENTS Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plans issued under the Energy Policy and Conservation Act, as amended, 42 U.S.C. Sections 6321 et seq. and 41 CFR Part 301-10. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Contract between public agency and the FTA, as they may be amended or promulgated from time to time during the term of this contract Contractor's failure to so comply shall constitute a material breach of this Contract. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The proviSions include, in part, certain Standard Terms and Conditions required by the U.S. Department of Transportation (DOT), whether or not expressly set forth in the preceding Contract provisions. All contractual provisions required by the DOT, as set forth in the most current FTA Circular 4220.1F, dated November 1, 2008, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Contract. Contractor agrees not to perform any act, fall to perform any act, or refuse to comply with any public agency requests that would cause public agency to be in violation ofthe FTA terms and conditions. NO FEDERAL GOVERNMENT OBLIGATIONS TO THIRD PARTIES Agency and Contractor acknowledge and agree that, absent the Federal Government's express written consent and notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to agency, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Contractor agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by the FTA. It;s further agreed that the clause shall not be modl/led, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FAlSE OR FRAUDULENT STATEMENTS Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. §§ 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies,-49 CFR Part 31, apply to its actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining to the undertying Contract or the FTA assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate. Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307 (n)(l) on the Contractor, to the extent the Federal Government deems appropriate. Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It Is further agreed that the clauses shall not be modified, except to Identify the subcontractor who will be subject to the provisions. OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 State Notice Addendum The National Cooperative Purchasing Alliance (NePA), on behalf of NCPA and its current and potential participants to include all county, city, special district, local government, school district, private K-12 school, higher education institution, state, tribal government, other government agency, healthcare organization, nonprofit organization and all other Public Agendes located nationally in all fifty states, Issues this Request for Proposal (RFP) to result in a national contract. For your reference, the links below include some, but not all, of the entities Included in this proposal: http:Uwww.usa.gov/Agencies/LocaJ Govemment/Cities.shtml http://nces.ed.gov/globallocator/ https://harvester.census.gov/imls/search/index.asp http://nccsweb.urban.org/PubApps/search.php http://www.usa.gov/GovernmentOribal-Sltes/lndex.shtml http:Uwww.usa .gov!Agencies/State-and-Territories.shtml http://www.nreca.coop/about-electric-cooperatives/mernber-directory! https:Usos.oregon.govfblue-book/Page.s/state.aspx https:llportal.ehawaii.gov!govemment! https:Uaccess.wa.govlgovernmentagencies.html DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 RFP #18-19 for Advanced Technology Solutions Aggregator ~1n1D 1~ Pricing Ability to service the contract References Technology Value Added Products and Services Total Evaluation Committee for Contract: Emily Jeffrey Matthew Mackel Jonathan Applegate ~~ 'fIA-e-. 40 10 25 5 15 5 10 10 10 5 100 35 Tuesday, July 23rd, 2019 I 2tJiJ.lflimd) JfffIIB 14fP' Creativrr 10 40 30 5 25 10 5 5 10 5 10 10 2 10 5 27 90 65 Vendors Awarded Under this Contract SYNNEX ProMark DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 RFP #18-19 for Advanced Technology Solutions Aggregator Evaluati(i)n O'iterla Pricing Ability to service the contract References Technology Value Added Products and Services Total Evaluation Committee for Contract: Emily Jeffrey Matthew Mackel Jonathan Applegate I , , Point Value 40 25 15 10 10 100 Tuesday, July 23rd, 2019 SMART Technolgies Unistar·SparGo ProMark 10 30 35 5 10 25 15 8 7 10 8 10 10 4 10 SO 60 87 0 -- DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Solicitation Company Ar;tv tmc;t"d T«I'100I oSV Solul lo ns.Aurq;:a lor PROFESSIONAL TOP NOTCH CLEANING,LLC J\dv3.n(,ed Tt'Cl'lnOloav Solutlo nsAl&l rrlLG r INSf CLOUD INC Advan.ctd T~h"'ol otV So lu Uon'AaarC!&iII l,or Impero Solutions Inc Ad'l3Med T«hnoloBY SohUi on :J Agrt:8~lOr Sequel Data Systems Adwi<J.nccd T«t!noloIYSo lulf oM Aalres<1I,Or DGX Security AdYa;nced Technol o!VSolut l onJ~Q[Jlo r ces Presentation Systems Advanced Techno logy Solutions Aggregator Cheryl Moore Enterpri ses Advanc.ed Technology 50lutions Agregator CurbTrac Advanced TechnololV SolutionsAggregiitor En Pointe ITSolutions Advanced Technology 50lutionsAaregator En Pointe rrSolutions Advanced Technology 50lutionsAyregCltor INSf CLOUD INC Adllanced Technology So l utions Agregator INSf CLOUD INC Advanced Technology Solut ions Aggregator IVS (omputer Technology Advanced Technology Solutions Agregator QBO INTERNATIONAL GROUP, CORP Advanced Technology Sol utlons ,Aa:regator Connection Advanced TechnologySolutionsAaregator ion Software Group, LLC Advanced Technology SolutlonsAggregator Rlvell, LLC Advanced T@chnologySolutlonsAggregator IBS5 Advanced Technology Solutions Aggregator Enterprise Technology Solutions Advanced Technology SolutlonsAggregator ThinkGard Advanced Technology 50lutionsAgregator Logical is, Inc. Advanced Technology 50lutionsAggregator Loglcalls, Inc . Advanced Technology Solutions Aigregator Educate-me, net Advanced TechnololY SolUtions Aggregator Source Management Advanc~ Techno logy Solutions Aggregator SevenOutsource Advanced Technology Sol utlonsAagregator doc 2 e-file Advanced Technology SolutionsAggregator Carousellndustries Advanced Technology Solutions Aggregator Four Points Technology LlC Advanced Technology SolutionsAggregator ACeD Engineered Systems Advanced Technology SolutionsAgregator Levi, Ray & Shoup, Inc. Advanced Technology SolutJonsAggrea:ator Rivell, LLC Advanced Technology SolutionsAgregator 22nd Century Technologies, Inc . Advanced Technology Sol utions Aggrea:ator Source Managf!ment Advanced Technology SolutlonsAarf!gator Enel X Advanced Technology SolutlonsAa:n~gator Unistar-Sparco Computers, Inc. Advanced Technology SolutlonsAggregator Entlsys50lutlons, Inc, DBA Entlsys360 Advanced Technology SolutlonsAggregator Unistar-5parco Computers,lnc. Advanced Technology SolutlonsAggregator Micro Computer Systems, Inc DBA Mlcrok12 Advanced Technology Sol utlons Aggregator gfbnv Advanced Technology SolutlonsAggregator Data NetworksofAmerica Inc Advanced Technology SolutlonsAgregator ACP CreativlT Advanced Technology Solutions Aggregator Light Source Advanced Techno logy Solutlons Aggregato r East Point Consu lting PC Advanced Technology SolutionsAggregator TylO Athene, LLC Advanced Technology SolutionsAggr~ator Tyto Athene,llC Advanced Technology Solutions Aggregator Vertosort Advanced Technology Solutions Aggregator SevenOutsource Advanced Technolosv SolutionsAggregator Decent EnerJV, Inc. Advanced Techno losv Solutlons Aggregator C & C TECH PRODUCT5 Advanced Technology SolutionsAggregator Zones, LLC Advanced Technology Solutions Aggregator CJIS GROUP Advanced Technology Solutions Aggregator shay enterprise Advanced Technology Solutions Agregator Edcite Advanced Technology SoluUons Aggregator ddqw Advanced Technology SolutlonSAggregator D&H Distributing Advanced Technolof:( SolutlonsAigregator Premier LogiTech Advanced Technology SolutionsAggr~ator Onvia Advanced Technology 50lutionsAg:regator COUNTER TRADE PRODUClS INC Advanced TechnologySolutlonsAgregator United Public Safety Advanced Technology Sol utions Agr~ator Makeblock Advanced Technology Sol utlons Aggregator Prom ark Technology Advanced Technology So l utionsAq:r~ator henry savel Ii and assocites Advanced T~hnology Solutions Aigregator SYNNEX Corporation Name Address1 Lawrence LJoseph 16332 Missionary RldgeAve Mani KUmar Kuchan 300 Carnegie Center, Suite 1S0 Alex Ball 823 CongressAvenue Daniel Pirek 11824JollyvilleRd. Sal Austin 840 Bergen Avenue Conner Maloy 4357 Park Dr ive M~, Cheryl L. Moo re CEO SS8 Va lencia Dr , Charles DeBow 124 Webster Ave George Peters Georse Peters Ravi Kumar Man i Kumar Kuchan Suzanne Camarillo Fel ipe Bahamon Robert Marconi Larry Schwartz 2121 Rosecrans Ave, Suite4310 2121 Rosecrans Ave, Suite4310 300 Carnegie Center, Suite 150 300 carnegie center, Su ite 150 1415 McDonald Way 8333 NW S3rd STREET 732 Milford Road PO Box 580226 Ryan Van Laeys 525 NJ-73 N Svetlana Makhnovskaya 7900 Rusch Drive Taha Fazal 44288 Fremont Blvd Kevin Fuller Nikki Perez Nikki Perez Mark Menzella DnvlaOnv!a 5teveWaise Jennifer Marek Trey Logsdon J~Alipkin Eric Rose Debbie Leber Ryan Van Laeys Sh ikha Sharma OnviaOnvia Raizy Shimone Robert Bowler Joseph Sogge Tessa Horowitz Rich LItchfield xgbng 160 Veilger Parkway One Penn Plaza Slst Floor Suite5130 One Penn Plaza 51st Floor Sulte5130 116 Fairfield Road 50901lveWav 113 8arksdaiePro~onal Center 45005 Wayside, Suite 102 16415 Addison Rd 14900 ConrerenceCenter Drive 6446 E. Washington Blvd 2401 W. Monroe Street 525 NJ-73 N 220 Davidson Avenue 509 Olive Way 161 Rt.306 70B9 Ryburn Drive 1855 Gateway Blvd, 7089 Rvburn Drive 1263132nd AVeSE gbngfb 216 Schilling Clrelf! City BATON ROUGE Princeton Austin Austin Jersey City Norcross Pontiac Wyncote ElSegundo ElSegundo Princeton PRINCETON Bakersfield Ooral Merrimack Pleasant Prairie Marlton Citrus Heights Fremont Pelham NewVork NewVork Fairfield Seattle Newark Houston Addison Chantilly Commerce Springfield Marlton Somerset Seattle Monsey Millington Concord Millington Lynnwood fgbgbg Hunt Valley Region Postal Code Phone Email Louisiana 70817 2253975234 lawrence.Joseph47@yahoo.com mkumar@lnsJcloud.com aball@imperosortware,com daniel,pirek@sequeldata.com Sal@dglCsecu ritv·com New Jersey 08540 248·918-4021 Texas 78701 8443467376 Texas 78759 713 .904.7501 New Jersey 07306 2013704761 Georgia 30093 4705459732 cmaloy@ccssouthea!it.com CheryIMooreEnterprises@;usticecherylmoore.com Charley@curbtrac.com george,peters@enpolntelts.com george.peters @enpolntells.com ravlkumar@i nsicioud,com mkumar@insicloud.com Michigan 48342 2489917271 Pennsylvania 19095 8145743121 California 90245 4242206700 California 9024S 4242206700 New Jersey 08540 New Jersey 08540 California 93309 Florida 33166 New Hampshire 03054 Wisconsin 53158 New Jersey 08053 California 95621 California 94538 Alabama 35124 New York 10119 New York 10119 New Jersey Washington Delaware 07004 98101 19711 Texas 770B7 Texas 75001 \nrginia 20151 California 92506 illinois 62704 New Jersey 08053 New Jersey 08873 Washington 98101 NewVork 10952 Tennessee 38053 California 94520 Tennessee 38053 Washington 98087 Alabama 12345 Maryland 21031 2489184021 248-918-4021 6612054447 3054507646 6039133896 8444466512 6094225900 9162952030 9252152888 2055642734 425-201-8139 425-201-8139 9733034350 suzanne@ivsct ,net rb ;\hamon@.q,boc.or por.tJon,,(om bob.marconl@conncctlon.com larry,schwartz@lon-k12,com ryan@rlvell ,com commforblackswan@gmail,com bids@enterprisesol ,com kevin@thlnkgard.com LogicalisGovEdContrac;ts@us,logicalis,com LoglcallsGovEdContracts@us.loglcalls.com mmenzella@educate--me,net 2063739500 svcagency@onvia,com +103153087852 rfpa lerts@gmail.c:om 8886492006 jmarek@doc2e-file.com 9723712758 tlogsdon@carousellndustriescom 7036576127 jlipkin@4points.eom 9493318337 erose@accoservlce.com 217-793·3800 debbie.leber@lrs.com 6094225900 rvanlaeys@rlvell ,com 8889987284 shikhas@tsct1.com 2063739500 svcagency@onvia.com 3475178980 Raisy.s@outlook,com (901) 872-2272 robert@sparco,com 9162046783 Joseph,sogge@entlsys360.com 901-872-2272 teresa@sparco,com 425-778-7337 rlltchfleld@mlcrok12,com 9648656555 dfzhgjd@gmall.com 443-589-9019 samhittie@datanetworks,com Samantha Hittle Jim Grass Natasha K Banks Simran Nlrh 851 CommerceCt Buffalo Grove Illinois Maryland 60089 21202 85757 2323 7 23237 20175 19711 66212 07060 8475416333 jgrass@arllngtoncp,com Mat t Savino Matt 5av1no ChetHayes SteveWalse Barry M Dicker sal chami Robert Spencer Serena Ramos Tamara Shay Julia Sweeney qdqdqqw wdqwq 5ara Gormally Rick McElrath OnviaOnvia HannaJohnson Kate Lange Martin Brltteny Collins henrvsavelli Jennifer McEachern B41 Hillen 5t, Baltimore, MO, U5A, 841 Baltimore 4103261582 bankslightsource@gmail.com 8369 W Me lanltta Dr 7493 Wh itepln e Rd 7493 WhitepineRd 1602 VUlageMarket Blvd 113 Barksdale Professional Center 6325 W 101st Ter 315 Arlington Ave 110215th StSW, Suite 102 124 Marriott Or, 201 1789 Tavern Ln , 1660 South Amphlett BLVD wewedwqd 2525 N7thSt 511 South Royal Lane 509 Olive Way 7585 W 66th Ave 321 Morris Road 2961 W_ MacArthur Blvd ate,213 10900 Pump House Road 212 west state street 39 Pelham Ridge Drive Tucson Arizo na North Chesterfield Virginia North Chesterfield VIrg1nla Leesburg Newarlt Overland Park Plai nfield Virginia Delaware Kansas New Jersey Auburn Washington Tallahassee Florida Tacoma Washington San Mateo California wewewe Illinois Harrisburg Pennsylvania Coppell Texas 509 Olive Way Washington Arvada Colorado Fort Washington Pennsylvania Santa Ana California AnnapollsJunction Maryland 5202457464 snlrh@eastpolntconsultlng.co 804-997-2856 matt,savino@gotyto,com 804·997-2856 matt,savlno@gotyto,com 5717074137 chet@vertosoft,com +103153087852 rfpalerts@gmail,com 9134400744 9176283128 98001-6509 508·740-9877 32301 8502705609 98402 94402 wcwewe 17110 75019 4698447760 4089155197 2126693916 (513)410-3427 5126320256 Seattle 2063739500 80003-3969 3034249710 19034 2153941906 92704 2033943264 21070 2402808030 Trenton Greenville New Jersey 08608 South Carolina 29615 609-731-()187 8643494079 bmd@decentenergy.com info@candctec.hproducts.com bob.spencer@zones.com serena@cjisgroup,com tshayenterprlse@gmall .com julia@edcite,com dqdd@gmail.com sgormally@dandh,com rmcelrath@premierlogitech.com svcagency@onvia,com hjohnson@countertrade.com klange@upsafety,net Martin ,barrett@makeblock.com brlttenyc@promarktech,com henry@henrysavelll .com jennifermce@synnex.com DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Region XIV Education Service Center Thursday, August pt, 2019 SYNNEX Corporation ATTN: Daniel T. Brennan 39 Pelham Ridge Drive Greenville, SC 29615 Dear Daniel: 1850 Highwa) 351 Abilene, TX 79601-4750 325-675-8600 F' A 'X 3 ~ 6 I':: 86~ .'L!. 2,)-7,)-')9 Region XIV Education Service Center is happy to announce that SYNNEX Corporation has been awarded an annual contract for Advanced Technology Solutions Aggregator based on the proposal submitted to Region XIV ESC. The contract is effective immediately and will expire on July 31 St, 2022. The contract can then be renewed annually for an additional two years, if mutually agreed on by Region XIV ESC and SYNNEX Corporation. We look forward to a long and successful partnership underneath this contract. If you have any questions or concerns, feel free to contact me at 325-675-8600. Sincerely, ~~ Shane Fields Region XIV, Executive Director OocuSign Envelope 10 : 9A3F023D-5206-49F3-99A7-EC9843B35C50 Ci Y 1\JI\Jc.x. GOVSo Iv. SYNNEX Advanced Technology Solutions Aggregator NCPA Contract #01-97 -Terms & Conditions About NCPA National (OGpeutlYf Purchasing Alliance NCPA (National Cooperative Purchasing Alliance) is a leading national government purchasing cooperative working to reduce the cost of goods and services by leveraging the purchasing power of public agencies in aI/50 states. For more information go to www.ncpa.us. Who Can Use NCPl\'s Contracts? There are over 90,000 agencies nationwide from both the public and nonprofit sectors that are eligible to utilize NCPA's cooperative purchasing contract s. These include, but are not limited to the following agency types: • School Districts (including K-12, Charter schools, and Private K-12) • Higher Education (including Universities, Community Colleges, Private Colleges & Technical/ Vocational Schools) • Cities, Counties, and any Local Government • State Agencies • Health care Organizations • Church/Religious • Nonprofit Corporations State Statutes This contract is accessible nationally to public agencies whose state laws allow for intergovernmental contract use. Click here to view yo u r stat e 's laws on cooperative purchasing. Contract Name SYNNEX NCPA #01-97 -Advanced Technology Solutions Aggregator Term August 1, 