Loading...
HomeMy WebLinkAboutContract # : C20-0289 - GRAYBAR ELECTRIC COMPANY, INC - Execution Date: 3/24/2020 C20-0289 LINKING AGREEMENT BETWEEN THE CITY OF GLENDALE,ARIZONA AND GRAYBAR ELECTRIC COMPANY, INC. THIS LINKING AGREEMENT (this "Agreement") is entered into as of this off. t day of maw 2020, between the City of Glendale, an Arizona municipal corporation (the "City"), and Graybar Electric Company, Inc., a New York Corporation authorized to do business in Arizona ("Contractor"),collectively, the "Parties." RECITALS A. On February 1, 2018, under The U.S. Communities Government Purchasing Alliance (OMINA Partners), the Kansas City, Missouri entered into a contract with Contractor to purchase the goods and services described in the Electical, Lighting, Data Communications and Security Products and Related Products, Services and Solutions, Master Contract No. EV2370 ("Cooperative Purchasing Agreement"),which is attached hereto as Exhibit A. The Cooperative Purchasing Agreement permits its cooperative use by other governmental agencies including the City. B. Section 2-149 of the City's Procurement Code permits the Materials Manager to procure goods and services by participating with other governmental units in cooperative purchasing agreements when the best interests of the City would be served. C. Section 2-149 also provides that the Materials Manager may enter into such cooperative agreements without meeting the formal or informal solicitation and bid requirements of Glendale City Code Sections 2-145 and 2-146. D. The City desires to contract with Contractor for supplies or services identical, or nearly identical, to the supplies or services Contractor is providing other units of government under the Cooperative Purchasing Agreement. Contractor consents to the City's utilization of the Cooperative Purchasing Agreement as the basis of this Agreement, and Contractor desires to enter into this Agreement to provide the supplies and services set forth in this Agreement. AGREEMENT NOW,THEREFORE,in consideration of the foregoing recitals,which are incorporated by reference, and the covenants and promises contained in this Linking Agreement,the parties agree as follows: 1. Term of Agreement. The City is purchasing supplies and/or services from Contractor pursuant to the Cooperative Purchasing Agreement. According to the Cooperative Purchasing Agreement, purchases can be made by governmental entities from the date of award, which was February 1, 2018, until the date the contract expires on January 31, 2023 unless the term of the Cooperative Purchasing Agreement is extended by the mutual agreement of the original contracting parties. The Cooperative Purchasing Agreement, however,may not be extended beyond January 31,2029. The initial period of this Agreement, 1/29/18 therefore, is the period from the Effective Date of this Agreement until January 31, 2023. Upon approval of the City Council, the City may renew the term of this Agreement for up to (3)three additional(2) two year terms until the Cooperative Purchasing Agreement expires on January 31, 2029. Glendale renewals are not automatic and shall only occur if the City gives the Contractor notice of its intent to renew. 2. Scope of Work;Terms,Conditions,and Specifications. A. Contractor shall provide City the supplies and/or services identified in the Scope of Work attached as Exhibit B. B. Contractor agrees to comply with all the terms, conditions and specifications of the Cooperative Purchasing Agreement. Such terms, conditions and specifications are specifically incorporated into and are an enforceable part of this Agreement. 3. Compensation. A. City shall pay Contractor compensation at the same rate and on the same schedule as provided in the Cooperative Purchasing Agreement, which is attached hereto as Exhibit C. B. The total purchase price for the supplies and/or services purchased under this Agreement shall not exceed$250,000 for the initial term of the Agreement. 4. Cancellation. This Agreement may be cancelled pursuant to A.R.S. § 38-511. 5. Non-discrimination. Contractor must not discriminate against any employee or applicant for employment on the basis of race,color,religion,sex,national origin,age,marital status,sexual orientation,gender identity or expression,genetic characteristics, familial status, U.S. military veteran status or any disability. Contractor will require any Sub-contractor to be bound to the same requirements as stated within this section. Contractor, and on behalf of any subcontractors,warrants compliance with this section. 6. Insurance Certificate. A certificate of insurance applying to this Agreement must be provided to the City prior to the Effective Date. 7. E-verify. Contractor complies with A.R.S. § 23-214 and agrees to comply with the requirements of A.R.S. § 41-4401. 8. No Boycott of Israel. The Parties agree that they are not currently engaged in and agree that for the duration of the Agreement they will not engage in, a boycott of Israel, as that term is defined in A.R.S. §35-393. Unless and until the District Court's injunction in Jordahl v Bmovich, 336 F.Sup.3d 1016 (D.Ariz. 2018)is stayed or lifted,the Anti-Israel Boycott Provision (A.R.S. §35.393.01 (A)) (if applicable to this agreement) is unenforceable and the City will take no action to enforce it. 2 8/27/19 9. Attestation of PCI Compliance. When applicable, the Contractor will provide the City annually with a Payment Card Industry Data Security Standard (PCI DSS) attestation of compliance certificate signed by an officer of Contractor with oversight responsibility. 10. Notices. Any notices that must be provided under this Agreement shall be sent to the Parties' respective authorized representatives at the address listed below: City of Glendale c/oJulie Ossege 7070 W. Northern Avenue Glendale,AZ 85303 and Graybar Electric Company, Inc. c/o Pete Wietsma 3350 W. Earl Drive Phoenix,AZ 85017-5242 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date and year set forth above. "City" "Contractor" City of Glendale,an Arizona Graybar Electric Company,Inc., municipal corporation a New York Corporation By: )1:4A B y' Kevin R. Phelps Name: Kevi Cook -- Director, Finance City Manager Title: orized Representative A : .T: /ILr Bow: (SEAL) City Clerk APPROVED AS TO FORM: Mic ae ey City Atto 3 8/27/19 LINKING AGREEMENT BETWEEN THE CITY OF GLENDALE,ARIZONA AND GRAYBAR ELECTRICA COMPANY, INC. EXHIBIT A NAME OF COOPERATIVE PURCHASING AGREEMENT City of Kansas City, Missouri Master Contract No. EV2370 Electrical, Lighting, Data Communications and Security Products and Related Products, Services and Solutions. 5 8/27/19 DoouSIgn Envelope ID:4A025635-AES49F9-9O47.610B3DE1BBDO Exhibit A STANDARD CITY CONTRACT MASTER CONTRACT FOR PRODUCTS AND SERVICES-THE CITY OF KANSAS CITY, MISSOURI CONTRACT NO.: EV2370 TITLE/DESCRIPTION: Electrical. Lighting. Data Communications apd Security Products and Related Products.Services and Solutions THIS Contract is between KANSAS CITY, MISSOURI, a constitutionally chartered municipal corporation ("CITY'), and Graybar Electric Company, Inc. ("CONTRACTOR'). Sec. 1. The Contract. The Contract between the CITY and CONTRACTOR consists of the following Contract Documents: (a) this Contract; (b) CONTRACTOR's Proposal dated October 6, 2017, that is attached hereto and Incorporated Into this Contracts (c) CITY's RFP No. EV2370 that Is Incorporated into this Contract by reference; (d) any CITY Issued Purchase Order; (e) any CITY and CONTRACTOR executed Work Order that is Incorporated into a CITY Issued Purchase Order, (f) any and all Attachments and Exhibits attached to the Contract. All documents listed in this Section 1 shall be collectively referred to as the "Contract Documents" and are incorporated into this Contract. CITY and CONTRACTOR agree that the terms "Agreement' and "Contrail' and "Contract Documents' are used interchangeably in this Contract and the terms "Agreement° and 'Contract" and 'Contract Documents' each indude all "Contract Documents.` Sec. 2. Initial Term of Contract and Additional Periods. (a) Initial Term. The initial term of this Contract shall begin on February 1, 2018, and shall end on January 31, 2023. The Manager of Procurement Services Is authorized to enter into an amendment of this Contract with CONTRACTOR to extend the term of this Contract and time of performance for this Contract. (b) Renewal Terms. At any time prior tothe expiration Of the initial term or any subsequent term, the CITY, in its sole discretion, may renew this Contract for up to three (3) additional two(2)year terms. MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 1 of 20 (REV. 12-05-16) DeouSbn Envelope ID:4A025538.AEOA-49F94194i-810B3DE18BDO (c) Transition Term. Notwithstanding the expiration of the initial term or any subsequent term or all options to renew, CONTRACTOR and CITY shall continue performance under this Contract until the CITY has a new contract In place with either CONTRACTOR or another provider or until the CITY terminates the Contract. Sec.3. Purchase Orders and Work Orders. (a) Purchase Order. CITY shall order all Electrical, Lighting, Data Communications, and Security Products and Related Products, Services and Solutions, (hereinafter`the Products' or 'Products and Services' or 'Services' depending on the context of the terms used) by means of a Purchase Order issued by the CITY's Manager of Procurement Services for which sufficient funds have been certified and encumbered by the City's Director of Finance. CONTRACTOR shall not provide any"Products'or'Products and Services` or"Services' in excess of the dollar amount contained In any Purchase Order even If there Is an executed Work Order between the CITY and CONTRACTOR. CONTRACTOR shall not be entitled to any payment from CITY In excess of the dollar amount of the Purchase Orders from CITY even if such amount is authorized in a Work Order executed by CITY and CONTRACTOR. All Purchase Orders shall automatically Incorporate the Contract and all Contract requirements even If the Contract Is not referenced. (b) Goods and Products. CONTRACTOR shall timely provide all Goode and Products ordered by the CITY at the Prices set forth in the Contract. The terms 'Goods' and 'Products' are used interchangeably under this Contract and each term includes the other term. (c) Services or Work Orders for both Products and Services. 