2019 thru July 31, 2022 plus two additional option years. Awarded Manufacturers NCPA Contract #01-97 covers all vendor product lines available at SYNNEX. SYNNEX and manufacturers' standard commercial certifications/authorizations are required for participation, in addition to any requirements specific to Public Sector or this contract. Freight All deliveries to NCPA members shall be freight prepaid, FOB Destination for CONUS delivery. For authorized Dealers, all standard commercial freight policies will apply. Possible assistance with freight will be determined on a case by case basis. Additional freight costs may apply for OCONUS delivery, white glove, special and expedited delivery requirements. https:/Iwww.synnexcorp.com/us/govsolv/ncpa/ Page lof4 OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9S43B35C50 :::;Y I\JI\JCX GO V Sol \l SYNNEX Advanced Technology Solutions Aggregator NCPA Contract #01-97 -Terms & Conditions NTE (Not-to-Exceedl Contract Pr i cing Hatlon.ICoGpelativtPurmasingAlilann • 4% Discount from MSRP applicable to all manufacturing lines, (unless noted in Exceptions below) • 2% Discount from MSRP for the following: • Chromebooks, HP Smartbuys, Lenovo TopSelier Products and all other promotionally priced products. • Manufacturers: APC, Asus, Avaya, Cisco, Crucial, Google, Global Knowledge Training, Microsoft Software, NEC, Netmotion, Seagate, and FS • 0% Discount for: • Non-Discountable SKUs • Services: Please refer to the Services line card for a complete breakdown of specific costs associated with our services. Please email fieldservices@synnex .com with any questions. • Dealer is encouraged to offer additional discounts from the established contract price when possible. Authori zed Dealer Pr ogr am SYNNEX offers a Dealer Program that provides select reseller partners the ability to sell to NCPA members using this contract. The Dealer is authorized to invoice the NCPA member and accept payment on behalf of SYNNEX, subject to the following requirements: • Dealer must obtain a quote from SYNNEX Sales Rep or Team. SYNNEX NCPA Team will include the NCPA contract NTE price to the quote. • End-user pricing can NOT exceed the NCPA Contract Price but can be discounted by the Dealer. • Dealer must identify all NCPA quotes and orders to SYNNEX. Quotes can be obtained at NCPA@synnex.com. • Both the End-user and Dealer POs should reference the NCPA Contract number (NCPA 01-97). Dealer is responsible for maintaining a copy of these POs for audit purposes for up to 3 years following the date of that sale. • Reseller must have a current account in good standing at SYNNEX and signed Dealer Agreement. To participate, please send request to NCPA@synnex.com. • SYNNEX and manufacturers' standard commercial certifications/authorizations are required for participation. https:/Iwww.synnexcorp.com/us/govsolv/ncpa/ Page 2 of 4 OocuSign Envelope 10 : 9A3F023D-5206-49F3-99A7-EC9843835C50 :::;YI\JI\JCX GO V So III SYNNEX Advanced Technology Solutions Aggregator NCPA Contract #01-97 -Terms & Conditions Reporting National (oopeutlvt Purcmslng Alliante Authorized Dealer must provide a Report of their sales under this contract to NCPA@synnex.com no later than the 5th day following the end of the preceding month using the template provided. Use the contract sales report portal to upload your report each month: https:/Iwww.synnexcorp.com!us!govsolv!monthly-contract-reporting! Contract Fees Authorized Dealer is responsible for the payment of the Contract Fee to SYNNEX, by the 15th day of the reported month. Contract fee: 0.80% or 80 Bps for Commodity Products 2.00% or 200 Bps for Enterprise Products • The Contract Fee is calculated off the Dealer's combined monthly sales based on the total pricing charged to the NCPA members. Participating manufacturers are encouraged to provide special pricing that offsets this Contract Fee. • Payment Method: ACH Payment is preferred, reach out to govsolv@synnex .com for ACH instructions • Payment by check is also accepted. Mail to : Marketing SYNNEX Corporation cIa NCPA Contract #01-97 Fee 39 Pelham Ridge Drive Greenville , SC 29615 There are no restrictions in the marketing of this contract directly to the cooperative membership. The NCPA Program Office can assist SYNNEX and our participating Dealers with their marketing efforts, training and attendance at industry events and SYNNEX GovSolv shows. NCPA has provided a membership list to assist our dealer organization in the marketing of this contract. SYNNEX will send all Authorized Resellers the membership list on a monthly basis. Reach out to NCPA@synnex.com for contact information . NCPA Contact below available to connect w/ end-user/agencies, qualify them & answer any questions. Jonathan Applegate, Director, Operations Tele: 832-477-3475 E-Mail: japplegate@ncpa.us https://www.synnexcorp.com!us!govsolv !ncpa! Page 3 of4 OocuSign Envelope 10 : 9A3F0230-5206-49F3-99A7-EC9843B35C50 :::; Y 1\1 1\1 t:X GOV So III SYNNEX Advanced Technology Solutions Aggregator NCPA Contract #01-97 -Terms & Conditions Team Email: NCPA@synnex.com Public Sector Contract Specialists, Reseller Support SY N N EX GOVSolv Contracts Team Coverage Map Jennifer McEachern GOV50lv Contracts Manager 864-349-4079 JenniferMcE@synnex.com NORTH -Nicholas Coperine GOVsofv Contracts Spe<:ial d 914-618-1524 Nicho l<l sCo@0l1ne x.com SOUT H -Mackenzie Ki ng GOV50fv Contr..ru Speci*t 404-281-0258 • CE NTRAL -Davies Ga llagher GOV$04-, con~ Speci~re1 864-447-5 942 WEST -Jam i e Gr i mm GOV50fv Contr~~ Spec j~isf 864-373·7589 JamieG.@oynne~.com • FEDERAL FO CUS ACC O UNTS -Johnny T hompson GOVSo/v Contracts Speci~:;t 864-349-4403 JonnnyT@oynnex .com Website: https:llwww.synnexcorp.com/us/govsolv/ncpaJ Contract Page on NCPA website : http://www.ncpa.usNendors/SYNNEX https:llwww.synnexcorp.com/us/govsolv Incpal N National (oope rOltiYt PU l cha ~ing Alli ance VT \ ME NIt NY ~I \--Dt MO 0( Page 4 of4 DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 -1 >if.'''--1.:+ ~ " '.' t .' .', SYNNEX CORPORATE 2019 LINE CARD Corporate Headquarters Fremont, California Sales Headquarters Greenville, South Carolina Warehouse Locations 1 Tracy, California 2 Chantilly, Virginia 3 Romeoville, Illinois 4 Richardson, Texas 5 Monroe , New Jersey 6 Grove City, Ohio 7 Miami, Florida 8 Southaven, Mississippi 9 Chino, California 'ISO-9001-2000 Manufacturing Facillit ies ADVANCING IT I~ OVATIONS __ .. ___ . ____ SE_BV1CES Map your destination to increased productivity, cost savings and overall business success, Our distribution centers are strategically located across the United States to provide you with product where you need it when you need it. Each of our distribution centers provides our customers with warehouse ratings of nearly 100% in accuracy and PPS (pick, pack and ship) performance, Couple that with unsurpassed service from our infrastructure support, giving you one more reason why you should be doing business with SYNNEX, That's service and infrastructure support you can rely on! Software Sounds simple. but at SYNNEX we understand that true business growth requires access to meaningful, tangible business infrastructure, tools, and resources. That's why over the last year we've invested heavily in providing our partners with high-impact business services , designed from the ground up to provide real value, and delivering on our commitment to provide unprecedented support to our most valuable asset, our partners. Components East 800.444.7279 leasing 800.4 51.5744 CTI Products (Sales) 800.444.7359 866 226 .7532 Auto to ! POS Sa les 800 .9505974 Components West 888.756.4888 Government Sales 800.456.4822 Ex. 4007 Security Sa les 800.4 44.7389 POS Solutions 800.753 .6927 Customer Service 800 .7561888 OEM West 800 .7 56 .7888 Regional Office 800.756 .5974 5MB Sales Group 855 .899.0050 Supplies & Accessories 888 .223 .1164 license Online West 800.414.6596 license Online Central! East 800.432 .6980 ICG Security & Wireless LAN 80 0.688.075 1 • GSA Schedule • ECExpress Online Ordering • Software Licensing • Reselier Marketing Services • Leasing • Integration Service s • Trade Up • A Menu of Financial Services • SYNNEX Service Network • ASCii Program • PRINTSol v Contact Us: 1.800.456.4822 www.synnex.com OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 2019 LINE CARD 10ZIG 2FA 3D Classroom 3D Systems 3M Touch 3M Mobile Interactive Solutions 3S Vision 3VR 40 Global 4Sight 6fusion 65bit Software 911 Enable A Deeper View MEON Electronics an ASUS Company ABBYY Software ESD Absolute Software ABVI Access Data Accessory Power Accortec Accu-Tech Accuview Acer Act-On Actian Actifio Actineon Actiontec Activldentity Envoy Actsoft Acuo Technology Adaptec Adaptiva Adata Add-On Computer Peripherals , LLC Addlogix Addmaster ADESSO Adlink Adob e Adrem Software ADS Technologies Advanced Input-Esterline Advantech Aegis Micro/Formosa-USA Aerohive Aetherstore Alco Systems After Mouse AG Antenna Agema Agosto Airclass Akitio Algo Communications Alibaba Cloud AlienVault Alive Studios Allen Systems Group Allied TelesIs Allocacoc Alloy Allround Automation ALLSOP Altair Engineering Altaro Althon Micro AIlia Systems AltiGen Aluratek Ambir Te chnology AMD/ATI Fire Amer Networks (formerly Freedom 9) Amico Accessories AML Amped Wireless Amphenol AMX Amzer . ;. ;p.r:.: •. "if · .. Anacom Medtek Anchor PO ANCORA Anthro Corporation Antop Antennas Anuta Aomata Aopen AppAssure Appspace APC API Aporeto AppCom Solutions Appistry Apstra Aquarius Arbor Networks Archilext Arcl\1e Arctic Cooling Areca Aristo Flatbed Cutters Armoractive Armored Shield Array Networks Artisan Artisan Infrastructure Aruba Networks Arxscan Asante Networks ASG Aspect Software Aspire/StandlOut Assist Education Astra Gaming ASUS Asus CE Asus Notebook AT&T Atdec Aten Technology ATI Graphics Cards Atlantis Computing Atrack ATX Audio Fetch Audio Messaging Solutions (AMS) Augmentix Aurora Multimedia Auslogics Authen2cate Authlogics Autotask AvanQuest Avaya Avenues Avermedia Aviva Solutions Axiom Alend Corporation Alpen B+B Smartworx BAE Systems BAK USA Bamboo Solutions Bandura Systems Bandwidth Baracodallngenico Barco Medical Barcoview Barnes & Noble Barracuda Networks Basler Battery Technology Bay Dynamics Bay Technical Associates BCDvideo Becrpyt Bed Phones Bedwell Technologies Belkin Bematech BenO Best Minds Best Mounting/AFC Better Energy Systems Beyond Trust Bidwell Technologies Big Switch BioTeam Bitflow BITS Ltd . BilTitan Bixolon Black Box Black Box Retail Services Blocksi Blue Ant Wireless' Blue Coat Bluebeam BlueData Blueforce Boardshare Body Solid Booz Allen Hamilton BorderWare Bosch Comm Bouncepad BoxlT Brady People 10 Braggables/MJ Mitcllell Consulting Brainboxes, Ltd Bmven Brenlhaven Bretford Bretford Manufacturing Bridge Communication Brocade Brotllel Brother Mobile Solutions BTH2 Buffalo Technology Bump Armor Buncee Bush Indu stries Business Logic Buslink/Global Si licon BYTECC C2G Cable Manufacturing Cables Unlimilect Cachengo CalAmp Cambre Products Canon CAPSA Healthcare Carbonite Card Scanning Solutions Case Power Casio Projectors CBM Metal Celestix Cenomax CENTON Centrify Century Software Certes Networks Champion Solutions Champion Systems Channel Vision (Custom Installation) Chargtech ChaSSis Plan s Check Point Software Checkpoint Security Systems Chef Software Chelsio Chen bra Chief Manufacturing Ciena © 2019 SYNNEX Corporation. All rights reserved. SYNNEX, the SYNNEX Logo, and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation . SYNNEX, and the SYNNEX Logo Reg. U.S. Pat & Tm. Off. Westcon, Comstor and GoldSeal are registered trademarks of WG Service Inc., used under license _ Other names and marks are the property of their respective owners . CIG Cilutions Cinemassive Cisco Clearcenter ClearColor Ink Clearone Club3D CME CobWebs Coby CognitiveTPG Cognito Comcast Business Commvaull Component One Compu-Lock Compulocks Brands Compunetix Computer Inst rumen ts Computer Security Computer Warranty Services Comsquared Syslems Conarrative Connection-ElTrifusion Contex Americas Convertertechnology Conveyant Systems Coolmax Copernicus Core Security Corel Corente Corlogix Corolog ix Corsair Micro CortadolThinp rint Cplane CPR Tools Cradle Point CraftUnique Creative Labs Crestron Crimson AV Crimso n Technologi es Crosstec CRU-Dataport Crucial Technology CruDataport CSDC CTA Digital Ctera Cumu lus Networks Curriculum Loft CXTEC Cy-Fi Cyberlink .com Cybernet Manufacturing CyberPower CYBERPOWERPC Cybertron PC Cybric Cycle Computing CYCLONE Cylance CYREN D-Link Da-Lite Screens Dahle Daktech Contact Us: 1.800.456.4822 www.synnex.com DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 , .~It: .... "~ .. 2019 LINE CARD (CONT.) Damac Dane Elec Corp DAORI Data Drive Thru Data Motion Datacore Datago DalaLu(;kel 11Il; Datalogic Datamax Media Datamax Software Group Dataram Dataxoom Datel Datera Daymen Inc Decoded Bags Definilive Technology Deja vu Security Delphi Display Systems DENAO, Inc Deployable Systems/Hardigg DestructData Devolutions DH2i Diablotek Dialogic Diamond Diamondback Fitness Dicota Digedu Digi International Digistor Digital Guardian Digital Highway Digital Peripheral Solutions dba O-See Digital Storm DigitalPersona Digium Direct Dimensions Distinow Distrix Docker Doculex DOD Tech Dot Hill (eNex Systems) DP Solutions Draper Drawp Drobo Dropbox Enterprise DS3 DT Research Dyconn DYMO Dynamic Systems E-Sponder Earthwalk Eastman Kodak Easy Tempo Eaton Corporation ECO STYLE ECO TREND Cases, LLC, Ecosol Solar Technologies ECS Composites Edge-core Networks EDGE Memory Edgeline Technologies Edgewater Networks Edgewave Edigin Education Collaborators Educational Collaborators EJ Technologies Ekahau Electroboard Electrorack Elegant Packaging Elite Screens Elliptical Mobile Elmo USA Elsa Group Emathsmasters Emerge Encore Networks Encore Software ESD Encounter Pointe Endor AG I Fanatek ENET EnGen ius Engineered Network Services Enlight EnMotus EnovatelT EnterpriseDB ENTRUST Envoy Data Corporation Epson Equus/Mirus Innovations eReplacements Ergotech Ergotron Ericom Erwin Esker eSpark ESTERLINE EVault Event Builder Everfocus Everki EVGA Evolis Evoluent Evolve III Ex Point Exablaze Exablox Exabyte Excelero Exorvision Explain Everyth ing Extensis Extenua F5 Networks Fabcon Faction Fargo Electronics Faxback Fellowes FiatLux Fidelis Cybersecurity Filewave Finisar FireEye Firemon Firich/FEC First Data First Mobile Technologies Fishtree FivePoint Fixmestick Flexa Cutters Flexa Dye Sublimation Flexera Software ForenslT ForeScout Foreseeson Formax Fortinet Foscam Digital Foxlt Freedom9 Frontrow/Phonic Ear Fuji Film Fuji Film Recording Media Fujitsu America, Inc. Full Armor Full Spectrum Laser Furman Fusion-io Futura Retail Solutions Future Business Gamber Johnson Gammatech Garland Garmin Gateprotect GBC (a diviSion of ACCO Brands) Gefen Geist Manufacturing Gemalto Envoy General Imaging Genesis One GeorgeJon GETAC GFI Giqabyte GIiNii Glacier Computer Global Environ, Svcs Global Knowledge Global Marketing Partners Global Silicon Electronics Gluster GoGuardian GoldTech Goldtouch Good Technology Google Graphus Gridless Power Griffin GRS Weigh Gryphon Guardian Edge Guidance Software Gumdrop Gvision H&R Block ESD Hannspree Hapara Hayes Software Havis Headplay Healthcare Information (HCI) Healthpostures Hedvig HerculeslThrustmaster Heritage Travelware Heritage Travelware -Kenneth Cole Hewlett Packard Enterprise Hi-Fi Works Hi-Value Toners HID Identity/Synercard High Wire Higher Ground/HGGEAR HIKVision Hitachi Global Storage Hitachi Hard Drive HL Corporation/Flicker HNC Virtual Howard Medical HP Inc HO Cam HSM of America HTM -Vertagear Huawei Huawei Device USA Huddly Humanetics HumanScale Hypersign © 2019 SYNNEX Corporation, All rights reserved, SYNNEX, the SYNNEX Logo, and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX, and the SYNNEX Logo Reg, U,S. Pat. & Tm. Off, Westcon, Comstor and GoldSeal are registered trademarks of WG Service Inc ., used under license, Other names and marks are the property of their respective owners, 21US20 1~! 03271C! Hyundai I-Blason I'm SPA/I'm Watch 110 Magic i3 International i3 Technolog ies ICOP Digital IDAPT Idera [GEL IGI IKAN Corp iKEY Imageware Imagine Technologies Imagistics Imation IMC Networks Imperva InBoxer Incase Incipio Inci~ive Software Independence IT Independence IT Indigo Industry Weapon Infinidat Infoblox Infocase InFocus InfoPrint Informa Software Infosoft-Fusion Charts Infrascale Ingres Inkjetwarehouse Inland Products Innergie Innovative Card Scanning Innovative Office Inseego Illsperity Instant Technologies Insulfab Integra Networks Integral Intel Intelligent Computer Solutions Intelligent ID Intellinet Intuit ESD Intuition INUVIO Inwin ioFabric logear 10LO ESD Iomega losafe IP Home Products iPearl IRSA Video lSI iStabilizer iStarUSA iStorage IT In Motion ITWorx Ixla Contact Us: 1.800.456.4822 www.synnex.com DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 .