1. The CITY may request CONTRACTOR to provide Services or both Products and Services. Prior to CONTRACTOR submitting a written detailed Proposal for Services or for both Products and Services to a requesting CITY Department, the CONTRACTOR must obtain written authorization from the CITY's Manager of Procurement Services to submit a Proposal to the CITY Department. CONTRACTOR shall not perform any Services or provide both Services and Products unless the Manager of Procurement Services authorizes CONTRACTOR to provide Services or both Products and Services and all other contractual requirements are met Including the Pricing for all Products, Products and Services and Services. 2. Prior to the Manager of Procurement Services authorizing CONTRACTOR to provide Services or both Products and Services to a CITY Department, the Manager of Procurement Services shall: a. Obtain MBE/WBE goals from the CITY's Director of Human Relations If the estimated cost of the Services or Products and Services exceeds the dollar thresholds for MBE/WBE goals and Workforce Goals for MBE/WBE goals; b. Have the CITY's Director of Human Relations determine whether the needed Services are subject to Prevailing Wage requirements and Payment Bond and Performance and Maintenance Bond requirements; MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 2 of 20 (REV.12-06-16) DoouSIgn Envelops ID:4A025638-AE8A-49F5-9947.61QB3DESBBDO C. Any other Legal requirements including compliance with the CITY's SLBE requirements d. if the CITY's MBEJWBE program requirements are not applicable due to not meeting the dollar thresholds. 3. If the Manager of Procurement Services authorizes CONTRACTOR to submit a Proposal for Services or for both Products and Services, CONTRACTOR shall submit a detailed Proposal that Includes the Scope of Services, the Proposed Schedule, the Price and if applicable, comply with MBE/WBE goals, Prevailing Wage requirements, •and Payment Bond end Performance Bond requirements, or SLBE requirements. If the CITY and CONTRACTOR agree to CONTRACTOR's Proposal, the CITY will issue a Purchase Order and Work Order that is executed by the CITY and CONTRACTOR. All Work Orders and Purchase Orders signed by the CITY and CONTRACTOR shall automatically Incorporate this Contract (even if the Work Order does not specifically Incorporate this Contract). (d) CONTRACTOR shall bill the City, In a form acceptable to the City, on the following basis: monthly. Sec.4. Effective Date of Contract. (a) Notwithstanding Section 2 of this Contract, neither party has any obligation under this Contract until the Manager of Procurement Services issues a Purchase Order which shall be signed by the City's Director of Finance certifying there is a balance, otherwise unencumbered, to the credit of the appropriation to which the expenditure is to be charged, and a cash balance, otherwise unencumbered, in the treasury, to the credit of the fund from which payment will be made, each sufficient to meet the obligation incurred In the Purchase Order. (b) The date of the first Purchase Omer Issued by the CITY Is the effective date of this Contract. (c) The date of the first Purchase Order issued by the CITY after the CITY renews this Contract shall be the effective date of the renewal term or transition term. Sec. 5. Invoices. (a) CONTRACTOR shall submit to CITY a request for payment (hereinafter 'invoice) for services performed In sufficient detail for the CITY to determine that the amount CONTRACTOR is requesting Is in fact due and payable. (b) CITY shall not pay any Invoice from CONTRACTOR unless CONTRACTOR .is in compliance with, and not In breach or default of, all terms, covenants and conditions of this Contract. If damages are sustained by CITY as a result of breach or default by CONTRACTOR, CITY may withhold payment(s)to CONTRACTOR for the purpose of set off until such time as the exact amount of damages due to CITY from CONTRACTOR may be determined. MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 3 of 20 (REV.12-05-16) DowSian Envelope ID:4A026638,AE8449FG-6947410B3DE18SD0 (c) CITY shall not process CONTRACTOR's Invoice unless CONTRACTOR'S Invoice is in proper form, correctly computed, and is approved by CITY as payable under the terms of this Contract. (d) CITY Is not liable for any obligation Incurred by CONTRACTOR except as approved under the provisions of this Contract. (e) If CONTRACTOR is required to meet MBEIWBE goals for this Contract, CONTRACTOR shall not submit an Invoice to the City unless CONTRACTOR'S invoice is accompanied by a copy of the most recent 00485.01 M/WBE Monthly Utilization Report submitted by CONTRACTOR to the City's Human Relations Department CONTRACTOR shall remain current on CONTRACTOR's filing of 00485.01 MANSE Monthly Utilization Reports. CITY shall not pay CONTRACTOR's invoice unless CONTRACTOR Is current on CONTRACTOR's filing of 00485.01 MMBE Monthly Utilization Reports. (f) Payment terms are net 30 days. Sec. 6. Representations and Warranties of CONTRACTOR. CONTRACTOR hereby represents and warrants to the CITY the following: (a) CONTRACTOR is In good standing under the laws of the state of Missouri and each state In which it does business, except any such state where the failure to be in good standing would not have a material adverse effect on CONTRACTOR'S ability to perform this Contract In accordance with its terms. (b) The execution, delivery and performance by CONTRACTOR of this Contract have been duly authorized by all necessary corporate action and do not and will not (I) require any consent or approval of CONTRACTOR'S board of directors; (II) require any authorization, consent or approval by, or registration, declaration or filing with, or notice to, any governmental department,commission, board,bureau,agency or Instrumentality, or any third party,except such authorization, consent, approval, registration, declaration, tiling or notice as has been obtained prior to the date hereof; (Ill) violate any provision of any law, rule or regulation or of any order,writ, Injunction or decree presently In effect having applicability to CONTRACTOR or its articles or by-laws; and (iv) result in a breach of or constitute a default under any material agreement, lease or Instrument to which CONTRACTOR is a party or by which It or its properties may be bound or affected. (c) CONTRACTOR shall not enter into any contract for the services to CITY that purports to grant a security interest or right of repossession to any person or entity respecting the services, or any portions thereof or chattels placed thereon. (d) There is no litigation, proceeding or other investigation pending or, to the knowledge of CONTRACTOR, threatened against CONTRACTOR which would prevent consummation of the transaction contemplated by this Contract or would have a materially adverse effect on CONTRACTOR. (e) CONTRACTOR warrants that all goods and Products are sold free of any security interest and will make available to CITY all transferable warranties (Including without limitation MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 4 of 20 (REV.12-05-16) Docu8gn Envelope ID:4A025838-AE6A49F9-994?-81033DE1BBD6 warranties with respect to Intellectual property infringement)made to CONTRACTOR by the manufacturer of the goods. CONTRACTOR MAKES NO OTHER IMPLIED WARRANTIES, AND SPECIFICALLY MAKES NO IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR PURPOSE. UNLESS OTHERWISE AGREED IN WRITING BY AN AUTHORIZED REPRESENTATIVE OF SELLER, PRODUCTS SOLD HEREUNDER ARE NOT INTENDED FOR USE IN OR CONNECTION WITH 1) ANY SAFETY APPLICATION OR THE CONTAINMENT AREA OF A NUCLEAR FACILITY, OR 2) IN A HEALTHCARE SITUATION,WHERE THE GOODS HAVE POTENTIAL FOR DIRECT PATIENT CONTACT OR WHERE A SIX(6) FOOT CLEARANCE FROM A PATIENT CANNOT BE MAINTAINED AT ALL TIMES. (f) Neither party shall be liable for any delay or failure to perform under this Agreement In the event and to the extent that such delay or failure arises out of war, civil commotion, acts of God, accident, fire or water damage, explosion, strikes or lockouts, delay In transportation, legislative action, government regulations or any other event beyond the respective party's reasonable control. Sec. 7. Survival of the Representations, Warranties and Covenants. All representations, warranties and covenants expressed herein shall survive the execution of this Contract for the benefit of the parties hereto. Sec. 8. Governing Law. This Contract shall be construed and governed In accordance with the laws of the State of Missouri without giving effect to Missouri's choice of law provisions. The CITY and CONTRACTOR: (1) submit to the jurisdiction of the state and federal courts located in Jackson County, Missouri; (2) waive any and all objections to jurisdiction and venue; and (3) will not raise forum non convenlens as an objection to the location of any litigation. Sea 9. Termination for Convenience. CITY may, at any time upon fifteen (15) days written notice to CONTRACTOR specifying the effective date of termination,terminate this Contract, In whole or In part. Sea 10. Default and Remedies. (a) if CONTRACTOR shall be In default or breach of any provision of this Contract, CITY may terminate this Contract, suspend CITY's performance,withhold payment or invoke any other legal or equitable remedy after ghring CONTRACTOR ten (10) days written notice and opportunity to cure such default or breach. (b) If CITY shall be In default or breach of any provision of this Contract, CONTRACTOR may terminate this contract or suspend CONTRACTOR's performance after giving CITY ten (10) days written notice and opportunity to cure such default or breach. (c) CITY'S remedies under this Agreement for the purchase of Goods and Products are subject to any limitations contained in manufacturer's terms and conditions to CONTRACTOR, a copy of which will be furnished upon written request. Furthermore, CONTRACTOR's liability shall be limited to either repair or replacement of the goods or Products and refund of the purchase price, all at CONTRACTOR's option, and in no case shall CONTRACTOR be liable for incidental or consequential damage. In addition, claims for shortages, other than loss in transit, must be made In writing not more than five(5)days after receipt of shipment. MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 5 of 20 (REV.12-05-16) DocuSign Envelope ID:4A026e3&AESA-49F8-6847-010B3DE1BBDO The limitation of remedies Imposed by this Section Is only applicable to Products and Goods provided by CONTRACTOR and this limitation of remedies section is not applicable If CONTRACTOR provides Services or both Products, Goods and Services pursuant to Section 3(c)of this Contract. Sec. 11. Waiver. Waiver by CITY of any term, covenant, or condition hereof shall not operate as a waiver of any subsequent breach of the same or of any other term, covenant or condition. No term, covenant, or condition of this Contract can be waived except by written consent of CITY, and forbearance or indulgence by CITY In any regard whatsoever shall not constitute a waiver of same to be performed by CONTRACTOR to which the same may apply and, until complete performance by CONTRACTOR of the term, covenant or condition, CITY shall be entitled to invoke any remedy available to It under this Contract or by law despite any such forbearance or Indulgence. Sec. 12. Acceptance. No payment made under this Contract shall be proof of satisfactory performance of the Contract, either wholly or in part, and no payment shall be construed as acceptance of deficient or unsatisfactory services. Sec. 13. Records. (a) For purposes of this Section: 1. `CITY' shall mean the City Auditor, the City's Internal Auditor, the City's Director of Human Relations, the City Manager,the City department administering this Contract and their delegates and agents. 2. 'Record' shall mean any document, book, paper, photograph, map, sound recordings or other material, regardless of physical form or characteristics, made or received in connection with this Contract and all Contract amendments and renewals. (b) CONTRACTOR shall maintain and retain all Records for a term of five (5) years that shall begin after the expiration or termination of this Contract and all Contract amendments. CITY shall have a right to examine or audit all Records, and CONTRACTOR shall provide access to CITY of all Records upon ten(10)days written notice from the CITY. (c) The books,documents and records of CONTRACTOR in connection with this Contract shall be made available to the City Auditor, the City's Internal Auditor, the City's Director of Human Relations and the City department administering this Contract within ten (10) days after the written request is made. Sec. 14. Affirmative Action. If this Contract exceeds $300,000.00 and Contractor employs fifty (50) or more people, Contractor shall comply with City's Affirmative Action requirements In accordance with the provisions of Chapter 3 of City's Code, the rules and regulations relating to those sections, and any additions or amendments thereto; In executing any Contract subject to said provisions, Contractor warrants that It has an affirmative action program In place and will maintain the affirmative action program in place for the duration of the Contract Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, national origin or ancestry, disability, sexual orientation, gender identity or age In a manner prohibited by Chapter 3 of City's Code. Contractor shall: MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 6 of 20 (REV.12-05-16) Docun Envelope ID:4A026838,AE8M4aFo-s 47-a1083DE1BBD0 (a) Submit, in print or electronic format, a copy of Contractor's current certificate of compliance to the City's Human Relations Department (HRD) prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. If, and only if, Contractor does not possess a current certification of compliance, Contractor shall submit, In print or electronic format, a copy of its affirmative action program to HRD prior to receiving the first payment under the Contract, unless a copy has already been submitted to HRD at any point within the previous two (2) calendar years. (b) Require any Subcontractor awarded a subcontract exceeding $300,000.00 to affirm that Subcontractor has an affirmative action program in place and will maintain the affirmative action program in place for the duration of the subcontract (c) Obtain from any Subcontractor awarded a subcontract exceeding $300,000.00 a copy of the Subcontractor's current certificate of compliance and tender a copy of the same, in print or electronic format, to HRD within thirty(30)days from the date the subcontract is executed. If, and only if, Subcontractor does not possess a current. certificate of compliance, Contractor shall obtain a copy of the Subcontractor's affirmative action program and tender a copy of the same, in print or electronic format, to HRD within thirty(30)days from the date the subcontract Is executed. City has the right to take action as directed by City's Human Relations Department to enforce this provision. If Contractor falls, refuses or neglects to comply with the provisions of Chapter 3 of City's Code, then such failure shall be deemed a total breach of this Contract and this Contract may be terminated, canceled or suspended, in whole or In part, and Contractor may be declared ineligible for any further contracts funded by City for a period of one(1)year. This Is a material term of this Contract Sec. 15. Tax Compliance. If the CITY's payments to CONTRACTOR exceed $180,000.01 for the period of May 1st through April 30th, CONTRACTOR shall provide proof of compliance with the CITY's tax ordinances administered by the CITY's Commissioner of Revenue as a precondition to the CITY.making the first payment under this Contract CONTRACTOR also shall submit to the CITY proof of compliance with the CITY's tax ordinances administered by the CITY's Commissioner of Revenue as a condition precedent to the CITY making final payment under the Contract Sec. 16. Buy American Preference. it is the policy of the CITY that any manufactured goods or commodities used or supplied in the performance of any CITY Contract or any subcontract thereto shall be manufactured or produced In the United States whenever possible. Sec. 17. Notices. M notices to be given hereunder shall be in writing and may be given, served or made by depositing the same In the United States mall addressed to the party to be notified, postpaid and registered or certified with return receipt requested or by delivering the same In person to such person. Notice deposited in the mall in accordance with the provisions hereof shall be effective unless otherwise stated in such notice or in this Contract from and after the second day next following the date postmarked on the envelope containing such notice. Notice given In any other manner shall be effective only if and when received by the party to be notified. All notices shall be sent to the following addresses: if to the CiTY: City of Kansas City, Missouri Procurement Services Division 414 East 12th Street, 1'Floor, Room 102 W Kansas City, Missouri 64106 Attention:Cedric Rowan, C.P,M., Manager MASTER CONTRACT FOR PRODUCTS AND SERVICES Pape 7 of 20 (REV.12-05-98) DocuSlpn Envelope ID:4A025638, OF4-4547-610B3DE1SSD° E-mail: oedric.rowandkk4mo.oro Telephone:(816)513-0814 Facsimile: (816)513-1066 With copies to: Law Department of Kansas City, Missouri 414 East 12th Street,23"' Floor Kansas City, Missouri 64106 Attention: Cecilia Abbott, Esq., City Attorney E-mail: ceciiia.abbottetkcmo.orq Telephone: (816)513-3127 Fax(816)513-3133 If to the CONTRACTOR: Graybar Electric Company, Inc. Ronald Drescher, National Sales Manager,Corporate Sales 11885 Lackland Road St. Louis, Missouri 63146 E-mail: ron.drescher aravbar.com Telephone: (301)306-3263 Mobile: (301)830-1424 Sec. 18. General Indemnification. (a) For purposes of this Section only, the following terms shall have the meanings listed: 1. Claims means all claims, damages, liability, losses, costs and expenses, court costs and reasonable attorneys' fees, including attorneys' fees Incurred by the CITY in the enforcement of this indemnity obligation. 2. CONTRACTOR'S Agents means CONTRACTOR's officers, employees, subcontractors, successors,assigns,Invitees,and other agents. 3. CITY means CITY, its Agencies, its agents, officials, officers and employees. (b) CONTRACTOR's obligations under this Section with respect to Indemnification for acts or omissions, Including negligence, of CITY, shall be limited to the coverage and limits of insurance that CONTRACTOR is required to procure end maintain under this Contract. CONTRACTOR affirms that it has had the opportunity to recover all costs of the insurance requirements Imposed by this Contract in its contract price. • (c) CONTRACTOR shall defend Indemnify and hold harmless CITY from and against ell claims arising out of or resulting from all acts or omissions In connection with this Contract caused in whole or in part by CONTRACTOR or CONTRACTOR'S Agents, regardless of whether or not caused in part by any act or omission.Including negligence,of CITY. CONTRACTOR Is not obligated under this Section to indemnify CITY for the sole negligence of CITY. (d) in no event shall the language In this Section constitute or be construed as a waiver or limitation of the CITY's rights or defenses with regard to sovereign immunity, governmental MASTER CONTRACT FOR PRODUCTS AND SERVICES Page Sof 20 (REV.12-05-16) DoouSn Envelope ID:4A026038-AESA-49F9-9947-610B3DE1BBDO immunity, or other official immunities and protections es provided by the federal and state constitutions or by law. Sec. 19. Indemnification for Professional Negligence. if this contract is for professional services, CONTRACTOR shall indemnify, and hold harmless CITY and any of Its agendas, officials, officers, or employees from and against all claims, damages, liability, losses, costs, and expenses, Including reasonable attorneys'fees, arising out of any negligent acts or omissions in connection with this Contract, caused by CONTRACTOR, its employees, agents, subcontractors, or caused by others for whom CONTRACTOR is liable, In the performance of professional services under this Contract. CONTRACTOR is not obligated under this Section to indemnify CITY for the negligent acts of CITY or any of Its agencies, officials, officers,or employees. Sea 20. Insurance. (a) CONTRACTOR shall procure and maintain in effect throughout the term of this Contract Insurance policies with coverage not less than the types and amounts specified In this Section. CONTRACTOR must have: 1. Commercial General Liability Insurance Policy: with limits of $1,000,000 per occurrence and $2,000,000 aggregate, written on an "occurrence' basis. The policy shall be written or endorsed to include the following provisions: a. Severability of interests Coverage applying to Additional Insureds b. Contractual Liability c. Per Project Aggregate Liability Limit or, where not available, the aggregate limit shall be $2,000,000. d. No Contractual Liability Limitation Endorsement e. Additional Insured Endorsement, ISO form CG20 10, current edition, or its equivalent 2. Workers' Compensation insurance and Employers Liability Policies as required by Missouri law. 3. Commercial Automobile Liability Insurance Policy: with a limit of $1,000,000 per occurrence, covering owned, hired, and non-owned automobiles. The Policy shall provide coverage on an "any auto' basis and on an "occurrence' basis. This insurance policy will be written on a Commercial Business Auto form, or acceptable equivalent, and will protect against claims arising out of the operation of motor vehicles,as to acts done in connection with the Contract, by CONTRACTOR. 