~~ .. ' '"I' ' 2019 LINE CARD CONT.) IXsystems iYogi USA Jaco JAR Systems Jaspersoft Jatheon Technologies Inc . Jaton Jefa Tech JetBrains JMR Ele ctronics Joro JPL Juicepresso JungleDisk Juniper Networks Just Syslems Canada JVC KaminarlO Kanex Kanguru Kantek Karv Flatbed Cutters Kaser Corporation Ken-a-vision Kensington Kerio Keyovation Keyscan KeySource International Keytronic Kinesi s Kingston Kingston Digital Inc Kingston Distribution Kinyo Kitenga Klas Telecom Kleen Concepts Knowledge Management Association Koamtac Kobian Kobian KODAK KOM Networks Komprise Konftel Konica Minolta Kramer KSI Dota Sciences KSI Envoy Kwikset Kyocera LaCie LandAirSea Lanier LapCabby Laplink Software Lasershield Launchpad Lawson Screen LD Smart Learn21 Legrande Leica Geosystems Lenovo Lepide Let s Gel Level Platforms LexisNe xis Lexmark LG Electronics Liaison LifeSize Lightspeed Systems LigoWave Likewise Lilee Lind El ec tronics Link Depot Linksys LinkSystems Linoma Listenwise Lite·On Litronics Envoy LittleBits Livenles LMI Solutions Location Based Technologies Lockdown Tech Lockn charge Loctek Logbar Logicube Logilech Longse Lowry Software Lsquared Lumisource M36D M&A Technology Maclocks Macro Image Technotogy Magellan Magix Software Magma Magnelic 3D Magtek Mainpine. Inc MakeSense Makitso Displa ys MMF POS Man and Machines Managed Objects Manhattan Mariner Software ESD Markzware Malerialise Matrox Maxell Maxta Maxtor Maxtrak MaxxFi McAfee Mediatech medM Mellanox Memole x Memorex Eteclronics Memory Experts Meridiun Merkury Mes sage Labs Message Logic Meta Company Metadot Corp Metafuse dba Project Insight Metrologic Metropolis Metrovac Mettler Toledo MicroMicr Micron MicroPac Technologies Mi crosoft Microsoft ESD Microsoft Hosted Exc hange Microsoft OEM Microsoft Retail Micro so ft Surface Microsoft Surface Hub Milestone Syslems Mimo Monitors Minicom Minuteman Power Technologies MIO Technologies Mirantis Mita Mitsubishi Mitsubishi Digital Eleclri c America Mizco MJ Mitchell Consulling/Braggables MObelisk Mobile Aclion Tecl1llolog y. In c Moulle Demand Mobile Edge MobileMark Mobiltrackr Mobisystems Mohawk USA Mojo Networks Monitors In Motion Monnit Monoprice Moonwalk MooreCo. Inc Mota Motion Computing Motorola Phones Motorola Solutions Movavi Software ESD Movea MPa k MS -Cash Drawer MSE MSI Gaming Laptops MSS Software Multi-link Muratec Mutare MyCDesk (Elyone) MyStemKits N1 Critical N-Able Nanonation Ncipher Envoy NCP Engineering NDS Surgical Imaging Nearpod NEC NEC Corporation of America NEC Display Solutions NEC Servers NEC Software NEC Storage Nervepoint Neschen America s NetAccess Netcomm Netgear Netis Systems Netlib Netmotion Netop Netsparker Netsurion -Eventtracker Network Equipment Technologie s Netwrix Neverware Newell Co-Sanford Newline Nexenta NexGen Nicware/Niclabel Niko Electionics Nimbu s Dala Systems Nitro PDF Noble Locks Nodeprime Nokia Nor-Tech © 2019 SYNNEX Corporation . All rights reserved . SYNNEX . the SYNNEX Logo . and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX. and the SYNNEX Logo Reg. U.S. Pat. & Tm. Off. Westcon. Gomstor and GoldSeal are registered trademarks of WG Service Inc .. used under license . Other names and marks are the property of their respective owners Norcent Notable Solutions. Inc . Novastor Novuscell Batteries Now Micro Nuage Nuance Communications Nuance Dragon Medical Numonix Nvidia O'Ned Printers 02 Security Objectworld Observint Obsidian OCN Labs OCSystems Octa OCZ Technology ODIN Technologic- Olluol Okidata Olea OLiXIR Envoy OminScan 2 OnCue OneWorldTouch OnSSI Onyx Graphics Inc Oomi Open-E Open-Xchange Opengear DPS Solutions Optimum Optoma Oracle Drtglnal Power DrionVM Ortronics OSrjEXUS OI1Cf Products OltO OulSystent OverlaNd storage cyon Packaging Slr"lagles Pack t 8 Pac elvtpel Paessler Palo Aho Networks PanaSOl1ic Panasonlc Communtcations Pamt~IC COnsumer -Secunty f'~nasonic POS Panasomc Pro Vldeo Panasonlc Projectors Pnnasanle Tougnboo 's Pando Securily Pannln Panorama Anlenna Pamons SOlutions Papago Para Sys , tnc. Pamgon Furniture Paraqon So[l\V'~le Paranels PaMerTecn Patrlol Memory Contact Us: 1.800.456.4822 www.synnex.com DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Patrol PC Paxton Access Payoda PC Gearhead PC Matic PC Pit Stop PDUs Direct PS8rls881ndustrisE Pelican Pen Pal Schools Pentaho Pertect Fit PeripheralLogix PEXAGON Pexagon Tech PGI Phantom Gtass Pharos Science and Applica ti on Philips PhisllMe Pilonic Ear Photo Sileiter Pi-Top Pica8 Ping HD Pivot3 Planar Plantronics Plasmon Optical Media PLE SOFTWARE GROUP Plextor Plug-In Storage Plum Laboratories Plumgrid Plus Technologies PNY Point A Technologies Policy Medical Polycom PolyvisionlSteelcase POSBank USA POSH Manufacturing Positron Posturite Powercart Powervar Precise Biometrics Envoy Precision Dynamics Corp Precision Mounts PrehKeyTec Premier Mounts Premium Compatibles Prestige International Preton Prevalent Prime View Printek Printer-Logic Printronix AutolD Printronix LLC Private Label Media Proline Prologic Promethean Promise Promisec Protect Computer Products Protect Covers Proxima RF Proximity Systems PSC Psion Pulse Secure Puppet Labs Pure Orange Purple Ologic ONAP Oualtrax Ouanmax )~ .. :;., .... ;;-. :. ~. Ouanta Quantum Quark Quartet Quatech Quatrro Quest International Quc8VTotol(U :I ~L!. ~m!! • . :::-:, Quick Quality Cabinets Quicken ESD Qumu Rackmoun t.IT Rack Solutions Radaptive Radiant logic Radware Rain Design RAM Mounts Rapid7 Rapid Deploy Raptor Blasting Systems Raritan RCR International RDK Products Ready Dock ReCast Recordex Red Hat Red Lion RedGate Software RedXDefense RedyRef Reed Elsevier Inc. Reflexion Relaunch Aggregator ReplayXD Retrospect Revolabs Revolution Acoustics Rhino Technology Group Ricoh Ridge:ine Tecl1l10logy Ridgelogic RIF6 Rise Vision Digital Signage RISO Riverside Technologies RJS Software RlE Robinson Win Word Robo3D Roccat Rock Hill Distribution Rocky Mountain Ram Rocstor Rootsecure Rose Electronics Royal Consumer Products RSPA (Sungale) RSPA, Inc RT Sales Ruckus Wireless SA International Safe-T Safety Vision Sagemcom Sakar-Altec lansing Salamander Samsung San disk Sans Digital San yo Sanyo Denki SAP Sapien Technologies SATO Savin Scala Scale Computing School Messenger Science Logic SCM Microsystems Envoy SCO Group ScopeStack Scosche Scott Clark Medical SCP Screenrag Screenscape Scrible Seagate SealSllield Seavus SecPod Security First Securly SEH Technologies Seiko Instruments Seiko Instruments USA Sen ,se Sena Cases Sencore Inc Sengled Sennheiser Sentinel Sentry360 ServerTech ServicePoint365 Services Sharegate Sharp Shaun Jackson Design Shivnet Shuttle Computer Shuttle Security SI Screens (Screen Innovations) Sierra Wireless Sigma Photo Signagelive Signix SIIG Silex SiliconDust Silver Peak SimpleS Simplifi Simply NUC SIOS Technology, Inc Sitch AI SKB Cases Skin-It Skull Candy Skykick Sky kit SmartAVI Smart Modular SmartPower Systems Smith Enterprises SMK-Link Snoopwall Socket Mobile SOFTEX SoftLayer Software & PeriplJerals Software Shelf Solar Rig Solartlare Sole Source Technology Solid Line Products Solidfire SOLO Son ic Foundry Son itron ix Sony Sony Chemicals Sony Content Capture Solutions Sony Professional Monitors Sony Projectors Sony ProSumer Displays Sotel © 2019 SYNNEX Corporation. All rights reserved . SYNNEX, the SYNNEX Logo, and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX, and the SYNNEX Logo Reg. U.S. Pat. & Tm. Off. Westcon, Comstor and GoldSeal are registered trademarks of WG Service Inc., used under license. Other names and marks are the property of their respective owners. 2l0520-1J i n327l~! SoundTrap SP Controls Space Saving Solutions Spark Integration Spectrum Business Spectrum Corporation Speechswitcll S~""tJlilik Sphere3D SPIKES Spracht SPRACHT Sprinxle SSE Technologies SSG Consulting SSH Stadia Media Staedtler Noris Star Micronics Startecll Startech.com STEC Steganos Stelle Stem Fuse Stephen Gould Corp . Still Secure Stirling Communications STM Brands StorageCraf1 StorageTek StorMagic Stormboard Stratus StulzAir SugarCRM Suitable SUMMA America SunBrite TV Supercom Supermicro Surecall Swiftpage SWingline Swyx Syam Syba Multimedia Sychron Sychron Symantec Symantec Hosted Services Symbee SyncroSoft Synellndustries Synology Syntax-Brillian Syntela System Design Advantage Systran T-Mobile TM Products TabletExpress TabletKiosk TABlETMedia TAG I Technology Advancement Group TAG Global Systems Take Charger Talis Data Systems Talkaphone Tandberg Contact Us: 1.800.456.4822 www.synnex.com OocuSign Envelope 10: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 2019 LINE CARD Tandesa Tangent Computers Tannoy Targu s TCPWave TDK TEAC TeamOne Networking Team Viewer Teamboard TEC Lighting . INC Tech Global Tech Products 360 Techguard Security Technologies LTD. Tegile TEKLYNX Inlernati onal Teleepoch Telephonetics Teles Telit TelWorx Tely Labs Tempest Lighting Tempusnova Tenergy Teradici TeraMedica Teras Texthelp The Joy Factory Thecus Thermal Take ThingLogix ThreatTrack Tidebreak Tiger·Vac Titan Radio Tommo Toolfarm Toopher Top Patch Toshiba Toshiba Securlly Toshiba-Tec Tolal Computing Solutions Total Micro Totoku Motor Touch Systems TP Link TPcast TPG TPKVD Tracewell Systems Track Scan Tran sce nd Informatio n Tranxition Tremolo Security TRENDn et Trenton Systems TRG Group (WengerISwissGear) Triad Floors Tri-Color Trident Systems Tripp Lite Tripwire Trisys Troy MICR TSC TSI Touch Ttuff Technologies Turtle by Perm-A-Store TVS (Eversun-Technologies) Twinhead Twistlock Tyan Tycon Power UMANGO Uniform Industrial Corp '. ~~.' : .. ~ q-' • Unify Unirise Unitech America Universal Devices Uniwide UNXIS (SCD) Unytouch Manufacturing/Firebox Upcycle Goods UPEK Uptime Devices Urban Armor Gear US Robotics USSI Utility Associates Utimaco V5 Valcom VanDyke Software Vantage Point Vantec VARCommerce Varonis Vation Ventures Vault VCOM -Hamilton Buhl VD0360 Veilux Velocilinx VeloCloud Veracity Verbalim Verizon Enterprise Vertiv Viavi Victorinox Victory Multimedia Videobank Digilal Videxio Viewer Central ViewSonic VIO Vipre Vircom Virsto Virtuu Visage Mobile Vision Wireless Visioneer VisionMAX Visix Vistaquest Vivid Laminators VM Electronics Vorp Energy Votiro VSS Monitoring Vtech VuPoint VuRyte VWRlTriumph Boards VXL Instruments Warp Mechanics Wasp Bar Code Watchguard WD , a Western Digital Company Webroot Wellbeats Weltron WePresent West Penn Wire Westinghouse WeVideo Wilite Label Document Services WhyGosh Williams Software Group WinMagic Winston International Wiresoft Wi rex press Wizard Wall Wolters Kluwer Health Women In Bags / Fabrique Wondersign Wood ware Furniture Worthington Distribution Woven Systems Wyse X-Rile Panlone X·IO Xerox Xerox Scanner XFX Xi3 XPand Cinema Xplore Technologies Xsigo Xtreme Cables XtremeMac XYZ Printing Yamaha YouSendlt Yuneec Zend Technologies Zettaset Ziften Technologies Zimbra Zinstall ZLiNE Zoom Video Zotac ZTE ZyXel © 2019 SYNNEX Corporation . All rights reserved. SYNNEX, the SYNNEX Logo . and all other SYNNEX company, product and services names and slogans are trademarks or registered trademarks of SYNNEX Corporation. SYNNEX, and the SYNNEX Logo Reg. U.S. Pat. & Tm. Off . Westcon, Comstor and GoldSeal are registered trademarks of WG Service Inc .. used under license. Other names and marks are the property of their respective owners . Contact Us: 1.800.456.4822 www.synnex.com Docu Si gn Envelope ID: 9A3F 0230·520&-4gF3-99 A7·EC984 3B35C50 LIFE Morrison Continued from P~ge 10 ies to type up her manuscript fo r 1970's uThe Bluest Eye" by baking the ladies one of her famous carrot cakes. 2 . She WIIS castigated by .arty critics far nat wrttlng about white peaple Opnh Winfrey bilks with TonI Narrlson at iIIn awards dInner In 2010. Fl<IAN IC POUCH/GETTY IMAGES In a 1973 review or "Sula." The New York Times criticiz ed Morrison, saying her work was boxed in by her insistence on writing about her own community - without including confrontation with whites. "Toni Morrison is far too talent- ed to remain only a marvelous reporter of the black side of provincial American life," wrote the critic. without the white gaze," she s ays plain- ly. '" have spent my entire writing life trying to make sure that the white gll2e was not the dominant one in any of my books ." In the documentary, Morrison ad- dre9s es such claims. "I have had reviews in the past that have accused me of not writing about white people _ot a s though our lives have no meaning and no depth 3, She went on a baok taur with Muhammad All While promoting Ali's book "'The Greatest: My OWn Story," the two got off to a rocky start. "'When I first met him MARKETPLACE TODAY For advertIS ing information 1 BOO 397.0070 WNW.r1Jsselljoh ns cam/usat MlPi,·'· Nalle. to Bidder. ~., E"CIM'\Mj~~"""""'~~1 t::':::'''1:.~''::=~~~~ IOIIciti"ll propou mto e"'e rlmoM uler AIVeem en l.llor. ·Adnncwdremnole;y~AggNJ.,...ftl·" 'Athletic Suppl •• lid Equ Ipment 111·1 , o o.cORtlM Mml CuUne .nd Tr .. Or"'. no·it • Ellnlor Inlpactlon ServI_ t1T·1. • EquIpment Renbil "'-18 00.0" CI,.., UdltyVllhlcla ~d Mllnlsllllc. VetlI;_ 11&·18 • HOUAkNplnfllJe~lorIllIC.mocllai Servlcu .22·'. ·JotIarckrc.trKllll,rJOCis..rvt_·u-t. o o..Utoc...,.~.aIII",.e ..... 6ntJW~1'f..,...~(kIIf","IIIII'12.1' 'Patkln,MeleTIf15·" .T.rI;ammunlatllllllSw¥lc_ 114-11 ·Un d«groundVNtIll', ..... UldstonnUtlt!ty PrQdud.U -l. Dull Tu..d.." July 23, 201. I t 2:DD pm CST !:::;:%:::;::.e,~::,,::-r:=~t !'WWii USATODA.¥ I TUESDAY , JUNE 18,20'9 I 5D and asked him a question, he would an- swer and look at a man and never looked directly at me whil e he WB.S giving the answer. But then I remembered he re- spects older women," Morrison recalls, saying she rea.li2ed she should act more like his mother. "So I just crossed my arms as I walked in the room and sald, 'Ali , get up rrom t h ere, you have some- thing to do.' And he wou1d look up and cecagnize ... a grown-up_And hom then an, he did everything I said," she chUckles. 4 . 0pRh got cr..tlve trying to get her phane number After reading "Beloved," Oprah want- ed to call Morrison personally, but the famous author's number wag Wllisted, sotheTV star called the fire department and asked for it. Morrison remembers picking up the phone. "she said, 'Toni Morrigon, this is Oprah Winfrey.' t s aid, 'How did you get my number?''' she laughs. Oprah made her plea to tum "'1h::!loved-into a mcrvie, ultJmatelyconvinclng a skeptical Morri- son. Oprah made the 1998 fdm and staned as Sethe, an escaped slave who murders her own daughter rather than see her child returned to a Kentucky plantation to live as a slave.. 5 . Morrlsan ailed time's up on equ.1 pay In the 19701 "Navigating a white male wodd was not threatening; it wasn't even interest- ing." says Moni9(ln candld1y, recalling her first job as an editor. "I knew more than they did and I wasn't afraid t o show it. You have to be a little tough and rely on yourself, and tell people 'no: " In her first job, the single mom no- ticed her male counterparts were get- ting more money when the raises were give n out. ·So J Went to my boss and I said, 'You didn't raise me as much as my colleagues who are men: He s ald. 'Yes, but: And I said, '1 don't want to hear 'but: r want to tell you something: I am head of the household, Just. Like, You : She got the mon ey. To view more Classified listings, vls)t:www.dosslfleds.usotodoy.com AEALfSTAT1: _iMli'4@i- 100% Financing JarR~"FIlt».Fk'R"" _ ......... and CarwI....".I RMlE«&1I HARD-MONEY- SOURCES.COM RE A LESTA.T'E , .. 0~as',IrlIkrlIl ,TX~1 Tcreqllul.r;opy cispe ciflclllcns, ple nll lIillt NePA'1 web iite _.n epil IIi . LOOKING FOR A NEW _wpw PI.llecIII'TllmlUlIII ch...., .... ~dall'"'onIo .nab l._, -.Jld bo .crlma .. ~""'~. PI ...... ,.n.chr.p!y lnpdllorrrrll .MlI&nd_.-.-e1!UlLMm ..... .-. PUZZLES TAVERN KEEPERS AC ROSS 1 Slowly, on 0 scote 6 KldarO\lndwith 10 Notathing 14 Sign f or many Aprllblrths IS Pr'lldator In a pDd 16 Hard-tD-chea l-on l est 17 Bonkers' IDs, redundantly 19 What snobs p ut on 20 Quokers or Shakers 21 Money ln the " BE-.uTlFUl AliIoUlWOWEN dotsI'""'"dohp"ID'rIMCIIIF ... btoch ... Sl fICoIl!1!i1 ,PJC_Bru: ~OOl.u~ n.WlI ~' OWc:A ~1:l.S1 1IOL!i-oI)!-I04O ...... .jIICi ... """ 22 ~~~~~l l alliance I. .. .t-l--I-- 23 Anthem beginning 25 Some fish In sushi .. 27 ~~!