4. If this Contract is for professional services, CONTRACTOR shall obtain Professional Liability insurance with limits per claim and annual aggregate of$1,000,000. (b) All insurance policies required in this Section shall provide that the policy will not be canceled until after the Insurer provides the CITY ten(10)days written notice of cancellation in the event that the cancellation Is for CONTRACTOR's nonpayment of premiums and thirty (30)days written notice of cancellation to CITY for all other reasons of cancellation. MASTER CONTRACT FOR PRODUCTS AND SERVICES of 20 (REV.12-05-16) e 9 DoceSign Envelop,ID:4A025638-AE6A-49F9-9947-810B3DE1BBDO (c) The Commercial General and Automobile Liability Insurance Policies specified above shall provide that CITY and Its agencies,agents, officials,officers, and employees,while acting within the scope of their authority, will be named as additional insureds for the services performed under this Contract. CONTRACTOR shall provide to CITY at execution of this Contract a certificate of Insurance showing all required endorsements and additional insureds. (d) Ail insurance policies must be provided by Insurance Companies that have an A.M. Best's rating of '1A-V" or better, and are licensed or approved by the State of Missouri to provide insurance in Missouri. (e) Regardless of any approval by CITY, CONTRACTOR shall maintain the required insurance coverage in force at all times during the term of this Contract. CONTRACTOR's failure to maintain the required Insurance coverage will not relieve CONTRACTOR of its contractual obligation to Indemnify the CITY pursuant to this Section of this Contract. In the event CONTRACTOR fails to maintain the required insurance coverage in effect. CITY may declare CONTRACTOR in default. (f) In no event shall the language in this Section constitute or be construed as a waiver or limitation of the CITY's rights or defenses with regard to sovereign immunity, governmental immunity, or other official immunities and protections as provided by the federal and state constitutions or by law. Sec. 21. Interpretation of the Contract. (a) CITY selected CONTRACTOR through a negotiated procurement process rather than an Invitation for Bids (IFB) solicitation. Unlike the IFB, this process allows the CITY and CONTRACTOR to discuss and negotiate a contract at arm's length prior to entering a final contract that is acceptable to both the CITY and the CONTRACTOR. After negotiation and discussion, CONTRACTOR and CITY have incorporated multiple documents into this Agreement and the meaning of some of the words used in the Agreement may be uncertain, incomplete or duplicative and the Agreement may promise something at one place and take that promise away at another. In sum, the Agreement may contain words and provisions that are susceptible of more than one meaning so that reasonable persons of average Intelligence may fairly and honestly differ in their construction of the words and provisions. It is the intent of the CITY and the CONTRACTOR that the CITY's taxpayers receive the benefit or advantage in the construction and interpretation of this Agreement, regardless of the normal judicial rules of contract construction even if the construction and Interpretation of the Agreement will cost the CONTRACTOR more money and time. CITY and CONTRACTOR agree that CITY's Manager of Procurement Services shall, in cooperation with a representative of supplier, resolve all disagreements as to the meaning of this Agreement or any ambiguity in this Agreement. The decision of CITY's Manager of Procurement shall be final and conclusive If all parties have acted in good faith. (b) CONTRACTOR acknowledges and agrees that the CITY has provided CONTRACTOR with an opportunity to have CONTRACTOR's attorney review and advise CONTRACTOR on the Agreement and any potential ambiguities or areas of disagreement and the potential MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 10 of 20 (REV. 12-06-18) DoouSIQn Envelope iD:4•A026636-AEBA•45F9QQ947410B3DE188Da adverse legal consequences of CONTRACTOR agreeing to this Section as well as the entire Agreement. (c) CONTRACTOR certifies that CONTRACTOR has either (1) waived Its right to have CONTRACTOR's attorney review this Section and Agreement; or (2) CONTRACTOR has consulted with an attorney on this Section and Agreement (d) CONTRACTOR knowingly and voluntarily agrees to this Section, as amended, and the entire Agreement CONTRACTOR certifies that this contract was not procured by fraud, duress or undue influence. Sec.22. Contract Execution. This Contract may be executed in one or more counterparts, each of which will be deemed an original copy of this Contract and all of which, when taken together, will be deemed to constitute one and the same Contract This Contract shall be effective upon the execution of counterparts by both parties, notwithstanding that both parties may not sign the same counterpart. The parties' signatures transmitted by facsimile or by other electronic means shall be proof of the execution of this Contract and shall be acceptable in a court of law. Sec. 23. Guaranteed Lowest Pricing. CONTRACTOR certifies that this Contract contains CONTRACTOR's lowest and best pricing for all services supplied by CONTRACTOR to any government, governmental entity, political subdivision, city, state, school district or any other public entity In the United States as of the date of this Contract. CONTRACTOR represents that the prices set for herein are not less favorable than those currently extended to any other similarly situated government, governmental entity, political subdivision, city, state, school district or other public entity customer, for the same goods, in equal or seller quantities,as part of similar market basket,and under similar terms. Sec.24. Assignability and Subcontracting. (a) Assignability. Contractor shall not assign or transfer any part or all of Contractor's obligation or Interest In this Contract without prior written approval of City. If Contractor shall assign or transfer any of its obligations or interests under this Contract without the City's prior written approval, It shall constitute a material breach of this Contract. This provision shall not prohibit contractor from subcontracting as otherwise provided for herein. (b) Subcontracting. Contractor shall not subcontract any part or all of Contractor's obligations or interests in this Contract unless the subcontractor has been Identified in a format required by City. If Contractor shall subcontract any part of Contractor's obligations or interests under this Contract without having identified the subcontractor, It shall constitute a material breath of this Contract. The utilization of subcontractors shall not relieve Contractor of any of its responsibilities under the Contract, and Contractor shall remain responsible to City for the negligent acts,errors, omissions or neglect of any subcontractor and of such subcontractor's officers, agents and employees. City shall have the right to reject, at any point during the term of this Contract, any subcontractor Identified by Contractor, and to require that any subcontractor cease working under this Contract. City's right shall be exercisable in its sole and subjective discretion. City shall not be obligated to pay or be liable for payment of any monies which may be due to any subcontractor. Contractor shall include in any subcontract a requirement that the subcontractor comply with all requirements of this Contract in performing Contractor's services hereunder. MASTER CONTRACT FOR PRODUCTS AND SERVICES •P8QS 11 of 20 (REV.12-06.16) DowSign Envelope ID:4A025 38,AE8A-49F9-9947-810B3DE1BBDO Sec.25. Professional Services -- Conflict of Interest Certification. If this Contract Is for professional services other than for medical doctors or appraisers, CONTRACTOR certifies that CONTRACTOR Is not an expert witness for any party In litigation against the CITY at the time of the issuance of this Contract. Sea 26. Minority and Women's Business Enterprises. (a) CONTRACTOR shall assist City Certified Minority Business Enterprises(MBEs), City Certified Woman Business Enterprises(WBEs)and City Certified Small Local Business Enterprises(SLBEs)grow, develop,and prosper in the public sector by implementation of the requirements of this Section. (b) CONTRACTOR shall provide the same U.S. Communities national discounted pricing received by the City to City Certified MBEs,WBEs and SLBEs when City Certified MBEs, WBEs, and SLBEs bid or submit a proposal on City of Kansas City, Missouri Construction or Maintenance Solicitations and other public sector Construction and Maintenance Solicitations to allow City Certified MBEs,WBEs,and SLBEs,to incorporate the same National Discounted U.S. Communities pricing received by the City In their bids and proposals to the City and other public entities and save the taxpayers money. Sec. 27. Employee Eligibility Verification. CONTRACTOR shall execute and submit an affidavit, In a form prescribed by the CITY, affirming that CONTRACTOR does not knowingly employ any person in connection with the contracted services who does not have the legal right or authorization under federal law to work In the United States as defined in 8 U.S.C. §1324a(hX3). CONTRACTOR shall attach to the affidavit documentation sufficient to establish CONTRACTOR's enrollment and participation in an electronic verification of work program operated by the United States Department of Homeland Security to verify Information of newly hired employees, under the Immigration and Reform and Control Act of 1986. CONTRACTOR may obtain additional information about E Verify and enroll at httos://e- verffv.uscis.00v/enroll/StartPace.asox?JS=YES. For those CONTRACTORs enrolled in E-Verify, the first and last pages of the E-Verify Memorandum of Understanding that CONTRACTOR will obtain upon successfully enrolling in the program shall