~~) 10,,-. +-++_ 29 Co Jiromia governor elected in 2018 69 Cheese that 21 .5hod.II~ as Utlle rapscamo n hardens with age Icrtcndr:t 36 Channel watched 70 Molded garnish 28 frigldQJr o In man caves 71 'Gosh damlt!' (al?10c0tflor 31 Couslnafa pralrle 72 Ja n.IIDngword 30 $c<Gf"IdbOnattC.s 38 Thailand neighbor 73 Gets Ihe benet" of (Abbl'J .&0 Com pete Ike 31 Compide-,O:la LlndseyVonn DOWN ~stdQ 42 React like a 1 T'I'IC~01lncty 32 Rodor gvn ... • .. s JpoO~ bQf',* 2 ~ botd.c:rlng 33 Ou t back 43 ~le~ho IY 3 ~~~ 34 ~~~~~ 0 46 "Toklng Eve~ 4 Nomads' ptOt'l'l(lll:kWl nDvellst Johansen S ~~'. 39 ' .. pcnlel'lt!· ~~=;~~C9In ~~~ .&1 ~tled Nauti lus 4 WDznlak's portner 44 OpPOl'1ari'" 52 When a one-hr. at Apple shout dock adjustment 7 Sources Dr metals 4S Verbal occurs • ATM feol\lre on~ 53 Row recruit 9 Goes like Ughtnlng "7 JFK Ubtory 54 "Hey, over here-'10 Re ason to hang up architect 56 Responder to II Diva's ~g moment 48 i"Md ~1p1. IPhone requests 11 Tran q gun missile Sl Event S9 Pl oce to call hD me Il 'Besides th at .. ' plal'WHll~ 62 Cupid, to the 11 MeXican pyramid ""IIhtm«hh Gr!!eks buJId!!f'S lurnout 6S Ut1erlys pellbouncl 2" WhHkey b ottle 55 Ho~o hU~ 66 usatoday.com, e _9. datum 56 Castle· 68 Hove a bite 1. Net Judge's call ~11"" ~c"nl-Qco-qu-&JOO,99ccnUandnule:~,W11h"credI1 (o'd l ..:oJJ)oU1lO. OPPORTUNITY? W • ..-I ........ btI-..bm. ~ .. ~.odoIg 0'Io,,"* ... dicef.1\IIQ1891 ... _bea> ...... 4~moI ~~o ..... .... _dSI;prt .... l\arIupup\lJr~CoI: rn-82&-2998 or email ua II ,onluHbbb'grnalL~m To repOft probleml, .... iI r.odbod<Ou SOloGoy.com. For mON puuI ••• got tho US A TODAY &oi&wwd app. It U " U WOAD ROUNOUP ffitL AND L M N P D .. tyOavldLHaytcndJeffKnll'ct 4IU . C I N T W I R R A ... ... _. E A ETA G 0 M M ~= ~ LH L ,lNTRFRAA TwOU.llntr1 ... stCll"'llltllwtlhP ~~I P P K a E N Y D C R R N __ In-TlwNrotu,ot' ....... _rmnII.tJI .. ...".'1ilnSWWI1 OO j R Nil U W EO V a 0 A MoI>d<>t'_~~~IM '~ UV IOWRMRNHOP =:'M / .... ~~ .. ~.l\.IM1 1(..U • P S M ROB E R T R N R -- 2 4 9 6 2 4 7 5 3 6 9 7 2 s DON'T QUOn Mt.., ____ ~_ UP .. DOWN WORDS ByOooldl.HlI)/tandJly u el LHayt •.• y.....,. .... ""-~-/ .---------<'~-------­~-----------------~~,--------- L _________ j".~--------__ ~ 7~ ______ _ Campoh:l e lhegndsalttGle.Yl:I}"CJW,(oI\ImnClndJI2 ba,.(onl"lnslhe numt.. .. llhrough6(nc'e~l 3 5 S 2 4 6 3 6 4 4 5 3 5 3 I 6 6 4 .........,._*""" ~o.rtH l ..,.....e..-ds lo.o..-.Ih-r _ tt.III.tMw-.,. B~ CHAN GE DiNlY ~W TlmIlG woe YET Ihblnslgh1 . • 'nq-ttATU __ ' ___ rrUM ______ THAl'HAS ______ .~ •• DoaJSign Envelope 10: 9A3FD23D-5206-49F3-99A7·EC9&43635C50 6C • TUESDAY, .JUNE 25, 2019 I USATODAV SPORTS Pressure to win at UCLA I N BA.t~am s • • sensitive to little concern to CronIn 'owner' use Scott Gleeson LOS ANGELES -Mick Cronin knows about al1 orthe skepticism. News reports that he wasn't UcLA's first choice as a new head basketball coach. Message boards that balk at his lack of NCAA tournament success ot Cincinnati. Pundits who believe ms grit- over-nair style won't win over a hard-to- satisfy fan base. "You know what? It doesn't matter. J don't give a (expletive) about that (ex- pletive)," Cronin told USA TODAY. The 47-year-old isn't the censoring type, and he has no plans to sugarcoat anything -to the media, unrelenting booslers or his players -in this new high-pressure job, which he acknowl- edges has national title-or-bust expec- tations. MThe noise is louder here,· Cronin says, "just like it's louder at Kentucky, louder at North Carolina and louder at Duke. It's a (blueblood). I deflect criti- cism and focus on the job. I stay oblivi- ous to it on purpose, and it's liberating. If you want your players to block it out, you have to live it yourself." Cronin Is two months into a dream job on a cOBChing trajectory that began as a junior varsity high school coach at Woodward (Ohio) High School-when a then 21-year-old Cronin would drive single-parent kids home and scrape up car change for the 5-for-$5 deal at AI- by's ruong the way, ''As much 8S J want to win it all here, and I'm in Beverly Hills and all that, it's not going to change who I am as a man and what I'm about," Cronin says, "That's what my players will see in me- not the coach who's on TVyelling at his players, the one who cares aboul them individually and collectively. The one who will be honest with them and have their back." Cronin sits in an empty office with bare wa11s and a previous coach's furni- ture. Tn one breath he informs assistant couch Michacl Lewis (who followed him from CinciMati aIong with associate head coach Darren Savino) that's he's nearing a close on a new home to live in as a single parent with his 12-year-old daughter, Samantha, In another breath, he's spitballing an idea to his office as- sistant about a barbecue for the athletic staff to grow camaraderie. He pinballs from topic to topic about the future, as if he didn't just sign a six-year contract for one of the hardest jobs in America. "Obviously, my goal is to tum this into a winnin& program, always compel- ing for (Pac-12) conference champion- ships and then winning nationa.l cham- pionships," Cronin says. "But how it looks on the outside -that this is an im- possible job to please the Fans -trust me when T say I'll go 10 times harder on myself If I can't win. This idea that I'll feel like we have to win because every- body else wants us to win is a fallacy. We're the ones who aTe doing this every damn day, who aJe moving our families across the country. As much as fans want certain things, they don't want it :~~e than we do as coaches and play- Although his tunnel vision is on the 2m9-20 season, Cronin admits to goo- gling "UCLA coach" quite often -forthe one whose statue is outside Pauley Pa- vilion as a symbol oftl1e greatness from 10 national championships. "John Wooden SUIe as heU wouldn't be looking at message boards or blogs to see how people felt about him or hi~ pro- ,ram," Cronin says with a smirk. "And I won't either.~ Wooden's towering legacy has made decent coaching tenures -Steve Alford led UCLA lothree Sweetl6 appearances in five-plus seasons before a December {mng -seem unworthy. Cronin re- placed Alford as thelOlh full-timec::oach in Westwood fiince Wooden was on the sidelines from 1948 to 1975. There's been plenty of winning in the years since Wooden retired: The Hall of Farner's nine predeces.sor' won 70% of their games while reaching six Final Fours and winning one national title. But the last five UCLA coaches have all bl!C!n n,.td. for not mttt1nG clCpCet i Uon~ including the program', I«Ond·wtn· ningest coach, Ben Howland, who led the Bruins to three consecutive Final Fours from 2006 to 2008. Cronin sees Wooden's shadow as more ofa girt than a curse, however. ~I caught an interview where Coach Wooden was asked about the pressures or those who were following in his foot- steps," Cronin says. "He said only the guy who immediately proceeded him (Gene Bartow) would have to deal with that, For anybody else, Jt's something they have to reconcile within them- selves. tr they can't do that, it's their own mistake. I think I've come to this program knowing who I am, what I can do and really everything else I've done leading up to this has got me he-re-.- Cronin knows his 13-season resume at Cincinnati -which included a .670 winning percentage and top-three fin- ishes in all six of the Bearcats' seasons in the American Athletic Conference - was missing a deep NCAA tournament run (his Bearca.tsadvanced past the first weekend once, in 2012. despite nme consecutive appearances and being seeded sixth or higher five times)_ But he says he orten tells former players and a!ipiring coaches to "never let someone else define your success" 'Tm not .dI lantiDUlntill ~y: Cronin says or his t~P\lre lotadlJttllhe £k.arnus:. ~J'm a life's _ Journey kind of ,ur, l recl MARKETPLACE TODAY For odvetftSing lfIformallon 18003970070 'WWIN russeliJohns com/usol HOTItLES ",,"ilEiie Notice to Bidderl!i Rfgoon 1<1 ESC (Ihe -Lud Ag~nCY1, on beh.1f gt N.tional ~:'~~d~~~~~n~i ~ l.w.-"'~l lIedarlnlil lol",,*,~'~'I'': ~~T.~5otr.e1_.t.a;ns"","lll·1' 'A~St,l""" • ..c~.'.'I .. lt ·~ltJw ...... c-2It'hdT'IItrGntN'ZO·l' ·EIIYdtVIn ... _I~n"u ·(~~RIIIIiJ.I U \'lt ·o.crtlt .. IAAII'~In __ ~ .... ~dIIdtt ' • .,,, .~~*,,~~m .•• ·lHo.ro.C~,..,oq~'23-19 ·O" .. ~I~for~1l ""'_I"'OII"~{lUtII~·Il'-t . ·,... .. ~"I.'~ .T~s.«n"'-11 .v..;"~WIllo!.-.-.~sa..UlIIItr"""'·'''''' [lUI TUnd.y, Jury 23, 2019 112;00 pm CST Suled "'£lCn&~&1I111 daD and wol l be pUb.cty vpvnad In tho RIIII:1In 14 ESC ot"l:tI~ Iouilld" I I BU9JNESS .iI·W ... : • M New UCLA men's basket- ball coa .. h Mic:k Cronin prevfDUs- Iyheld the top job at Murray State and then cincin- nati. KIRBY LEE/ like I did everything I was hired to do (at Cincinnati) except take them to a Final Four or win a title. In my busi- ness, you can't live by that. For years, (Virginia) caught no breaks and then bang, they win it aiL You put yourself in a position to win a title, and that's wbat you can control. ~At Cincinnati, I felt like I raised the Titanic. It was dead in every aspect. Not only was it buried, it was buried beneath the greatest conference -the 16-team Big East, In six years we went from last to playing for the title (in 2m2). When you're coaching in a Jeague that's like the NBA every night, it's like the world is caving in on you, ... Coaching in that league, when you've got Syracuse, Connecticut, Louisville, Georgeto\'\Il), PItt . that prepared me for this chapter I'm in now." Excepl this next chapter will see UCLA play in a Pac-12 Conference that lui U;I,50n rudtcd tUI lUnon l power conferences In the NCAA:s new metric, the NET. UCLA lost to mid-major Lib- erty, a.n outcome that ultimately pmmpted AJford's firing before a 17-16 finish . Cronin Inl1erits a team with an in- teresting mix of returning and incom- ing talent. Among the players who are looking to tum a new chapter are red- shirt sophomores Jalen Hill and Cody Riley, two of the players involved in a shoplifting Incident in China that drew national attention and led to former guard LiAngelo Ball leaving the team. One area Alford excelled in was recruiting -with three consecutive top-five recruiting dasses (2016, '7 and 'I8), according to Rivals. Cronin says he expects to coach a mix of chip- on-their-shoulder players who devel- op into All-Americans as he did at Cin- cinnati along with the five-star talent. "We tIied to recruit five-star guys at Cincinnati. We just never got them," cronin says, "Obviously, I came here ror a lot of reasons The recruiting is easieL The teal reason is there's a bet- ter chance to cut the ners down that you don't have at other places "J've always been about keeping your eye on the bailor you're not a good hitter. That's a little harder to do here, but T'm ~ln l to do everything in my POWCT 10 eel the rob done." 1IS()H10hwIlI'JS1,Abiief1e, rX79&<)1 TO ...,.. ... «I .c:e<f11 re~gl, ...... ... ~'lIQ.tH.CH.'.~*"""""I'rCOIII.£..,~ SAVE THOUSAN DS 041 tu~.nt «II ph""" bills! l~fOl'HtllWOrfvtf1, ""_"-___ .r.t. OI' .. ,.,t o&!*~ GET NOTICED! ~~=-..: r.bIt.,...~.MOI' 33~:;iO-'iI114 , '., ' C,llIl aoo 397 0070 ~.......,_u..IW .~ ........ -~~ ........ I\v,. __ ~~~~II~ ~ ...... NBA commissioner Adam Silver says teams across the league are mov- ing away from classifying their high- est-ranking executive as an "'owner." i don't want to ovem;~8ct to the term, because as rve saId earlier, peo- ple end up twisting themselves into knots avoiding the use or the word," Silver said in a recent interview with TMZ . UWe moved away from that term years ago at the league. We call our team owners 'governor' of the learn and 'alternate governor.' "Jthink it makes sen5e._. You'll find the word tluoughout memos over the past decade in the NBA _ But I'm sensi- tive to it and I think teams are moving away from the tenn land) will stick with using 'governor.' ~ While many teams use terms such as "governor," "chainnan" and "CEO," a handful -including the Warriors and Rockets -still use the tcrm "owner" in the staff directory of their official team media guides_ The 76ers, meanWhile, list their executives as "managing partner" and "co-manl!lging partner.~ Silver said he's !'Iecn mixed reac- tions From players regarding the use of the tenn, which has: been criticized by many over the years for having racial connotations, uA few players have actua1ly spoken out in saying the greatest thing that ever happened was when Michael Jor- dan was able to call himself an owner (or the """'CUll: ho Ald. Silver also said '" completely re- spect" when players are against the tenn, including Warriors forward Draymond Green, who has spoken out about it on multiple occasions. [n 2017, Green had a back and forth with Mark Cuban, who's listed as "owner" on the Mavericks' media guide, after Green wrote on lnstagram that Mto be owned by someone just !lets a bad precedent,~ CUban responded, telling ESPN that Green "owes the NBA an apo1ogy-for his romments. 'io try to create some connotation tl1at owning equity in a company that you busted your ass for is the equivalent of ownership in terms of people, that's just wrong. That's jU!lt wrong in every which way. "People who read that message and misinterpret it -make it seem like we don't do everything possible to help our players succeed and don't care about their families and don't care about their tives,like hopefully we do for all of our employees -that's just wrong." Green, while speaking at Harvard University, responded to Cuban, say- ing that his intention was to Mstart a conversation that may need to be had. "When you look at Mark Cuban, for instance, with the whole equity thing. We all can own equity and that's fine. But Mark Cuban will never know or understand how it feels for me, a young, black, African American, to tum on the TV and see what happened in Charlottesville. -If. nOI to lW-. I hOl III the own t:,'1 of these entities. It's more so trying to help spark change to help others that maybe similar to me.~ ToviewmoreOaMIned listings, vtsit:www.closstrle(t$.l.lsotoday.com OocuSign Envelope 10: 9A3F023D-5206-49F3-99A7-EC9843B35C50 ATTACHMENT B CONTRACT FOR THE LEASE OF GETAC TABLETS FOR THE SOUTH MIAMI POLICE DEPARTMENT • CITY OF SOUTH MIAMI FEE SCHEDULE & LEASE AGREEMENT DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Confidential (Internal Only) PCN Strategies, Inc. 1612 K Street NW Suite 802 Washington. District of Columbia 20006 United States Quotation (Open) Quote #: 1013958 1 rev of 1 Modified Date: Sep 16. 2021 03:30 PM CDT Description : 38 X Getac V110 G6 Account Manager: Steve Crockett 202-480- 4604 Customer South Miami Police (SM0989) Barzola, John 6130 Sunset Dr. South Miami, FL 33143 United States (P) (305) 663-6301 Customer PO: Special Instructions: Reference NCPA Contract # 01-97. Bill To City of South Miami Division of Purchasi, . 6130 Sunset Drive South Miami, FL 33143 United States (P) 305-663-6339 (F) 305-667-7806 Ship To South Miami Police Barzola, John 6130 Sunset Dr. South Miami, FL 33143 United States (P) (305) 663-6301 Terms: Undefined Email: steve.c@pcnstrategies.com Government Contract: NCPA -NCPA Customer Contact Barzola, John jbarzola@southmiamifl.gov Ship Via: Fed Ex Ground Canrier Account #: ,. a IS nee PRICING FOR GETAC V110 LAPTOP AND IMAGING SERVICES PER NCPA CONTRACT NCPAlOMNIA 01/97 CONTRACT The NCPA, AND OMNIA contracts include a full catalog of products & services from world-PRICING class IT manufacturers at a fixed 4% discount percentage off the commercial published pricelist (MSRP). unless otherwise noted Getac V110 Gen 6 VM2PZPJABUBZ (5972131) $4,244.00 38 $4,074.24 $154,821 .12 Note: V110 G6- Intel Core i5-1 021 OU Processor, Windows Hello Webcam, Microsoft Windows 10 Pro x64 with 8GB RAM, 256GB PCle SSD, Sunlight Readable (Full HD LCD + Touchscreen + Hard Tip stylus), US KBD + US Power cord, Membrane Backlit KBD, WIFI + BT+ GPS/Glonass + 4G LTE (EM7511) + Pass-through, Hard Handle, Smart Card Reader, Dual batteries, TouchPad WI Click Button, 3 Year B2B Warranty GETAC ON-SITE DISK IMAGING CONSULTING SERVICE -PER DAY Bundle Subtotal 2 PURCHASE PRICE FOR GETAC V110 COMPUTER, AND IMAGING SERVICES Getac V110 Gen 6 GE-SVSYHDS1D (4708827) PCN PRICING VM2PZPJABUBZ (5972131) $2,200.00 10 $2,112.00 $21 ,120.00 $183,272.00 0 $175,941.12 $0.00 $4 ,244 .00 38 $2,999.00 $113,962 .00 OocuSign Envelope 10 : 9A3FD230-5206-49F3-99A7-EC9843B35C50 # Descrip!!on -r' ','.-~: . -.' '-,-': .... " " Part # List Price Qty Uni Note: V110 G6- Intel Core i5-10210U Processor, Windows Hello Webcam . Microsoft W indows 10 Pro x64 with 8GB RAM . 256GB PCle SSD. Sunlight Readable (Full HD LCD + Touchscreen + Hard Tip stylus). US KBD + US Power cord . Membrane Backlit KBD. WIFI+BT+ GPS/Glonass + 4G LTE (EM7511) + Pass-through , Hard Handle. Smart Card Reader, Dual batteries, TouchPad WI Click Button. 3 Year B2B Warranty GETAC ON-5ITE DISK IMAGING CONSULTING SERVICE -PER DAY Bundle Subtotal GE-SVSYHDS1D (4708827) 3 3 YEAR LEASE OPTION 3 YEAR LEASE 3 ANNAUL PAYMENTS FOR LEASE OF 38 V110 LAPTOPS, AND 10 DAY IMAGING AND OPTION TRAINING SERVICES . 3 YEAR LEASE OPTION 3YRLEASE (3YRLEASE) $2.200.00 10 $1.636.27 $16,362.70 $183,272.00 0 $130,324.70 $0.00 $42,472.00 3 $42,472.00 $127,416.00 Note: 3 YEAR ANNUAL PAYMENTS FOR 38 GETAC V110 COMPUTERS , AND 10 DAY IMAGING AND TRAINING SERVICES AS DESCRIBED IN TEXT ABOVE . $3539 ,33/MONTH X 12 MONTHS = ANNAUL RATE OF $42,472.00 X 3 YEARS Bundle Subtotal Reference NCPA Contract # 01-97 . https:/lwww.synnexcorp .com/us/govsolv/ncpal http ://www.ncpa .uslVendors/SYNNEX 'These items are cuslom+built and are not returnable once ordered . $127,416.00 1 $127,416.00 $127,416.00 Subtotal: Tax (.0000%): Shipping : Total: (List Price: $127,416.00 $0.00 $0 .00 $127,416.00 $127,416.00) DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Kulick, Steven P From: Sent: To: Cc: Subject: Attachments: Hello Steven, Steve Crockett < steve.c@pcnstrategies.com> Thursday, September 16, 2021 4:51 PM Kulick, Steven P; Chris Lipski; Webster, John; Riverol, Alfredo John Barzola; ronnie .pender (Ronnie Pender -GUSA) QUOTE 1013958: GETAC V110 AND IMAGING SERVICES NCPA Contract #01-97 FL -SOUTH MIAMI POLICE 38 X V11 0 GEN 6 and Imaging services Lease proposal Quote 1013958.pdf I have prepared the attached quote 1013958, outlining the NCPA 01/97 National contract pricing at 4% off of MSRP of the 38 Vll0 laptops, and 10 days of imaging and training services provided by Getac, in section 1. Bundle 1 total of $175,941.12. Section 2 outlines the cost to purchase the product and services from PCN Strategies. The Vll0 laptops are discounted 29.33% below Getac MSRP, and the Imaging and training services are priced 25.62% below Getac MSRP. These are priced well below the NCPA contract price. Bundle 2 total of $130,324.70. Section 3 outlines the cost for a 3 year lease financing of the costs of the 38 VllO laptops, and Imaging and Training services. The 3 annual payments of $42,472.00 total $127,416.00. This represents an additional savings of 2.25% off of the purchase price. Bundle 3 total of $127,416.00. Let me know if you need any additional information about this lease program, or if you need me to tweak this quote in any way. Regards, Steve Crockett PCN Strategies Mobile (202) 480-4604 From: Kulick, Steven P [mailto:SKulick@southmiamifl.gov] Sent: Thursday, September 16,20212:26 PM To: Chris Lipski <clipski@vantagefncl.com>; Steve Crockett <steve.c@pcnstrategies.com>; Webster, John <JWebster@southmiamifl.gov>; Riverol, Alfredo <ARiverol@southmiamifl.gov> Cc: John Barzola <jbarzola@southmiamipdfl.gov>; ronnie.pender (Ronnie Pender -GUSA) <ronnie.pender@getac.com> Subject: RE : NCPA Contract #01-97 Thank you. Steven Kulick, C.P.M. Chief Procurement Officer/Procurement Division City of South Miami -6130 Sunset Drive -South Miami, FI 33143 Ph: 305/663-6339; Fax: 305/663-6346 -Email: skulick@southmiomif!.gov 1 DocuSign Envelope ID : 9A3FD23D-5206-49F3-99A7-EC9843B35C50 Lease Document Checklist Hello! Below is a checklist of original ink signed documents and other items that peN Strategies requires to be returned. Documents/Other Info Required: o Lease Schedule -sign first and last page D Master Lease Agreement -sign last page o Certificate of Incumbency * Any document signer(s) for the lease documentation should add his/her name, title and signature to the document directly under the first paragraph. * The witness to the Incumbency should write his/her name and title in the top paragraph where indicated. Additionally, the witness will need to date and sign at the bottom of the document. D Business Essential Statement -copy onto school letterhead and sign o Opinion of Counsel-forward to your legal counsel to copy/paste onto their letterhead- forward copy to PCN o Tax Exempt Certificate D W-9 or Federal Tax ID Number D Return all items using the FedEx slip provided. Questions? Don't hesitate to contact your Managing Director! Managing Director I Chris Lipski I 920.395.9136 DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 SSITalegleS LEASE SCHEDULE 001 This Lease Schedule is issued pursuant to the Lease Agreement No. CIT090121 dated September 1,2021. The terms and conditions of the Lease Agreement and the terms and conditions of Certificates of Acceptance executed pursuant to Lease Schedule 001, including Installation Dates and descriptions and serial numbers of Equipment contained therein, are a part hereof and incorporated by reference herein. LESSOR: PCN Strategies LLC 444 Second Street Excelsior, MN 55331 SUPPLIER OF EQUIPMENT: PCN LESSEE: City of South Miami, Florida 6130 Sunset Drive South Miami, FL 33143 LOCATION OF INSTALLATION: Same as Above Term of Lease from Commencement Date: 36 months Monthly Lease Charge: $3,539.33, due annually in the amount of $42,472.00 Security Deposit: Lessee shall deliver a security deposit in the amount of $3,539.00. If no Event of Default has occurred, this security deposit may be applied toward the total amounts due pursuant to the applicable Lease Schedule. EQUIPMENT: Getac V11 0 Gen 6 wI Services to be fully described at a later date . Lessee understands that Lessor's commitment to lease Equipment under this Lease Schedule 001 is contingent upon continuing credit approval by Lessor's credit committee and such credit approval shall be at Lessor's sole discretion. Lessor shall remarket Lessee's owned equipment if requested by Lessee, and agrees to provide to Lesseea credit towards future leases or check for their portion of the proceeds, if any proceeds are received from said equipment. Lessee prefers to bear responsibility for wiping the hard drives of any equipment that is returned, as applicable. Lessee's preference does not preclude any 3rd party remarketer engaged bylessor from also wiping hard drives of equipment during equipment audit. Every Term is Agreed to and Accepted : PCN STRATEGIES LLC "LESSOR" By: Print Name: Title: Date: Senior Vice President -Operations November 12, 2021 Every Term is Agreed to and Accepted: CITY OF SOUTH MIAMI, FLORIDA "LESSEE" ATTEST ) t7 By Gy\fW-J NamefTitle: Nkenga Payne . CMC City Clerk CITY OF SOUTH r~~ \ / By: ~Lh~ NamefTitle: Shari Kamali, Ci ty Manager Read and Approved as to Form, Language, Legality and Execution ThereOfG=9ned by: By: ~~S Plft.. 40F3994762C6418 ,., NamefTitle: Thomas F. Pe pe, Ci ty Attorney OocuSign Envelope 10: 9A3F0230-5206-49F3-99A7-EC9843B35C50 Ssrtategies Lease Agreement Number CIT090121 Lease Agreement This Lease Agreement dated September 1, 2021, by and between PCN STRATEGIES LLC (the "Lessor") with an office located at 444 Second Street, Excelsior, Minnesota 55331 and CITY OF SOUTH MIAMI, FLORIDA (the "Lessee") with an office located at 6130 Sunset Drive, South Miami, Florida 33143. Lessor hereby leases or grants to the Lessee the right to use, and Lessee hereby rents and accepts the right to use, the tangible property and the equipment whether or not listed by serial number, and software and related services, on the Lease Schedule(s) attached hereto or incorporated herein by reference from time to time (collectively, the equipment, software and all related services are the "Equipment"), subject to the terms and conditions hereof, as supplemented with respect to each item of Equipment by the terms and conditions set forth in the appropriate Lease Schedule. The term "Lease Agreement" shall Include this Lease Agreement and the various Lease Schedule(s) identifying each item of Equipment or the appropriate Lease Schedule(s) identifying one or more particular items of Equipment. 1. Term This Lease Agreement is effective from the date it is executed by both parties. The term of this Lease Agreement, as to all Equipment designated on any particular Lease Schedule, shall commence on the Installation Date for all Equipment on such Lease Schedule and shall continue for an initial period ending that number of months from the Commencement Date as set forth in such Lease Schedule (the "Initial Term") and shall continue from year to year thereafter at the Monthly Charges last in effect, until terminated. The term ofthis Lease Agreement as to all Equipment designated on any particular Lease Schedule may be terminated without cause at the end of the Initial Term or the end of any year thereafter by either party mailing written notice of its termination to the other party not less than one-hundred twenty (120) days prior to such termination date. All such terminations are effective only with respect to not less than all Equipment under the applicable Lease Schedule. Notice of termination by Lessee may not be revoked without Lessor's written consent. 2. Credit Review For each Lease Schedule, Lessee agrees that Lessor may conduct a credit investigation and review. In such event, Lessee shall provide, in a timely manner, such financial information as Lessor may request. Lessee represents and warrants that all such financial information accurately and completely presents Lessee's financial condition as ofthe date of execution of each Lease Schedule. Lessee shall upon request provide to Lessor a complete set of Lessee's financial statements, including a statement of cash flows, balance sheet and income statement, and any other financial information the Lessor may request. If during the Installation Period the Lessee's financial condition changes in any material respect (as determined by the Lessor in its sole discretion), then Lessor shall be entitled to stop purchasing equipment to be leased to Lessee and commence the applicable lease schedule(s). 3. Licensed Software Any software listed in a Lease Schedule will be subject to Lessee's separate software license agreement with the owner or distributor ("Licensor") except as such agreement may conflict with the terms and conditions of the Lease Schedule. Lessee shall comply with all non-conflicting terms and look solely to the Licensor for satisfaction of all claims and warranties relating to the software. Lessee's obligations under a Lease Schedule will not be affected by any termination of a software license agreement or any defect in or loss of the software. Lessee is responsible for arranging delivery and installation of the software. 4. Commencement Date The Installation Date for each item of Equipment shall be the day said item of Equipment is installed at the Location of Installation, ready for use, and accepted in writing by the Lessee. The Commencement Date for any Lease Schedule is the first day of the month following installation of all the Equipment of the Lease Schedule, unless the latest Installation Date for any Equipment on the Lease Schedule falls on the first day of the month, in which case that is the Commencement Date. The Lessee shall complete, execute and deliver to Lessor a Certificate of Acceptance listing the specific items of Equipment to be leased upon installation of the Equipment. 5. Lease Charge The lease charges for the Equipment leased pursuant to this Lease Agreement shall be the aggregate "Monthly Lease Charge(s)" as set forth on each and every Lease Schedule executed pursuant hereto (the aggregate "Monthly Lease Charge(s)" are the "Lease Charges"). Lessee agrees to pay to Lessor the Lease Charges in accordance with the Lease Schedule(s), and the payments shall be made at Lessor's address indicated thereon. The Lease Charges shall be paid by Lessee monthly in advance with the first full month's payment due on the Commencement Date. Charges for taxes made in accordance with Section 6 below, and all other charges made under any other provision of this Lease Agreement and payable by Lessee, shall be paid to Lessor at Lessor's address specified on the Lease Schedule(s) on the date specified in invoices delivered to Lessee. If payment as specified above is not received by Lessor on the due date, Lessee agrees to and shall, to the fullest extent permitted by law, pay on demand, as a late charge, an amount equal to five percent (5%), or the maximum percentage allowed by law if less, of the amount past due ("Late Charges"). The parties agree that Late Charges will accrue until billed by Lessor. Late Charges shall be charged and added to any past due amount(s) on the date such payment is due and every thirty (30) days thereafter until all past due amounts are paid in full to Lessor. 6. Taxes In addition to the Lease Charges and Late Charges (if any) set forth in Section 5 above, Lessee shall reimburse Lessor for all license or registration fees, assessments, charges, sales and use taxes, rental taxes, recycling, administrative or environmental fees, gross receipts taxes, personal property taxes and other taxes or fees now or hereafter imposed by any government, agency, province or otherwise upon the Equipment, the Lease Charges or upon the ownership, leasing, renting, purchase, possession, use, recycling or disposal of the Equipment, whether the same be assessed to Lessor or Lessee (the "Taxes"). Lessee's obligation to remit taxes and other non-rent related charges shall be due and payable upon invoice from Lessor in accordance with the terms of such invoice. Lessor shall file all property tax returns and pay all Taxes when due. Lessee, upon written notice to Lessor, may, in Lessee's own name, contest or protest any Taxes, and Lessor shall honor any such notice except when in Lessor's sole opinion such contest is futile or will cause a levy or lien to arise on the Equipment or cloud Lessor'S title thereto. In addition, Lessee shall be responsible to Lessor for the payment and discharge of any penalties or interest as a result of Lessee's actions or inactions. Nothing herein shall be construed to require Lessee to be Page 1 of 6 DocuSign Envelope 10: 9A3FD23D-5206-49F3-99A7-EC9843835C50 responsible for any federal or state taxes or payments in lieu thereof, imposed upon or measured by the net income of Lessor, or state franchise taxes of Lessor, or except as provided hereinabove, any penalties or interest resulting from Lessor's failure to timely remit such tax payments. 7. Delivery and Freight Costs All transportation charges upon the Equipment for delivery to Lessee's designated Location of Installation shall be paid by Lessee. All rigging, drayage charges, structural alterations, rental of heavy equipment and/or other expense necessary to place the Equipment at the Location of Installation are to be promptly paid by Lessee. Lessee shall accept delivery of the Equipment and allow the Equipment to be installed within five (5) days after delivery. 8. Installation Lessee agrees to pay for the actual installation of the Equipment at the Location of Installation or any other location authorized under this Agreement. Lessee shall make available and agrees to pay for all costs associated with providing a suitable place of installation and necessary electrical power, outlets and air conditioning required for operating the Equipment as defined in the Equipment manufacturer's installation manual or instructions, or as otherwise required by the Equipment manufacturer. All supplies consumed or required by the Equipment shall be fumished and paid for by Lessee. 9. Return to Lessor On the day following the last day of the lease term associated with a Lease Schedule (the "Return Date"), Lessee shall cause and pay for the Equipment listed on that Lease Schedule to be deinstalled, packed using the manufacturer's standard packing materials and shipped to a location designated in writing by Lessor (the "Return Location"). If the Equipment listed on the applicable Lease Schedule is not at the Return Location within ten (10) days of the Return Date, or Lessee fails to deinstall and ship the Equipment on the Return Date, then any written notice of termination delivered by Lessee shall become void, and the Lease Schedule shall continue in accordance with this Lease Agreement. In no event may Lessee avoid the effect of the preceding sentence by returning less than all of the Equipment listed on the applicable Lease Schedule or by returning substituted Equipment unless Lessor, in its sale discretion, shall expressly agree in writing. Irrespective of any other provision hereof, Lessee will bear the risk of damage from fire, the elements or otherwise until delivery of the Equipment to the Return Location. At such time as the Equipment is delivered to the Lessor at the Return Location, the Equipment will be at the risk of the Lessor. 