constitute sufficient documentation for purposes of complying with this section. CONTRACTOR shall submit the affidavit and attachments to the CITY prior to execution of the contract, or at any point during the term of the contract if requested by the CITY. Sec.28. Emergencies. (a) Disaster means any large scale event such as an act of temorlsm, fire, wind, flood, earthquake or other natural or man-made calamity which results in, or has the potential to result in a significant loss of life or property. (b) During and after a disaster, CONTRACTOR shall provide special services to the CITY including CONTRACTOR shall open CONTRACTOR's facilities even on nights and weekends as necessary to meet the needs of the City during a disaster. (c) CONTRACTOR shall not charge CITY any fee for opening facilities during an emergency or for extending CONTRACTOR's hours of operation during a disaster. CITY shall pay CONTRACTOR the agreed upon contract prices for all purchases made by CITY during the MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 12 of 20 (REV.12-05-16) Docu$IQn Ernelope ID:4A025636-AESA-49F9.9947-910B3DE1BBD® disaster and CONTRACTOR shall not charge CITY any additional mark-up, fee or cost for any purchases made by CITY during a disaster. (d) CONTRACTOR shall quickly mobilize CONTRACTOR's Internal and external resources to assist CITY when a disaster unfolds. (e) Extended hours and personnel. During disasters, CONTRACTOR's facilities shall stay open 24 hours if requested by the CITY. CONTRACTOR shell utilize additional CONTRACTOR personnel to take CITY orders if necessary. CONTRACTOR's Call Center shall accept phone orders 24 hours a day. (f) CONTRACTOR shall have contingency plans with CONTRACTOR's suppliers to provide additional supplies and equipment quickly to CITY as needed. (g) CONTRACTOR shall cooperate with CITY to properly document any and all expenses incurred by CITY with CONTRACTOR and CONTRACTOR shall assist CITY in meeting any and all documentation requirements of the Federal Emergency Management Agency (FEMA). Sec. 20. Time of Delivery. Delivery Is required to be made in accordance with the schedule shown In the solicitation and purchase order. Sec. 30. F.O.B. Destination. All deliveries of Products shall be F.O.B. Destination and all freight charges are Included in the Purchase Price charged by CONTRACTOR to the CITY. (a) The proposed pricing applies to normally stocked Graybar materials. Discounts offered are based on the Gmybar List Price or Cost In effect at time of order. (b) Standard delivery policy provides customers with next day service,free of charge,for materials stocked In the branch and within the standard service area. (c) Orders requiring same-day or expedited next-day service, non-stock Items, special order or special handling end materials obtained from other Graybar warehouses or manufacturers, may include shipping or handling charges.Any shipping, handling or other costs will be negotiated at time of order. Sec. 31. Quality. MI Products shall be new, In current production, and the best of their kind. When applicable, parts and maintenance shall be reasonably available. New equipment that is obsolete or technically outdated is not acceptable. Remanufactured or reconditioned items are not considered new. Items shall be properly packaged, packed, labeled, and Identified In accordance with commercial standards acceptable to the trade and as required by ICC and other federal and state regulations. Packing slips will accompany the shipment. Sec.32. Brand Name or Equal. Whenever the name of the manufacturer or the supplier Is mentioned on the face hereof and the words "or equal do not follow, It shall be deemed that the words "or equal* shall follow such designations unless the face hereof specifies "no substitutions". The CITY may assume that items submitted are equal or it may request samples and proof thereof and unless approved before shipment, reserves right to return at the CONTRACTOR'S expense all Items that are not acceptable as MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 13 of 20 (REV.12-06-18) DocuSign Envelops ID:4A025638-AE6AA-49F9•994741063DE1BBDO equals, said Items to be replaced by the CONTRACTOR with satisfactory items at the original submitted price. Sec. 33. Commercial Warranty. The CONTRACTOR agrees that the Products and Services furnished under this Contract shall be covered by the most favorable commercial warranties the CONTRACTOR gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the CITY by any other clause of this contract. CONTRACTOR represents that the warranties set forth herein are not less favorable than those currently extended to any other skniiariy situated government, governmental entity, political subdivision, city, state, school district or other public entity customer,for the same goods, in equal or less quantities, as part of the similar market basket,and under similar terms. Sec. 34. Sellers Invoice. Invoices shall be prepared and submitted in duplicate to address shown on the purchase order. Separate invoices are required for each purchase order. invoices shall contain the following information: purchase order number, Item number, description of supplies or services, sines, unit of measure,quantity, unit price, and extended totals. Sec.35. Inspection and Acceptance. inspection and acceptance will be at destination unless specified otherwise, and will be made by the CITY department shown In the shipping address or other duly authorized representative of the CITY. Until delivery and acceptance, and after any rejection, risk of loss will be on the CONTRACTOR unless loss results from negligence of the CITY. CONTRACTOR will be notified of rejected shipments. Unless agreed otherwise, Items will be returned freight collect. Sec.38. Loss and Damaged Shipments. Risk of loss or damage to Items prior to the time of their receipt and acceptance by the CITY is upon the CONTRACTOR. The CITY has no obligation to accept damaged shipments and reserves the right to return at CONTRACTOR's expense damaged merchandise even though the damage was not apparent or discovered until after receipt of the Items. Sec.37. Late Shipments. CONTRACTOR is responsible to notify the CITY department receiving the items and the Senior Buyer of any late or delayed shipments. The CITY reserves the right to cancel all or any part of an order if the shipment Is not made as promised. Sec. 38. Tax Exemption-Federal and State. (a) The CITY Is exempt from Federal Excise and Transportation taxes on purchases under Chapter 32, Internal Revenue Code. The federal tax registration number Issued by the St. Louis District Director on November 11, 1974 is No.43740340K. (b) The CITY Is exempt from payment of Missouri Sales and Use Tax In Accordance with Section 39(10) Article 3, of the Missouri Constitution and Sections 144.040 and 144.616 RSMo 1969 and supplement thereto. A copy of the exemption from Missouri Sales and Use Tax is available upon request Sec.39. Annual Appropriation of Funds. (a) Multi-year term supply and service contracts and leases and the exercise of options to renew term contracts are subject to annual appropriation of funds by the City Council. Payments made under term contracts end leases are considered Items of current expense. Purchase orders are MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 14 of 20 (REV. 12-05-18) DoouSiRn Envelops ID:4A025538,AE6A-40F0-0047-81010DE1BSDO funded when issued,therefore are current expense Items and are not subject to any subsequent appropriation of funds. (b) In the event sufficient funds are not appropriated for the payment of lease payments or anticipated term contract payments required to be paid In the next occurring lease or contract term and if no funds are legally available from other sources, the lease or contract may be terminated at the end of the original term or renewal term and the CITY shall not be obligated to make further payments beyond the then current original or renewal term. The CITY will provide notice of its Inability to continue the lease or contract at such time as the Manager of Procurement Services Is aware of the nonappropriation of funds; however, failure to notify does not renew the term of lease or contract. If a lease is cancelled, the events of default will occur as described In the lease and/or the section titled TERMINATION FOR DEFAULT. The CITY has no monetary obligations in event of termination or reduction of a term contract since such contracts represent estimated quantities and are not funded as a contract, but only to the extent of purchase orders issued. Sac.40. Performance and Maintenance Bond and Payment Bond. (a) if a Work Order Is estimated to exceed $50,000.00 and is for the erection, construction, alteration, repair or improvement of any building, road, street, public utility or other public facility owned by the public entity as defined by Section 107.170, RSMo, CONTRACTOR shall obtain a performance and maintenance bond and payment bond as required by this Section. The City approved performance and maintenance bond and payment bond are Incorporated in this Contract by reference and Contractor shall require its Surety to issue the performance and maintenance bonds end payment bonds on City approved forms. (b) All Bonds shall be executed by such sureties as are named in the current list of 'Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published In Circular 570 (amended) by the Financial Management Service,Surety Bond Branch, U.S. Department of the Treasury. A certified copy of such agent's authority to act must accompany all Bonds signed by an agent. If the surety on any Bond furnished by Seller is declared bankrupt or becomes insolvent, or Its right to do business is terminated In any state where any part of the Project is located or It ceases to meet the requirement of the preceding sentence, Seller shall within twenty(20)days thereafter substitute another Bond and surety, both of which must be acceptable to City. (c) The performance and maintenance bond and payment bond shall remain in effect at least one (1)year after the date when final payment becomes due,except as provided otherwise by Laws or Regulations or by the Contract Documents. (d) All Bonds required by the Contract Documents to be purchased and maintained by CONTRACTOR shall be obtained from surety that Is duly licensed in the State of Missouri and In the Jurisdiction in which the Project is located, if not In Missouri, to Issue Bonds. All surety companies shall hold an A.M. Best rating of B+,V,or better. (e) If the surety on any Bond furnished by Contractor is declared bankrupt or becomes Insolvent, or its right to do business is terminated in any state where any part of the Project is located or It ceases to meet the requirement of Paragraph 5.01 B, Contractor shall within twenty (20) days thereafter substitute another Bond and surety, both of which must be acceptable to City. MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 15 of 20 (REV.12-05-16) DowSi2n Envelope ID:4A025636AAE144-49F9-9947-51083DE15BD3 Sic.41. Prevailing Wage. A. Prevailing Wage. If a Work Order includes work that requires payment of prevailing wage as set forth In Sections 290.210 to 290.340, RSMo(the'Law"), CONTRACTOR shall pay workers prevailing wage In accordance with this Section and the Law. Under the Law,work that meets the definition of'construction""Includes construction, reconstruction, improvement, enlargement, alteration, painting and decorating, or major repair." 'Maintenance work that is not subject to the Law is defined as`the repair, but not the replacement, of existing facilities when the size,type or extent of the existing facilities is not thereby changed or increased." 1. Contractor shall comply and require Its Subcontractors to comply with; a. Sections 290.210 to 290.340, RSMo the State of Missouri Prevailing Wage Law (the `Law"); and b. 8 CSR 30-3.010 to 8 CSR 30-3.060, the Prevailing Wage Law Rules (the'Rules"); and c. the Annual Wage Order (Wage Order) issued by the State of Missouri's Department of Labor and Industrial Relations; and d. any applicable Annual Incremental Wage Increase (Wage Increase)to the Annual Wage Order. 2. The Law, Rules, Wage Order and any Wage Increase are incorporated into and made part hereof this Contract and shall be collectively referred to in this Section as the "Prevailing Wage Requirements." In the event this Contract Is renewed for an additional term, the Wage Order in effect as of the commencement date of the additional term, as amended by any applicable Wage increase, shall be deemed Incorporated herein and shall apply to and remain in effect for the duration of the additional term. The new Wage Order and any applicable Wage Increase shall govern notwithstanding the fact that the Wage Order being replaced might be physically attached to this Contract. 3. Contractor shall pay and require its Subcontractors to pay to all workers performing work under this Contract not less than the prevailing hourly rate of wages for the class or type of work performed by the worker In accordance with the Law, Rules, Wage Order and any applicable Wage increase. Contractor shall take whatever steps are necessary to Insure that the prevailing hourly wage rates are paid and that all workers for Contractor and each of its Subcontractors are paid for the class or type of work performed by the worker in accordance with the Prevailing Wage Requirements. 4. Prior to each of Its Subcontractors beginning Work on the Site, Contractor shall require each Subcontractor to complete City's Form 00490 entitled 'Pre-contract Certification' that sets forth the Subcontractor's prevailing wage and tax compliance history for the two (2) years prior to the bid. Contractor shall retain one (1)year and make the Pm-contract Certifications available to City within five(5)days after written request. 5. Contractor shall keep and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to keep full and accurate records on City's forms. Contractor shall: a. Keep and require each of its Subcontractors engaged In the construction of public works In performance of the Contract to keep full and accurate records on City's "Daily Labor Force Report' Form indicating the worker's name, occupational title or classification group and skill and the workers' hours. City shall furnish blank copies of the Daily Labor MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 16 of 20 (REV. 12-05-16) DoouSIgn Envelope ID:4A026535.AE8A-40F2-0047-81063DE168D0 Force Report Form to Contractor for its use end for distribution to Subcontractors. Contractor shall submit its and its Subcontractors Daily Labor Force Reports to City each day;and b. Submit, and require each of its Subcontractors engaged In the construction of public works in performance of the Contract to submit, electronically, in a format prescribed by the City, Certified Payroll Report Information indicating the worker's name, address, social security number, occupation(s), craft(s) of every worker employed in connection with the public work together with the number of hours worked by each worker and the actual wages paid in connection with the Project and other pertinent Information as requested by the City; and c. Submit, and require each of its Subcontractors engaged in the construction of public works in performance of the Contract to submit, electronically, In format prescribed by the City, a Payroll Certification. The Payroll Certification must be signed by the employee or agent who pays or supervises the payment of the workers employed under the Contract for the Contractor and each Subcontractor. The Daily Labor Force Report, documents used to compile information for the Certified Payroll Report, and Payroll Certification ars collectively referred to in this Section as the 'Records.' 6. Contractor shall make all of Contractor's and Subcontractors' Records open to inspection by any authorized representatives of City and the Missouri Department of Labor and Industrial Relations at any reasonable time and as often as they may be necessary and such Records shall not be destroyed or removed from the State of Missouri for a period of one (1) year following the completion of the public work In connection with which the Records are made. Contractor shall have Its and Its Subcontractors Certified Payroll Reports and Payroll Certifications available at the Contractor's office and shall provide the Records to the City electronically at City's sole discretion. In addition, all Records shall be considered a public record and Contractor shall provide the Records to the City in the format required by the City within three(3)working days of any request by City at the Contractor's cost. City, in its sole discretion, may require Contractor to send any of the Records directly to the person who requested the Record at Contractor's expense. 7. Contractor shall post and keep posted a clearly legible statement of all prevailing hourly wage rates to be paid to all workers employed by Contractor and each of its Subcontractors in the performance of this Contract in a prominent and easily accessible piece at the Site of the Work by all workers. 8. If the Contract Price exceeds $250,000.00, Contractor shall and shall require each Subcontractor engaged in any construction of public works to have its name, acceptable abbreviation or recognizable logo and the name of the city and state of the mailing address of the principal office of the company, on each motor vehicle and motorized self-propelled piece of equipment which Is used in connection with the Project during the time the Contractor or Subcontractor Is engaged on the project. The sign shall be legible from a distance of twenty (20'7 feet, but the size of the lettering need not be larger than two (2') Inches. In cases where equipment is leased or where affodng a legible sign to the equipment is impractical, the Contractor may place a temporary stationary sign, with the Information required pursuant to this section, at the main entrance of the Project In place of affixing the required information on the equipment so long as such sign Is not In violation of any state or federal statute, rule or regulation. Motor vehicles which are required to have similar MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 17 of 20 (REV.12-05-16) DoouSign Envelope ID:4A0268384.E6A-48F9-9947-810B3DE16SDQ Information affixed thereto pursuant to requirements of a regulatory agency of the state or federal government are exempt from the provisions of this subsection. 9. Contractor must correct any errors in Contractor's or any Subcontractors' Records, or Contractor's or any Subcontractors' violations of the Law, Rules, Annual Wage Order and any Wage Increase within fourteen(14) calendar days after notice from City. 10. Contractor shall and shall require its Subcontractors to cooperate with the City and the Department of Labor and Industrial Relations in the enforcement of this Section, the Law, Rules, Annual Wage Order and any Wage Increase. Contractor shall and shall require Its Subcontractors to permit City and the Department of Labor and Industrial Relations to Interview any and all workers during working hours on the Project at Contractor's sole cost and expense. 11.Contractor shall file with.City, upon completion of the Project and prior to final payment therefore, affidavits from Contractor and each of its Subcontractors, stating that each has fully complied with the provisions and requirements of the Missouri Prevailing Wage Law. City shall not make final payment until the affidavits, in proper form and order, from Contractor and each of its Subcontractors,are filed by Contractor. 12.Contractor shall forfeit as a statutory penalty to the City one hundred dollars ($100.00)for each worker employed, for each calendar day, or portion thereof, such worker is paid less than the prevailing hourly rates for any work done under this Contract, by Contractor or by any of Contractor's Subcontractors. If Contractor or any of its Subcontractors have violated any section(s)of 290.210 to 290.340, RSMo, In the course of the execution of the Contract, City shall when making payments to the Contractor becoming due under this Contract, withhold and retain therefrom all sums and amounts due and owing as a result of any violation of sections 290.210 to 290.340;RSMo. B. Prevailing Wage Damages. Contractor acknowledges and agrees that, based on the experience of City, violations of the Missouri Prevailing Wage Act, whether by Contractor or its Subcontractors, commonly result in additional costs to City. Contractor agrees that additional costs to City for any particular violation are difficult to establish and include but are not limited to: costs of construction delays, additional work for City, additional Interest expenses, investigations, and the cost of establishing and maintaining a special division working under the City Manager to monitor prevailing wage compliance. 