10. Maintenance Lessee, at its sale expense, shall maintain the Equipment in good repair, working order and condition. Lessee shall enter into, pay for and maintain in force during the entire term of any Lease Schedule, a maintenance agreement with the manufacturer of the Equipment providing for continuous uninterrupted maintenance of the Equipment (the "Maintenance Agreement"). Upon Lessor's request, Lessee shall provide a copy of each such Maintenance Agreement to Lessor. Lessee will cause the manufacturer to keep the Equipment in good working order in accordance with the provisions of the Maintenance Agreement and make all necessary adjustments and repairs to the Equipment. The manufacturer is hereby authorized to accept the directions of Lessee with respect thereto. Lessee agrees to allow the manufacturer full and free access to the Equipment. All maintenance and service charges, whether under the Maintenance Agreement or otherwise, and all expenses, if any, of the manufacturer's customer engineers incurred in connection with maintenance and repair services, shall be promptly paid by Lessee. Lessee warrants that all of the Equipment shall be in good working order operating according to manufacturer's specification and eligible for the manufacturer's standard maintenance agreement upon delivery to and inspection and testing by the Lessor. If the Equipment is not free of physical defect or damage, operating according to manufacturer's specification, in good working order and/or eligible for the manufacturer's standard maintenance agreement, then Lessee agrees to reimburse Lessor for all costs, losses, expenses and fees associated with such equipment and the repair or replacement thereof. Upon the termination of any Lease Schedule or this Lease Agreement, Lessee warrants that the Equipment shall be eligible for the manufacturer's standard maintenance agreement. Lessee agrees to reimburse Lessor for any costs it incurs in making the Equipment eligible for such standard maintenance. 11. Location, Ownership and Use The Equipment shall, at all times, be the sale and exclusive property of Lessor. Lessee shall have no right or property interest therein, except for the right to use the Equipment in the normal operation of its business at the Location of Installation or as otherwise provided herein. The Equipment is and shall remain personal property of the Lessor even if installed in or attached to real property. Lessor shall be permitted to display notice of its ownership on the Equipment by means of a suitable stencil, label or plaque affixed thereto. Lessee shall keep the Equipment at all times free and clear from all liens, claims, levies, encumbrances, security interests and processes, of any nature whatsoever. Lessee shall give Lessor immediate notice of any such attachment or other judicial process affecting any of the Equipment. Without Lessor's written permission, Lessee shall not attempt to or actually: (i) pledge, lend, create a security interest in, sublet, exchange, trade, assign, swap, use for an allowance or credit or otherwise; (ii) allow another to use; (iii) part with possession; (iv) dispose of; or (v) remove from the Location of Installation, any item of Equipment. If any item of Equipment is exchanged, assigned, traded, swapped, used for an allowance or credit or otherwise to acquire new or different equipment (the "New Equipment") without Lessor's prior written consent, then all of the New Equipment shall become Equipment owned by Lessor subject to this Lease Agreement and the applicable Lease Schedule. Any feature(s) installed on the Equipment at the time of delivery which are not specified on the Lease Schedule(s) are and shall remain the sale property of the Lessor. Lessee shall cause the Equipment to be operated in accordance with the applicable vendor's or manufacturer's manual of instructions by competent and qualified personnel. 12. Financing Statement Lessor is hereby authorized by Lessee to cause this Lease Agreement or other instruments, including Uniform Commercial Code Financing Statements, to be filed or recorded for the purposes of showing Lessor's interest in the Equipment. Lessee agrees to execute any such instruments as Lessor may request from time to time. 13. Alterations and Attachments Upon prior written notice to Lessor, Lessee may, at its own expense, make minor alterations in or add attachments to the Equipment, provided such alterations and attachments shall not interfere with the normal operation of the Equipment and do not otherwise involve the pledge, assignment, exchange, trade or substitution of the Equipment or any component or part thereof. All such alterations and attachments to the Equipment shall become part of the Equipment leased to Lessee and owned by Lessor. If, in Lessor's sole determination, the alteration or attachment reduces the value of the Equipment or interferes with the normal and satisfactory operation or maintenance of any ofthe Equipment, or creates a safety hazard, Lessee shall, upon notice from Lessor to that effect, promptly remove the alteration or attachment at Lessee's expense and restore the Equipment to the condition the Equipment was in just prior to the alteration or attachment. 14. Loss and Damage Lessee shall assume and bear the risk of loss, theft and damage (including any government requisition, condemnation or confiscation) to the Equipment and all component parts hereof from any and every cause whatsoever, whether or not covered by insurance. No loss or damage to the Equipment or any component part thereof shall impair any obligation of Lessee under this Lease Agreement, which shall continue in full force and effect except as hereinafter expressly provided. Lessee shall repair or cause to be repaired all damage to the Equipment. In the event that all or part of the Equipment shall, as a result of any cause whatsoever, become lost, stolen, destroyed or otherwise rendered irreparably unusable or damaged (collectively, the "Loss") then Lessee shall, within ten (10) days after the Loss, fully inform Lessor in writing of such a Loss and shall pay to Lessor the following amounts: (i) the Monthly Lease Charges (and other amounts) due and owing under this Lease Agreement at the time of the Loss (or Event of Default, as defined hereinafter), plus (ii) the original cost of the Equipment subject to the Loss (or Event of Default, as defined hereinafter) multiplied by the "Percent of Original Cost." The Original Cost of a particular item of Equipment shall be Lessee's original purchase price of such item at the time of its purchase or payment to the applicable vendor by Lessor, plus additional or related charges such as taxes, delivery and freight, installation, maintenance, etc. The Percent of Original Cost shall be the Per Payment Factor multiplied by the number of lease payments Lessor has received from Lessee during the Initial Term subtracted from Page 2 of6 DocuSign Envelope ID : 9A3FD23D-5206-49F3-99A7-EC9843B35C50 112 and then divided by 100. The Per Payment Factor is the sum of 112 multiplied by 0.7 divided by the number of Monthly Lease Charges that are due during the Initial Term (collectively, the sum of (i) plus (ii) shall be the "Casualty Loss Value"). Upon receipt by Lessor of the Casualty Loss Value: (i) the applicable Equipment shall be removed from the Lease Schedule; and (ii) Lessee's obligation to pay Lease Charges associated with the applicable Equipment shall cease. Lessor may request, and Lessee shall complete, an affidavit(s), which swears out the facts supporting the Loss of any item of Equipment. 15. Insurance Until the Equipment is retumed to Lessor or as otherwise herein provided, whether or not this Lease Agreement has terminated as to the Equipment, Lessee at its expense, shall maintain: (i) property and casualty insurance insuring the Equipment for its Casualty Loss Value naming Lessor andlor its assigns as sole loss payee; and (ii) comprehensive public liability and third-party property insurance naming Lessor andlor its assigns as additional insureds. The insurance shall cover the interest of both the Lessor and Lessee in the Equipment, or as the case may be, shall protect both the Lessor and Lessee in respect to all risks arising out ofthe condition, delivery, installation, maintenance, use or operation of the Equipment. All such insurance shall provide for thirty (30) days prior written notice to Lessor of cancellation, restriction, or reduction of coverage and shall have a clause specifying that no action or misrepresentation by Lessee shall invalidate such policy. Lessor shall be under no duty to ascertain the existence of or to examine any such policy or to advise Lessee in the event any such policy shall not comply with the requirements hereof. Lessee hereby irrevocably appoints Lessor as Lessee's attomey- in-fact to make claim for, receive payment of and execute and endorse all documents , checks or drafts for loss or damage or retum premium under any insurance policy issued on the Equipment. Prior to installation of the Equipment, all policies or certificates of insurance shall be delivered to Lessor by Lessee. Lessee agrees to keep the Equipment insured with an insurance company which is at least "A" rated by A.M. Best and in such form, including a maximum deductible, as may be satisfactory to Lessor. The proceeds of any loss or damage insurance shall be payable to Lessor, but Lessor shall remit all such insurance proceeds to Lessee at such time as Lessee either (i) provides Lessor satisfactory proof that the damage has been repaired and the Equipment has been restored to good working order and condition or (ii) pays to Lessor the Casualty Loss Value . It is understood and agreed that any payments made by Lessee or its insurance carrier for loss or damage of any kind whatsoever to the Equipment are not made as accelerated rental payments or adjustments of rental, but are made solely as indemnity to Lessor for loss or damage of its Equipment. 16. Enforcement of Warranties Lessee, in its own name, shall, so long as this Lease Agreement is in force, enforce any manufacturer's Equipment warranty. 17. Warranties, Disclaimers and Indemnity Lessor warrants that at the time the Equipment is delivered to Lessee, Lessor will have full right, power and authority to lease the Equipment to Lessee. EXCEPT FOR THE WARRANTY IN THE SENTENCE DIRECTLY PRECEDING THIS ONE, LESSOR DOES NOT MAKE ANY WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING THE WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE. LESSEE ACKNOWLEDGES THAT IT IS NOT RELYING ON LESSOR'S SKILL OR JUDGMENT TO SELECT OR FURNISH GOODS SUITABLE FOR ANY PARTICULAR PURPOSE' THAT LESSOR HAS NOT SELECTED, MANUFACTURED, SOLD OR SUPPLIED ANY OF THE EQUIPMENT; THAT THERE ARE NO EXPRESS OR IMPLIED WARRANTIES CONTAINED IN THIS LEASE AGREEMENT; AND THAT NEITHER LESSOR NOR SUPPLIER IS AN AGENT FOR THE OTHER AND LESSOR WILL NOT BE BOUND BY OR LIABLE FOR ANY REPRESENTATION, WARRANTY OR PROMISE MADE BY THE SUPPLIER. NO DEFECT, UNMERCHANTABILITY OR UNFITNESS OF THE EQUIPMENT SHALL RELIEVE LESSEE OF THE OBLIGATION TO PAY RENT OR PERFORM OTHER OBLIGATIONS UNDER THIS LEASE. LESSEE REPRESENTS AND WARRANTS THAT IT IS NOT A FOREIGN "FINANCIAL INSTITUTION" OR ACTING ON BEHALF OF A FOREIGN "FINANCIAL INSTITUTION" AS THAT TERM IS DEFINED IN THE BANK SECRECY ACT, 31 U.S.C. 5318, AS AMENDED . LESSEE ACKNOWLEDGES THAT LESSOR IN COMPLIANCE WITH SECTION 326 OF THE USA PATRIOT ACT, WILL BE VERIFYING CERTAIN INFORMATION ABOUT LESSEE. LESSEE FURTHER ACKNOWLEDGES AND AGREES THAT LESSOR AND ITS REPRESENTATIVES AND EMPLOYEES HAVE NOT MADE ANY STATEMENT, REPRESENTATION OR WARRANTY RELATIVE TO THE ACCOUNTING OR TAX ENTRIES, TREATMENT, BENEFIT, USE OR CLASSIFICATION OF THE LEASE AGREEMENT, OR ASSOCIATED LEASE SCHEDULES . LESSEE ACKNOWLEDGES THAT IT ANDIOR ITS INDEPENDENT ACCOUNTANTS ARE SOLELY RESPONSIBLE FOR (I) ANY AND ALL OF LESSEE'S ACCOUNTING AND TAX ENTRIES ASSOCIATED WITH THE LEASE AGREEMENT ANDIOR THE LEASE SCHEDULES AND (II) THE ACCOUNTING AND TAX TREATMENT BENEFITS, USES AND CLASSIFICATION OF THE LEASE AGREEMENT OR ANY LEASE SCHEDULE. LESSOR SHALL HAVE NO RESPONSIBILITY OR LIABILITY WHATSOEVER FOR ANY INFORMATION, INCLUDING BUT NOT LIMITED TO CONSUMER OR PATIENT INFORMATION , THAT IS AT ANY TIME ENTERED, STORED, TRANSFERRED TO, CONTAINED OR RETAINED ON ANY EQUIPMENT, WHETHER OR NOT SUCH INFORMATION IS SUBJECT TO FEDERAL, STATE OR OTHER LAW, INCLUDING BY WAY OF EXAMPLE ONLY AND NOT OF LIMITATION, THE HEALTH INSURANCE PORTABILITY ACCOUNTABILITY ACT OF 1996 (HIPAA), FINANCIAL MODERNIZATION ACT (GRAMM-LEACH-BLILEY ACT), ETC . LESSOR SHALL NOT BE LIABLE FOR ANY DAMAGES WHATSOEVER, INCLUDING, BUT NOT LIMITED TO, SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES ARISING OUT OF OR IN CONNECTION WITH THE RELATIONSHIP BETWEEN THE LESSOR AND LESSEE, THIS LEASE AGREEMENT OR THE PERFORMANCE POSSESSION, LEASE OR USE OF THE EQUIPMENT. THIS LEASE AGREEMENT IS A "FINANCE LEASE" AS THAT TERM IS DEFINED AND USED IN ARTICLE 2A OF THE UNIFORM COMMERCIAL CODE . NO RIGHTS OR REMEDIES REFERRED TO IN ARTICLE 2A OF THE UNIFORM COMMERCIAL CODE WILL BE CONFERRED ON LESSEE. Lessee agrees that Lessor shall not be liable to Lessee for, and Lessee shall indemnify, defend and hold Lessor harmless with respect to, any claim from a third party for any liability, claim, loss, damage, cost or expense of any kind or nature, whether based upon a theory of strict liability or otherwise, caused, directly or indirectly, by: (i) the inadequacy of a~y item of Equipment, including software, for any purpose; (ii) any defiCiency or any latent or other defects in any Equipment, including software, whether or not detectable by Lessee; (iii) the selection, manufacture, purchase, acceptance, rejection, ownership, delivery, installation, lease, possession, maintenance, operation, use or performance of any item of Equipment, including software; (iv) any interruption or loss of service, use or performance of any item of Equipment, including software; (v) patent, trademark or copyright or other intellectual property infringement; (vi) any information whatsoever or the loss , release, unauthorized access, transfer, theft, use or misuse thereof, or (vii) any loss of business or other special, incidental or consequential damages whether or not resulting from any of the foregoing. Lessee's duty to defend and indemnify Lessor shall survive the expiration, termination, cancellation or assignment of this Lease Agreement or a Lease Schedule and shall be binding upon Lessee's successors and permitted assigns. 18. Event of Default The occurrence of any of the following events shall constitute an Event of Default under this Lease Agreement andlor any Lease Schedule : (1) the nonpayment by Lessee of any Lease Charges when due, or the nonpayment by Lessee of any other sum required hereunder to be paid by Lessee which non-payment continues for a period of ten (10) days from the date when due; (2) the failure of Lessee to perform any other term, covenant or condition of this Lease Agreement, any Lease Schedule or any other document, agreement or instrument executed pursuant hereto or in connection herewith which is not cured within ten (10) days after written notice thereof from Lessor; . (3) Lessee attempts to or does remove, transfer, sell , swap, assign, sublease, trade, exchange, encumber, receive an allowance or credit for, or part with possession of, any item of Equipment; (4) Lessee ceases doing business as a going concern, is insolvent, makes an assignment for the benefit of creditors, fails to pay its debts as they become due, offers a settlement to creditors or calls a meeting of creditors for any such purposes, files a voluntary petition in ba~k~ptcy , is subject to an involuntary petition in bankruptcy, is adjudicated bankrupt or insolvent, files or has filed against it a petition seeking any reorganization, arrangement or composition, under any present or future statute, law or regulation; Page 3 of6 DocuSign Envelope 10: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 (5) any of Lessee's representations or warranties made herein or in any oral or written statement or certificate at any time given in writing pursuant hereto or in connection herewith shall be false or misleading in any material respect; (6) Lessee defaults under or otherwise has accelerated any material obligation, credit agreement, loan agreement, conditional sales contract, lease, indenture or debentures; or Lessee defaults under any other agreement now existing or hereafter made with Lessor; (7) the breach or repudiation by any party thereto of any guaranty, subordination agreement or other agreement running in favor of Lessor obtained in connection with this Lease Agreement; or (8) Lessee (i) enters into any merger or consolidation with, or sells or transfers all or any substantial portion of its assets to, or enters into any partnership or joint venture other than in the ordinary course of business with, any entity, (ii) dissolves, liquidates or ceases or suspends the conduct of business, or ceases to maintain its existence, (iii) if Lessee is a privately held entity, enters into or suffers any transaction or series of transactions as a result of which Lessee is directly or indirectly controlled by persons or entities not directly or indirectly controlling Lessee as of the date hereof, or (iv) if Lessee is a publicly held entity, there shall be a change in the ownership of Lessee's stock or other equivalent ownership interest such that Lessee is no longer subject to the reporting requirements of, or no longer has a class of equity securities registered under, the Securities Act of 1933 or the Securities Exchange Act of 1934. 19. Remedies Should any Event of Default occur, Lessor may, in order to protect its interests and reasonably expected profits, with or without notice or demand upon Lessee, retain any and all security deposits and pursue and enforce, alternatively, successively and/or concurrently, anyone or more of the following remedies: (1) recover from Lessee all accrued and unpaid Lease Charges and other amounts due and owing on the date of the default; (2) recover from Lessee from time to time all Lease Charges and other amounts as and when becoming due hereunder; (3) /NTENT/ONALL Y DELETED (4) cause to become immediately due and payable and recover from Lessee the Casualty Loss Value of the Equipment, which Lessee agrees is not a penalty but rather the fair measure of Lessor's loss in or damage to Lessor's interests in the Equipment and Lease caused by Lessee's default hereunder; (5) /NTENTIONALL Y DELETED (6) retake (by Lessor, independent contractor, or by requiring Lessee to assemble and surrender the Equipment in accordance with the provisions of Section 9 hereinabove) possession of the Equipment; (7) require Lessee to deliver the Equipment to a location designated by Lessor; (8) proceed by court action to enforce performance by Lessee of its obligations associated with any Lease Schedule and/or this Lease Agreement; and/or (9) pursue any other remedy Lessor may otherwise have, at law, equity or under any statute and recover damages and expenses (including attorneys' fees) incurred by Lessor by reason of the Event of Default. Upon repossession of the Equipment, Lessor shall have the right to lease, sell or otherwise dispose of such Equipment in a commercially reasonable manner, with or without notice, at a public or private sale. Lessor's pursuit and enforcement of anyone or more remedies shall not be deemed an election or waiver by Lessor of any other remedy. Lessor shall not be obligated to sell or re-lease the Equipment. Any sale or re-lease, may be held at such place or places as are selected by Lessor, with or without having the Equipment present. Any such sale or re-lease may be at wholesale or retail, in bulk or in parcels. Time and exactitude of each of the terms and conditions of this Lease Agreement are hereby declared to be of the essence. Lessor may accept past due payments in any amount without modifying the terms of this Lease Agreement and without waiving any rights of Lessor hereunder. 20. Costs and Attorneys' Fees In the event of any default, claim, proceeding, including a bankruptcy proceeding, arbitration, mediation, counter-claim, action (whether legal or equitable), appeal or otherwise, whether initiated by Lessor or Lessee (or a debtor-in-possession or bankruptcy trustee), which arises out of, under, or is related in any way to this Lease Agreement, any Lease Schedule, or any other document, agreement or instrument executed pursuant thereto or in connection therewith, or any governmental examination or investigation of Lessee, which requires Lessor's participation (individually and collectively, the "Claim"), Lessee, in addition to all other sums which Lessee may be called upon to pay under the provisions of this Lease Agreement, shall pay to Lessor, on demand, all costs, expenses and fees paid or payable in connection with the Claim, including, but not limited to, attorneys' fees and out-of-pocket costs, including travel and related expenses incurred by Lessor or its attorneys. 21. Lessor's Performance Option Should Lessee fail to make any payment or to do any act as provided by this Lease Agreement, then Lessor shall have the right (but not the obligation), without notice to Lessee of its intention to do so and without releasing Lessee from any obligation hereunder to make or to do the same, to make advances to preserve the Equipment or Lessor's title thereto, and to pay, purchase, contest or compromise any insurance premium, encumbrance, charge, tax, lien or other sum which in the judgment of Lessor appears to affect the Equipment, and in exercising any such rights, Lessor may incur any liability and expend whatever amounts in its absolute discretion it may deem necessary therefor. All sums so incurred or expended by Lessor shall be due and payable by Lessee within ten (10) days of notice thereof. 22. Quiet Possession and Inspection Lessor hereby covenants with Lessee that Lessee shall quietly possess the Equipment subject to and in accordance with the provisions hereof so long as Lessee is not in default hereunder; provided, however, that Lessor or its designated agent may, at any and all reasonable times during business hours, enter Lessee's premises for the purposes of inspecting the Equipment and the manner in which it is being used. 23. Assignments This Lease Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective successors and assigns. Lessee, however, shall not assign, transfer, pledge, mortgage, hypothecate or otherwise dispose of this Lease Agreement, the Lease Schedule(s), the Equipment, or any interest therein or sublet any of the Equipment without first obtaining the prior written consent of Lessor and its assigns, if any. Lessee acknowledges that the terms and conditions of this Lease Agreement have been fixed in anticipation of the possible assignment of Lessor's rights under this Lease Agreement and in and to the Equipment as collateral security to a third party ("Assignee") which will rely upon and be entitled to the benefit of the provisions of this Lease Agreement. Lessee agrees to provide Lessor or its assigns with Lessee's most recent audited and its most current financial statements. Lessee agrees with Lessor and such Assignee to recognize in writing any such assignment within fifteen (15) days after receipt of written notice thereof and to pay thereafter all sums due to Lessor hereunder directly to such Assignee if directed by Lessor, notwithstanding any defense, set-off or counterclaim whatsoever (whether arising from a breach of this Lease Agreement or not) that Lessee may from time to time have against Lessor. Upon such assignment, the Lessor shall remain obligated to perform any obligations it may have under this Lease Agreement and the Assignee shall (unless otherwise expressly agreed to in writing by the Assignee) have no obligation to perform such obligations. Any such assignment shall be subject to Lessee's rights to use and possess the Equipment so long as Lessee is not in default hereunder. 24. Survival of Obligations All covenants, agreements, representations, and warranties contained in this Lease Agreement, any Lease Schedule, or in any document attached thereto, shall be for the benefit of Lessor and Lessee and their respective successors, any assignee or secured party. Further, all covenants, agreements, representations, and warranties contained in this Lease Agreement, any Lease Schedule, or in any document attached thereto, shall survive the execution and delivery of this Lease Agreement and the expiration or other termination of this Lease Agreement. 25. Corporate Authority The parties hereto covenant and warrant that the persons executing this Lease Agreement and each Lease Schedule on their behalf have been duly authorized to do so, and this Lease Agreement and any Lease Schedule constitute a valid and binding obligation of the parties hereto. The Lessee will, if requested by Lessor, provide to Lessor, Certificates of Authority naming the officers of the Lessee who have the authority to execute this Lease Agreement and any Lease Schedules attached thereto. Page 4 of6 DocuSign Envelope ID: 9A3FD23D-5206-49F3-99A7-EC9843B35C50 26. Landlords' and Mortgagees' Waiver If requested, Lessee shall fumish waivers, in form and substance satisfactory to Lessor, from all landlords and mortgagees of any premises upon which any Equipment is located. 27. Miscellaneous This Lease Agreement, the Lease Schedule(s), attached riders and any do-cuments or instruments issued or executed pursuant hereto will have been made, executed and delivered in and shall be governed by the intemallaws (as opposed to conflicts of law provisions) and decisions of the State of Minnesota. Lessee and Lessor consent to jUrisdiction of any local, state or federal court located within Minnesota. Venue shall be in Minnesota and Lessee hereby waives local venue and any objection relating to Minnesota being an improper venue to conduct any proceeding relating to this Lease Agreement. This Lease Agreement was jointly drafted by the parties, and the parties hereby agree that neither should be favored in the construction, interpretation or application of any provision or any ambiguity. There are no unwritten or oral agreements between the parties. This Lease Agreement and associated Lease Schedule(s) constitute the entire understanding and agreement between Lessor and Lessee w ith respect to the lease of the Equipment, superseding all prior understandings, agreements, negotiations, discussions, proposals, representations, prom ises, commitments and offers between the parties, whether oral or written . This Lease Agreement and associated Lease Schedule(s) constitute a single unitary agreement. No provision of this Lease Agreement or any Lease Schedule shall be deemed waived, amended, discharged or modified orally or by cusiom. usage or course of conduct unless such waiver, amendment or modification is in writing and signed by an officer of each of the parties hereto. If anyone or more of the provisions of this Lease Agreement or any Lease Schedule is for any reason held invalid, illegal or unenforceable, the remaining provisions of this Lease Agreement and any such Lease Schedule will be unimpaired, and the invalid, illegal or unenforceable provisions shall be replaced by a mutually acceptable valid, legal and enforceable provision that is closest to the original intention of the parties. Lessee agrees that neither the manufactlJrer, nor the supplier, nor any of their salespersons , employees or agents are agents of Lessor. Any notice provided for herein shall be in writing and sent by certified or registered mail to the parties at the addresses stated on page 1 of this Lease Agreement. The Monthly Lease Charge is intended to be fixed from the Commencement Date to the end of the term . The three-year treasury rate is an integral part of the lease rate. Lessee and Lessor agree that the lease rate shall also be fixed du ring the Installation Period but shou ld the three-year treasury rate change during such Installation PeriOd, the lease rate may be adjusted by the Lessor on or prior to the Commencement Date. If, as part of a budget approved for Lessee for a fiscal year, sufficient funds are not appropriated to make payments required under a Lease Schedule, such Lease Schedule shall terminate as of the end of the last fiscal year for which funds have been appropriated provided that (1) Lessee does not acquire any substitute equipment which is functionally similar to the Equipment; (2) Lessee's operating funds are not otherwise available to Lessee to pay the Lease Charges; (3) there is no other legal procedure or available funds by or with which payment can be made to Lessor; and (4) the non-appropriation of funds did not result from any act or omission by Lessee. Lessee shall have the right to retum the Equipment to Lessor as allowed hereunder and terminate by written notice to Lessor not less than ninety (90) days prior to the end of Lessee's fiscal year. Upon such termination, Lessee shall not thereafter acquire, lease or finance functionally similar equipment for a period of twelve (12) months. In the event subsequent to such termination funds are made available to Lessee for equipment which is functionally similar to the Equipment, Lessee agrees, at Lessor's option, to purchase, lease and / or otherwise acquire such equipment from Lessor. Lessee represents and warrants that It has appropriated and budgeted the necessary funds to pay all amounts due under a Lease Schedule for the remainder of the fiscal year in which the term for the applicable Lease Schedule commences. For each Lease Schedule created hereunder, Lessee shall provide Lessor with an opinion of counsel and other documentation as required by Lessor. This Lease Agreement shall not become effective until delivered to Lessor at its offices at Excelsior, Minnesota and executed by Lessor. If this Lease Agreement shall be executed by Lessor prior to being executed by Lessee, it shall become void at Lessor's option five (5) days after the dale of Lessor's executlon hereof, unle.ss Lessor shall have received by such date a copy hereof executed by a duly authorized representative of Lessee. This Lease Agreement is made subject to the terms and conditions included herein and Lessee's acceptance is effective only to the extent that such terms and conditions are consistent with the terms and conditions herein. Any acceptance that contains terms and conditions that are in addition to or inconsistent with the terms and conditions herein will be a counter-offer and will not be binding unless agreed to in writing by Lessor. If contrary to the parties' Intentions a court of competent jurisdiction determines that this Lease is not a true "lease· under the UCC or other applicable law but rather another form of indebtedness secured by the EqUipment , then Lessee shall be deemed to have granted and hereby grants to Lessor, a first priority security interest in : (1) the Equ ipment and all additions, attachments , accessories and accessions thereto; (2) all subleases , chattel paper, accounts, security deposits, and general Intangibles relating thereto, and any and all SUbstitutions , replacements or exchanges for any such item of Equipment. In each such case in which Lessee shall from time to time acquire an interest; and (3) any and all insurance and/or other proceeds of the property and other collateral in and against which a security interest is granted hereunder. Lessee hereby authorizes Lessor to file financing statements and/oJ any otiler appropriate document of public record in the applicable j urisdictions in order to perfect the security interest granted hereunder (for precautionary purposes only). Upon a default by Lessee under this Lease, in addition to all other remedies set forth herein, Lessor shall be entitled to exercise all other rights and remedies available to a secured party. The terms used in this Lease Agreement, unless otherwise defined, shall have the meanings ascribed to them in the Lease Schedule(s). 28. REPOSSESSION AND JURY TRIAL WAIVER LESSEE ACKNOWLEDGES THAT, PURSUANT TO SECTION 19 HEREOF, LESSOR HAS BEEN GIVEN THE RIGHT TO REPOSSESS THE EQUIPMENT SHOULD LESSEE BECOME IN DEFAULT OF ITS OBLIGATIONS HEREUNDER. LESSEE HEREBY WAIVES THE RIGHT, IF ANY, TO REQUIRE LESSOR TO GIVE LESSEE NOTICE AND A JUDICIAL HEARING PRIOR TO EXERCISING SUCH RIGHT OF REPOSSESSION. LESSEE HEREBY IRREVOCABLY WAIVES TRIAL BY JURY IN ANY ACTION BY OR AGAINST LESSOR IN CONNECTION WITH THIS LEASE AGREEMENT. 