1. In the event of the failure by Contractor or any of Its Subcontractors to pay wages as provided in the Missouri Prevailing Wage Act, City shall be entitled to deduct from the Contract Price, and shall retain as liquidated damages, one hundred dollars ($100.00) per day,per worker who Is paid less than the prevailing hourly rate of wages,to approximate the additional costs. The sum shall be deducted, paid or owed whether or not the Contract Times have expired. 2. City shall give written notice to Contractor setting forth the workers who have been underpaid,the amount of the statutory penalty and the amount of the liquidated damages as provided for in this Subparagraph. Contractor shall have fourteen (14) calendar days to respond, which time may be extended by City upon written request If Contractor falls to respond within the specified time, the City's original notice shall be deemed final. If Contractor responds to City's notice, City will furnish Contractor a final decision in writing within five(5)days of completing any investigation. MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 18 of 20 (REV.12-05-18) Docu8Emvopt ID:4A026638 AE6A-49F -9547-810B3DE1BBDO C. Excessive Unemployment. 1. Resident Laborers' means laborers who have been residents of the State of Missouri for at least thirty days and who intend to remain Missouri residents,end residents of Nonrestrictive States. 2. "Nonrestrictive States`means states identified by the Missouri Department of Labor and Industrial Relations Division of Labor Standards that have not enacted state laws restricting Missouri laborers from working on public works projects. A list of Nonrestrictive States can be found on the Division web site at htto://www.dolir.mo.govils/indezi.h.trn. 3. A period of Excessive Unemployment is declared when the Missouri Department of Labor and Industrial Relations Division of Labor Standards provides notice of such declaration. When In effect, notice will be provided on the Division web site at http://www.dolir.mo.00vfistindex.htm. It is Contractor's obligation to determine whether a period of Excessive Unemployment is in effect when this Contract is let. 4. Contractor agrees to follow the provisions of Section 290.560 - 290.575 RSMo and agrees that If a period of Excessive Unemployment has been declared at any point during the term of this Contract, It will employ and require all Subcontractors of whatever tier to employ only Resident Laborers for the Work to be performed under this Contract. Provided, however, Contractor may use laborers who are not Resident Laborers when Resident Laborers are not available or are incapable of performing the particular type.of work,involved If Contractor so certifies In writing to City and City Issues a written approval.This provision does not apply to regularly employed nonresident executive, supervisory or technical employees. Sec. 42. Wortcfores. If Contractor Is required to pay prevailing wages for the work performed pursuant to this Contract, Contractor agrees to comply with all requirements of City's Construction Employment Program as enacted In City's Code, Sections 3-501 through 3-525 and as hereinafter amended. Contractor shall meet or exceed the construction employment goals unless the same shall have been waived in the manner provided by law. Contractor's compliance with this provision is a material part of this Contract. Contractor shall comply with City's Workforce Program Reporting System requirements. Contractor shall use City's Internet web based Workforce Program Reporting System provided byCity and protocols Included In that software during the term of this Contract. Contractor shall maintain user applications to City's provided system for all applicable personnel and shall require subcontractors to maintain applications. MASTER CONTRACT FOR PRODUCTS AND SERVICES Page 19 of 20 (REV. 12-05-16) Docu8lgn Envelops ID:4A025638-AE8A49F90947-810B3DEIBBDO CONTRACTOR I hereby certify that I have the authority to execute this document on behalf of CONTRACTOR. Co. , Graybar Electric Company, Inc. B .. eJk. T 4 ::m"" "0"'cSVP, Sales Date: 11/30/2017 APPROVED a = • ORM .iAllr/ , Ar, , if, Assistant C • •• . : KANSAS ` MISSOU , By: ' .� , A /l' ---"- Title: Date: /?./140/.x.1 54--- MASTER CONTRACT FOR PRODUCTS AND SERVICES Pape 20 of 20 (REV.12-06-16) MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Master Intergovernmental Cooperative Purchasing Agreement("Agreement")is made between certain government agencies that execute a Lead Public Agency Certificate (collectively, "Lead Public Agencies")to be appended and made a part hereof and other government agencies ("Participating Public Agencies")that agree to the terms and conditions hereof through the U.S. Communities registration process and made a part hereof. RECITALS WHEREAS, after a competitive solicitation and selection process by Lead Public Agencies, in compliance with their own policies,procedures,rules and regulations, a number of suppliers (each, a"Contract Supplier") have entered into Master Agreements with Lead Public Agencies to provide a variety of goods,products and services based on national and international volumes (herein"Products and Services"); WHEREAS,Master Agreements are made available by Lead Public Agencies through U.S. Communities and provide that Participating Public Agencies may purchase Products and Services on the same terms, conditions and pricing as the Lead Public Agency, subject to any applicable local purchasing ordinances and the laws of the State of purchase; WHEREAS, the parties desire to comply with the requirements and formalities of any intergovernmental cooperative act, if applicable,to the laws of the State of purchase; WHEREAS,the parties hereto desire to conserve resources and reduce procurement cost; WHEREAS,the parties hereto desire to improve the efficiency, effectiveness and economy of the procurement of necessary Products and Services; NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of the mutual benefits to result,the parties agree as follows: 1. That each party will facilitate the cooperative procurement of Products and Services. 2. That the procurement of Products and Services subject to this Agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules and regulations that govern each party's procurement practices. 3. That the cooperative use of solicitations obtained by a party to this Agreement shall be in accordance with the terms and conditions of the solicitation, except as modification of those terms and conditions is otherwise allowed or required by applicable law. 4. That the Lead Public Agencies will make available,upon reasonable request and subject to convenience, information which may assist in improving the effectiveness, efficiency and economy of Participating Public Agencies' procurement of Products and Services. 5. That the Participating Public Agency will make timely payments to the Contract Supplier for Products and Services received in accordance with the terms and conditions of the procurement. Payment, inspections and acceptance of Products and Services ordered by the Participating Public Agency shall be the exclusive obligation of such Participating Public Agency. Disputes between the Participating Public Agency and Contract Supplier are to be resolved in accord with the law and venue rules of the State of purchase. 6. The Participating Public Agency shall not use this Agreement as a method for obtaining additional concessions or reduced prices for similar products or services. 7. The Participating Public Agency is solely responsible for ordering, accepting, and paying and any other action, inaction or decision regarding the Products and Services obtained under this Agreement. A Lead Public Agency shall not be liable in any manner for any action or inaction or decisions taken by a Participating Public Agency. The Participating Public Agency shall,to the extent permitted by applicable law,hold the Lead Public Agency harmless from any liability that may arise from action or inaction of the Participating Public Agency. 8. The exercise of any rights or remedies by the Participating Public Agency shall be the exclusive obligation of such Participating Public Agency. 9. This Agreement shall remain in effect until termination by a party giving thirty(30)days prior written notice to U.S. Communities at 2999 Oak Road, Suite 710, Walnut Creek,CA 94597. 10. This Agreement shall become effective after execution of the Lead Public Agency Certificate or Participating Public Agency registration, as applicable. LINKING AGREEMENT BETWEEN THE CITY OF GLENDALE,ARIZONA AND GRAYBAR ELECTRIC COMPANY, INC. EXHIBIT B SCOPE OF WORK Contractor will provide Electrical,Lighting,Data Communications and Security Products and Related Products,Services and Solutions per the City of Kansas City,Missouri Master Contract No. EV2370. Products and services are listed on the Graybar and OMINIA Partners Program Line Card, Attachment B. 4 8/27/19 LINKING AGREEMENT BETWEEN THE CITY OF GLENDALE,ARIZONA AND GRAYBAR ELECTRIC COMPANY, INC. EXHIBIT C METHOD AND AMOUNT OF COMPENSATION Contractor will be compensated for Electrical,lighting,Data Communications and Security Products and Related Products,Services and Solutions as outlined in the City of Kansas City, Missouri Master Contract No. EV2370,Section 23. Guaranteed Lowest Pricing and per Attachment C Additional Discounts,Project Pricing and Services. NOT TO EXCEED AMOUNT The total amount of compensation paid to Contractor for full completion of all work required by the Project must not exceed $250,000 for the initial term of the Agreement. DETAILED PROJECT COMPENSATION Contractor will be compensated for Electrical,Lighting, Data Communications and Security Products and Related Products,Services and Solutions on an as-needed-basis 6 8/27/19 Attachment C Appendix C For City of Kansas City Contract#EV2370 Graybar Electric Company.Inc. Additional Discounts,Project Pricing,and Services for Contract#EV2370 3/26/2019 INSTRUCTIONS 1) Provide any additional proposed pricing incentives 2) List Services Proposed and the percent mark up over cost Discount or Rebate Additional Pricing Incentives Additional Pricing Incentives Graybar cannot sell at levels above the base contract price in contract EV2370 but was awarded the right to offer deeper Large Volume Purchase Discounts discount for projects,or where large quantity discounts or localized supplier negotiations are available. Graybar's standard payment terms are NET 30. Quick Payment Discount Graybar is proposing that Quick Payment Discounts are Graybar's standard payment terms are NET 30. established by local district/branch management and approved on a customer by customer basis. 