29. Net Lease This Lease Agreement is a net lease and Lessee's obligations to pay all Lease Charges and other amounts payable hereunde r shall be absolute and unconditional and, except as expressly provided herein, shall not be subject to any: (i) delay, abatement, reduction, defense, counterclaim, set-off or recoupment; (ii) discontinuance or termination of any license; (iii) Equipment failure, defect or deficiency; (iv) damage to or destruction of the Equipment; or (v) dissatisfaction with the Equipment or otherwise, including any present or future claim against Lessor or the manufacturer, supplier, reseller or vendor of the Equipment. To the extent that the Equipment includes intangible (or intellectual) property, Lessee understands and agrees that: (i) Lessor is not a party to and does not have any responsibility under any software license and/or other agreement with respect to any software; and (ii) Lessee will be responsible to pay all of the Lease Charges and perform all its other obligations under this Lease Agreement despite any defect, deficiency, failure, termination, dis-satisfaction, damage or destruction of any software or software license. Further, Lessee agrees that it has an unconditional, irrevocable and absolute obligation to pay all Lease Charges and other amounts payable hereunder to the Lessor although (i) the Lessor does not hold title to any Software (or intellectual or intangible property), (ii) Lessor Is not a party to any Software li cense (or intellectual or intangible property license) that is listed among the Equipment on any Lease SChedule and (iii) any license to Software is exclus ively between the licensor of the Software ("Licensor") and the Lessee. Except as expressly provided herein , this lease Agreemen t shall not term inate for any reason , including any defect in the Eq uipment or Lessor's tide thereto or any' destruction or loss of use of any item of EqUipment. 30. Headings Section headings herein are used for convenience only and shall not otherwise affect the provisions of this Lease Agreement. Page 50f6 DocuSign Envelope 10 : 9A3FD23D-5206-49F3-99A7-EC9843B35C50 IN WITNESS WHEREOF, the parties hereto have caused this Lease Agreement to be signed by the ir respective duly authorized representative. Every Tenn is Agreed to and Accepted: PCN STRATEGIES LLC "LESSOR" Oy: Print Name: Title: Date: Senior Vice President -Operations November 12, 2021 Every Tenn is Agreed to and Accepted : CITY OF SOUTH MIAMI, FLORIDA "LESSEE" ArrEST By: CITYOFSOUTH Mr:~ ~ .~ By: _~~~~~~~~~~~~ __ ~ ____ ___ NamelTitle: Shari Kamali , City Manager Read and Approved as to Fonn , Language , Legality and Execution Ther eOf~:S line d by: By: _ fu~/A.S Plf!.. 40F3994762C641S ... NamelTitle: Thomas F. Pepe , City Attomey Page 60f6 OocuSig n Certificate Of Completion Envelope Id: 9A3FD23D520649F399A7EC9843B35C50 Status: Sent Subject: Please DocuSign: City of South Miami docs -v2Piggyback Lease.pdf, PCN Financial Lease Schedule ... Source Envelope : Document Pages : 128 Certificate Pages: 2 AutoNav: Enabled Envelopeld Stamping: Enabled Signatures: 5 Initials: 0 Time Zone: (UTC-06:00) Central Time (US & Canada) Record Tracking Status: Original 11/12/2021 3:12:04 PM Signer Events Marc Snover financialservices@pcnstrategies .com Senior Vice President -Operations PCN Financial Security Level : Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Thomas Pepe tpepe@southmiamifl .gov Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Shari Kamali skamali@southmiamifl.gov Security Level : Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Nkenga Payne npayne@southmiamifl.gov Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Editor Delivery Events Agent Delivery Events Intennediary Delivery Events Holder: Marc Snover financialservices@pcnstrategies.com Signature ~00c"1IIon<d by; 'P1..u-~ E0B83g7GCUEG.lJ;F Signature Adoption : Pre-selected Style Using IP Address : 68.46.64.89 Signature Adoption : Pre-selected Style Using IP Address : 76.108.19.56 Signature Status Status Status Envelope Originator: Marc Snover 444 Second Street Excelsior, MN 55441 financialservices@pcnstrategies.com IP Address: 65 .140.254.26 Location: DocuSign Timestamp Sent: 11/12/2021 3 :13:15 PM Viewed: 11/12/2021 3:13 :58 PM Signed: 11/12/20213:15:52 PM Sent: 11/12/20213:15 :57PM Viewed : 11/15/2021 7:37 :43 AM Signed : 11/15/2021 8 :04:35 AM Sent: 11/15/2021 8 :04 :39 AM Timestamp Timestamp Timestamp Timestamp Certified Delivery Events Status Timestamp Ca-rb on .C_CI'J)l Events -TImestamp! Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent HashedlEncrypted 11112/20213:13:15 PM Payment Events Status Timestamps 16SE NEIGHBORS I WALT DISNEY WORLD Guest enters Cinderella Castle A video went viral on TikTok, reaching more than 780,000 views, after a Walt Disney World guest strolled up the steps of the iconic Cinderella Castle at Magic Kingdom on Sept. 16 -an area off-limits to visitors. As the trespasser walked across the balcony, waving and smiling to the guests below, visitors are heard saying, "What is he doing up there?" Nico Vacca, an Insta- gram influencer, told indy100 that because the door was open to the stair- well, he climbed up and had one of his friends take a picture from below. After- ward, a cast member called him down. Vacca told in- dylO 0 that a security guard approached him later that day about the incident and gave him an order not to trespass again. -KALlA RlCHARDSON NOTICE OF NONDISCR IMINATORY POLICY AS TO STUDENTS Ransom Everglades School admits students of any race, color, national or ethnic origin, religion, djsability. sex, sexual orientation, gender identity and expression to all rights, privileges, programs and activities generally accorded or made available to students at the school. It does not discriminate on the basis of race, co] or, religion, national or ethnic origin, disability. sex, sexual orientation, gender identity and expression in administration of its educational policies, admissions policies, scholarship and loan programs. and athletic and other school-administered programs. J57S M Lll 1l Hi&hh'.1l'. CMonul GIO"'~. Florida 33 J 33 Ransom Everglades School 305 "I r.u ~HOO I '\"'''\\'.r.10~(pm c VCI~I ... tic.s.org ® CITY OF SOUTH MIAMI, FLORIDA CITY COMMISSION NOTICE OF PUBLIC HEARINGS In order 10 balance the need lor the City 01 South Miami to lunction and conduct vilal business during the COVID 19 pandemic and, at the same Lime, to proteclthe health, salely and welfare 01 ils ci1izens, officers, officials and administrative staH, and pursuant City 01 South Miami Code, Chapter 286.011, Fla, Stat, the City's Home Rule Powers, and City Manager's declaration of a state of emergency due to the Coronavirus, the City will be holding its City Commissilm Meeting live in chambers and VIRTUALLY through communications media technology (CMD un~1 the state Dr emergency has ended or sodal distancing is no longar reQuired by any relevant Execulive Orders All Commission members willparlicipate in Chambers Dr by video conrerencing through the Zoom platform and members or the public may join the meeting via Zoom al ~ uslj/30566363381 and participale. At a minimum, at least three members or the City Commission will be physically present In the City Commission Chambersl and Iheywl D be broadcasl on the Zoom plalform along with all other members 01 the Commission, City Slafl and the public who may atlend remotely from the Commission Chambers and from other locations. The meeting is scheduled 10 begin on TuBldn OclDbar 5 20gJ 117'00 g m to consider the following public heanng item(s): A Resolution authorizing the City Manager to enter into a mull;.year leasing agreement with peN Strategies, Inc, and GETAC for laptops and imaging services lor the Police Department. A Resolution authorizing the City Manager 10 negotiate and to enter Inlo a mull~year contract with Danny Berry Baseball Camp, Inc, lor Ihe management 01 youth baseball program seNices at Palme rPark. II you desire 10 present evidence or you are unable to use Zoom, Iher eare procedures to follow and olher oplions available including ade dicated phone line to listen and participate In the meeting and limited public allendance, all or which Is set lorlh In the meetiflg nolice posted at City Hall and at htlp:li\WM'.sQ'Ilbmjamifl gQy/580/public-Me!!tjngs-Ng1jc!!S, Anyone who wishes to review pending application, supporting documentation orwho desire to have documents made available for viewing by everyone during the meeting must contact the City Clerk by calling 305-663-6340. Nol ~ lhal pursuanllo Rorlda SlaMos 286 0105, a person who decides 10 appeal any d~tl,<;lon made by a iloard, A~encv or Commission wllh ra5p ~11D anv mailer considered al its "~QoI~~Pf(;dortheproteedlngsVlntbereQulredrorsald~''It''''II&'Cn:i1'1'U1k"*",,,.~.~~''1'CDI~iII'CLd'Orc~ DIIIMJm1~iM'ob~IItI!II )!:Io)'bb'Jt. ADA: To requ~st a modlficallon to a policy. prat:lIte or prot~dure Dr to rcqucst an auxDla!l/ aide or servltl: In order 10 partklpate In a Glty program, at:llvlty or event vau must on or belore 4:00 p m 3 business diIVS belore lhe meetln~ ~not coundtl\llhe day or the meellnQ) deliver your request 10 the Glty CleTk by telephone: 305-663-6340, by maU a16130 Sunset DrlvB, South Miami Florida or ~ma~ at nDaVMihoulhmlamin.~D'I NkengaA Payne,CMC, FCRM CflyClerk 'The minimum siandards lor adopting a resolullon or enatllnll an ordlnancc are sel lorth In 166041(01) , .. A majority althe members ot lhc gO'lcmlng body shall con~lIIule a Quorum. An attlrm~llvcvote 01 n mnjorllY at D quorum present Is necessary 10 rnacl any ordinance or adopl any resolution ;" SUNDAY SEPTEMBER 26 2021 ATTENTION! TRANSPORTATION PUBLIC HEARING Come and learn about the Florida Department of Transportation's District Six Five-Year Tentative Work Program for Fiscal Years r81··o~~. ~. OG .~ 2022/2023 thru 2026/2027 Miami-Dade County Hearing Thursday, October 14, 2021 6 p.m. to 7:30 p.m. Attend In Person ~~ .~/ Scan me 10 RSVP FOOT District Six Auditorium lor In·person 1000 NW 111 Avenue, Miami, FL33172 Space is Limited: RSVP by October 8, visit www.fdot.gov/wpph/district6 or scan the QR code. The in-person Public Hearing will be in compliance with all current Centers for Disease Control and Prevention (CDC) guidelines. Attend Virtually Scan me to attend virtually To attend the Public Hearing via GoToWebinar from your computer, tablet or smartphone please register using the link below or scan the QR Code: https:l/attendee.gotowebi nar.comlregister/4697143777893948941 Participants can also use their phone by dialing: +1 (562) 247-8422; Access code: 547-033-443 YOUR OPINION IS IMPORTANT TO US FOOT PROJECT MANAGERS WILL ATTEND VIRTUALLY TO HEAR YOUR THOUGHTS AND ANSWER YOUR QUESTIONS. Public hearings are being held in accordance with Seclion 339.135, Florida Statutes and to offer Ihe public an opportunity 10 comment on all projecls lor highway systems and public transportation within Florida Department of Transportation District Six's Tentative Five-Year Work Program . District Six com- prises Miami-Dade and Monroe Counties The Tentative Five-Year Work Program the period for 2022/2023-2026/2027. Send written comments by October 24, 2021 10 Tish Burgher, District Public Information Officer, by mall: 1000 NW 111 Avenue, Room 6134, Miami, Florida 33172, or email: Tish .8urgher@dotstalefl us These comments will also be incorporated in 10 the public document The proposed improvements have been developed in accordance with the Civil Rights Act of 1964 and the Civil Right Act of 196B. Public participation is solicited without regard to race, color, national origin, age, sex, religion, dis· abilily or family stalus Persons who require special accommodations under the Americans with Disabil· ities Act or persons who require translation services (free of charge) should conlact Nicholas Danu, P.E, by phone at (305) 470'5219, in writing al FOOT tOOo NW 111 Avenue, Miami, FL 33172, or via email at Nicholas,Danu@do LstateJ l.us at least seven days prior to the meeting . 138 6£~ MIAMI DAILY BUSINESS REVIEW Published Daily excopt Saturday, Sunday and Legal Holidays Miami, Miamj·Oade County. Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE : Before the undersigned aulhority personally appeared GUILLERMO GARCIA, who on oath says that he or she is the DIRECTOR OF OPERATIONS, Legal Notices of the Miami Daily BUSiness ReView flkla Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami In Miami-Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI -PUBLIC HEARINGS -OCT, 5, 2021 in the XXXX Court, was published in said newspaper in the issues of 09/24/2021 . Affiant further says that the said Miami Daily Business ReView IS a newspaper published at Miami, in said Miami-Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the posl office in Miami in said Miami-Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says lhal he or she has neither paid nor promised any person, firm or corporalion any discount, rebate, commission or refund for the purpose of securing this advertisement for publication in the said Sworn, and subscribed before me this 'V~ (SEAL) ~ GUILLERMO GARCIA personally known to me #}N\ CHRIS.TI~lYNNRAVIX :./~\.: ComrmsslOnllGG27n71 ~~;~4-l Expires November 19.2022 '"~~,r.:,,, Bondod TIvu Troy Fain I/lsurance 800-38H019 CITY OF SOUTH MIAMI, FLORIDA CITY COMMISSION NOTICE OF PUBLIC HEARINGS In order to balance the n,eed for th..e elly of SOuth Miami to fum:tion and conduct vital business dllring t/i.e e0VlD 19 ~efT}i~ and, at the same Uma, 10 protect lI\e hsalth, sarelY and welfare of Its cllilen~ officer1jj officials and admln strative slaff, alld pursuant Cjty III Soulh Mlaml COde. CIi'!!ller 286.0 11, FIe. Stat, the City's Home Rule Powe~ laI'\d Cil'J M~-s declilre;tion of a stale 0(. ell1.erge]lCY du e to the Coronavlrus, the CI\y:wl\1 be 'holding its Clly Qommlssior'l Mf!!lli ng live In chambers (I(Id VIR1UALLV througn oOmmu[l~roos lTIedia technOlogy (.GMT) until the'S1s !!! of emergency has ended or social cflSlanclng Is no Iong& requ ired by any relevant Executive Ord91S _ All Commlsslon memoe(S will participate in Chambsrs or by video conlerendng through the ZOom plalfOllll ar;d memJ?el'S of the public lTIaV loin lhe meeting via Zoom et It s:l/~OS6836S38) and pasticlpa!a. At a minimum, at least three members of the. OilY Commission will be physICally PI"~t In the Cify Commission Cbambe/S~ and thw wil l be broadcast on th Zoom platform along with all other members 01 the Com~on , €ityStalf and the publi c who may attend remotely from the CommissIOn Chambe.ls and from other locations. The meeting Is scheduled to begin on Tuesday, October 5, 2021 at 7:00 p.m. to consjder the following pubUc hearing item!s): A ~Iutlon authOrizing the City Manager [0 enler [1'110 a-mufti-year leasln911greemen~ With PeN Stra~leS}iiic. jIfld GEfAC'forlliplops and Imagfng selVh:esforthe P91 c Deitartmon A Resol ution eut orizmg e Il}Il'VJ3n)fger egotrat -ano 0 ,.-- errto( l nto a multl·year contraat with DaonY BerrY B8seba n Camp, lne. lor the management of youth baseball ~ services at Palmer Pall<. II you desire to presen eVidence Of you ate unabl e to use Zoom. thlml a.re procedures: to follow and owet opllO~ avallabl e Including a dedicated p)'lone line to listen and ~clAAJe In lIie meeting and l lm11ed pubUc attendance, all 01 ~n.\ch is set forth 113 rne meeting notTce posted at Cil'J Hall and et )l;l~w ,sout m.lru!i!f1 go v15!Q!Pub Ie· ee.!l!!9§:.tiQ.lic~ Aoyon~ '11)0 \'/fsIles to (jlvlelY pending ppllCation , sup'po,T1~ dO(!Ilmenta11on OJ who aeslre 10 nave doclJme(lls made .available for )'lewi ng b)' e~el'ione dunng the meeting mllS contact Ine Ol tY CleO< by calling 305-1363-6340 , ov~ ,,' Notelhal putSUOIllto FlorlGa Statutes 286 .0105 , 8 person who cleeides 10 aPPllal any decIslon made by • Board, Aqetrcy or Commission WIth respect to any manor conSiclored allt$ meeting or hearing. a record ollhe proceedirgs win be required 10LMid appeal BOd such pGtSOf\ wiG .bo. required to have a verbatim transcopt of the proceedings focIuding the testimony and evIdenee upon whdIlhe appeal ;5 10 be based. ADA: To r&qtJesl a modification to 8 policy. practlce or proeedure or 10 request an ll\I)(~iaty aide or service \rI otdef 10 par1JC\pale in a City pn:lQratn , aCllvity or .... &n~ ~ must on or belor ll 4:00 p.m. 3 business days bafofe Ihe moelillg (nOl counting th e day of [ha me1lung) delivOf your request 10 the City Cleric by telephone.: 3IJ5.fi63.6340, by IllIIiI 116130 Sunset Onve, South Miami , Florida or email al npayneQ$ou thmiamlfl.g<W . Nk'f1gn A. Payne. CMC , FCRM "" """ 1 Tha ~ stanc!ards I« adopbng a resoM lon Of tnaC\Iflg an OIdilance at. sellorth in 166.0.:11(4 ) .. , A majority of me members 01 the governing body shaJI const~utll a quonm.. An affirmative vote 011 majoril)' of II. quorum pres ent is necessary \0 ClMe! any (lfdlnonce OfilOOpl My resolution •• " 9/24 21-79J00005533 80M