1.A one half of a percent(0.5%)rebate on all purchases made in excess of one million dollars($1,000,000)annually, retroactive to dollar one.Paid Annually Graybar Annual Rebates program is located in Master Contract 2.A one percent(1.0%)rebate on all purchases made in EV2370. excess of two million dollars($2,000,000)annually, Annual Rebates retroactive to dollar one($1).Paid Annually 3.A one and one half percent(1.5%)rebate on all purchases made in excess of four million dollars ($4,000,000)annually,retroactive to dollar one($1).Paid Annually Services(please list Services Proposed) Services(please list Services Proposed) Proposed Percent(%)Mark up Over Cost Summary of Services offered in contract EV2370:Graybar's awarded City of Kansas City contract and U.S.Communities national program EV2370,includes but not be limited to: Assessment,Engineering Supporting Contract Products, Analysis,RetroFit,Upgrade,Installation,Repair,Emergency, Recovery,Training and Integrated Services to support the Services Overview: Below is a list of products we distribute through the contract EV2370. Key areas Not to Exceed Cost Plus 26% the major service areas offered. of demand for services are Lighting&LED,Energy Management &Power Distribution,Start-Up&Commissioning,Repair& Retrofit,Test&Certification,Power Conditioning&Back-Up, Data Center&Technology Upgrades,Security,Wireless, Systems Integration&Testing. Below is a list of the major service areas offered. Supporting all Lighting Manufacturers in contract EV2370: Assesment,Audits,Analysis,Engineering Supporting Contract Lighting Services Products,Replacement,Retrofits,Upgrades,Integration, Not to Exceed Cost Plus 26% Installation,Start-Up&Commissioning,Project Management and Maintenance. Supporting all Electrical Manufacturers in contract EV2370: Assesment,Audits,Analysis,Engineering Supporting Contract Products,Modernization,Replacement,Retrofits,Upgrades, Power Services: Not to Exceed Cost Plus 26% Integration,Installation,Power Conditioning,UPS&Back-Up, Transformers,Motors&Generators,Project Management and Maintenance. Supporting all Inventory Management Solutions in contract Inventory Management Sevices: EV2370:Smart Stock,Vending Machines,Bar Coding,Scanners, Not to Exceed Cost Plus 26% Software&Solutions to Support Agency Initiatives. Supporting all Recyling Manufacturers and Service Affiliates in Recycling Services: contract EV2370:Self Service/Daily Use Boxes&Buckets,Bulk Not to Exceed Cost Plus 26% Recycling,Lamp,Ballast,Electronics,Batteries,ETC.. Supporting all Communication and Security Manufacturers in contract EV2370:Data Center&Technology Upgrades, Wireless,Systems Integration&Testing,Structured Cabling,On- Site Product Support,Mission Critical Facility Management, Storage Solutions, Network Operations,Fiber&Copper Communication Services: Not to Exceed Cost Plus 26% CableManagement and Remote Access,Implementation and Support, Asset Management&Audio-Visual Systems. Assesment,Audits,Analysis,Engineering Supporting Contract Products,Replacement,Retrofits,Upgrades,Integration, Installation,Project Management and Maintenance. Supporting all Security Manufacturers in contract EV2370: Security,Systems Integration&Testing,911 Emergency Call Centers,Management and Remote Access, Asset Management, Security Services: Access Control/Security,IP Surveillance/CCTV,&Notification Not to Exceed Cost Plus 26% Systems. Assesment,Audits,Analysis,Engineering to support contract products,Replacement,Retrofits,Upgrades, Integration,Installation,Project Management and Maintenanra Supporting all Miscellaneous MRO&Related Product Services Miscellaneous MRO&Related in contract EV2370:Assesment,Audits,Analysis,Engineering Product Services Supporting Contract Products,Replacement,Retrofits, Not to Exceed Cost Plus 26% Upgrades,Integration,Installation,Project Management and Maintenance. Lighting Service Providers:Acuity Brands,Eaton/Cooper,GE Lighting,Hubbell Brands,Phillips Lighting. Power Service Examples of Service Providers Providers:3M,ABB /TNB,Baldor,Bussmann,Eaton,GE, Available in contract EV2370(But Hubbell,Liebert/Viavi,Lyon,Schneider Services.. Not to Exceed Cost Plus 26% Not Limited 70): Communication Service Providers: APC,CommScope,Corning, Eaton,Liebert/Viavi,Schneider.. Securi Service Providers:Arecont,Ingersol,Pelco,Samsung,UTC.. Recycling Service Providers: Mercury Waste,Veolia.. Graybar U.S.Communities Pricing: Pricing applies to normally stocked Graybar materials.Discounts are based on Graybar List Price or Cost in effect at time of order.The majority of pricing on the Graybar contracts is based on a list less discount structure.Cost-Plus discounting is used for market sensitive commodities and lighting fixtures.Not-To-Exceed discounting is used for value added services and material with no list price in our system. Graybar cannot sell at levels above the base contract price and reserves the right to offer a lesser discount for projects,or where large quantity discounts or localized supplier negotiations are available.Pricing was established through competitive solicitation process with City of Kansas City,MO.Our Pricing Commitment through City of Kansas City and U.S. Communities agreements dictate that Graybar lead with the U.S.Communities contract first and foremost for any opportunity within the applicable government procurement segment.Our contracts represent pricing discounts from an extensive list of best-in-class suppliers offering unique opportunities to streamline your supply chain and find innovative or integrated solutions. Attachment B ' k , . 60 ., Gra • j r it Graybar - OMNIA Partners „.,„ ,,../.. . .-orivAd_ hi 1~....-..:.-- „711111114firki„..,i- Program Line Card .,__ 1, .yam, i '7.11411111111, 4,.... .........., ..„...„...,_. 1 .- . *; It; • • , :- ---....,--m:A2 ) , ,.y _, I. , i fe - tr. 0-+.) , I 1 IF \ ,, •,i 1 — ''''rttr„ t _ . ,_ ,... • ... . , . •,_ . :116: .• . . `� . . s -4 011 _ -_-_. YY. , •...ice' �� ♦.., ZTM. �MM:41oT • L 1 ��Y jnb .�.INI0.�.��..tiit�. _ f --. _ram -_... �I.Yl if ilM����.syyy�I�l.. l{ -.- �i�i.lrt�tZl�Y-. �I /i -.-. -w..�.YYril i11llYtlY• IL - -_ - I - _ 1B ll 1 .Y .-• ..r..sim •�i r II� 1l r " _ __._ _ . .■s—:._-•sing --- ! . : -.$1.,. { 'i►: •igvii U. (,O. ,t'ri 'es is no i : •ubsidiary .. _� ` P ' ll _ ,( i`4iP ��1q) 'Public `'.=-4 • x + r T 4, J 0,-4G fe+r y. yvyP(6 Manufacturer Listing 2N Communication Aiphone Amerlux, Inc. Avalon Solar 3M Aiphone Security Ametek Incorporated Avaya/Nortel/Extreme 3M Cogent Air King Ventilation Ametrix/Eaton Lighting Networks 3M Communications Airmaster Fan Amphenol Avocent Division AIW(American Insulated Wire) Amprobe Instruments Axell Wireless 3XLogic AK Stamping Amseco/Potter B&B Electronics A. K.Stamping Co. Alamo Technology AMX LLC./School View/ B&K Precision A.B.Chance/Hubbell Power Alan Wire Company Samsung Baldor Electric Company Aamstrand Alaxala Networks Anamet Balt Aastra USA/Mitel/Nortel/ Alcatel/Lucent/Nokia Anderson Band-It/Idex Ericcson Networks Anglo American Enterprises Barfield ABB Brands&Products Alflex Anritsu Bartlett Acme Electric Corp/ Alkco Manufacturing Antique Street Lamps/ Baudcom Communications Hubbell Power Company Acuity Lighting Bauer Ladder ACME Staple Co. All Current Electric APC/Schneider Electric IT Bekaert ACP International All Gear Inc. USA Inc. Belden Brands&Products Actelis Allegion APG Belkin Acterna/Viavi Alera Lighting/Hubbell Appleton Benner-Nawman ACTi Corporation Lighting Approved Networks Inc. Berko/Marley/Q Mark Acuity Brands Allen Tel Products Approved Optics Berk-Tek LLC/Nexans Adalet Allied Bolt Architectural Area Lighting / Black&Decker/Stanley ADB Allied Electronics Inc. Hubbell Lighting DEWALT Adirondak/Whitney Blake Allied Moulded Products,Inc. Arecont Vision Black Box ADRF Allied Telesis Argo Blackburn/Thomas& Adtran Allied Tube&Conduit/ Arista Networks Betts-ABB Advance Digital Broadcast Atkore Arlington Industries,Inc. BLF Corp. Advance Industrial Alpha Technologies Armorcast Products B-Line/Eaton Advanced Digital Cable, Inc. Alpha Wire Company Company B-Line Telecom/Eaton Advanced Technology Video Altigen Communications Inc. Arnco Blonder Tongue (ATV) Altronix Arrow Fasteners Blue Wave Advantech B+B SmartWorx Aluma Form Arrow Magnolia Bogen Communications AEMC Alvarion ASCO-Automatic Switch Company Bosch Security Aerohive Networks Amberbox Bosch Tools Aervoe American&Efird ASCO-Schneider Electric Assa Abloy Boss Manufacturing Aetna Insulated Wire American Electric Lighting Bourns AFC Cable/Kaf-Tech (AEL)/Acuity Lighting Atkore Int.Brands& / Products Bowers Manufacturing Atkore American Fibertek AFC Cable Systems Inc. American Fittings Atlantic Scientific Corp. Brady Worldwide, Inc. Atlas Sound Bridgeport Fittings, Inc. AFL Telecommunications American Lock Co./Master Bright Star Agilent Technology/Keysite Lock AtLite/Eaton Lighting g Aglo American Polywater Automatic Timing and Briscon Electric g Controls(ATC) BRK/First Alert/UTI Aim Electronics Corp. American Saw/Lenox Avalan Wireless Broadcom/Avago/ Emulux 2 Graybar-OMNIA Partners Program 11-800-GRAYBAR(472-9227) Manufacturer Listing Broan-Nutone,LLC Cetis Inc. ComNet/International Fiber Brocade Networks/Foundry Challenger Products/ Systems /Extreme Networks Thomas&Betts-ABB Compass/Hubbell Lighting The Graybar Brooks Manufacturing Champion Fiberglass Comtrend - OMNIA Brooks Manufacturing Champion One Concealfab Partners Company Chance/Hubbell Power Conduit(TUB)/All Brands Brother Mobile Solutions, Inc Change Networks Conduit Pipe Products Program Buchanon Construction Charles Industries/Coil Company Bulwark Chatsworth Products, Inc. Condux International, Inc. • Satisfies solicitation Burndy/Hubbell (CPI) Connectivity Wireless requirements Burton/Phillips Lighting Checkers Industrial Safety Construction Innovations Bussmann/Eaton Chief Manufacturing • Lead public agency Con-Tech • managed contracts C Enterprises Chloride/Phillips Lighting Cooper Notification/Eaton Calpipe Chromalox Cooper Power Fuses/Eaton • No cost to participate Cable Exchange Cidco Cooper Power Systems/ Cable Management Cieno Corp. Eaton • Contracts allow Solutions CILS International Copper Mountain Networks your organization to Cable Prep Circa Telecom Corelite/Eaton Lighting maximize savings Legrand on the products you Cablofil / g Cisco Systems,Inc. Coriant American Caddy/Pentair Citect Scada CorningBrands&Products need while reducing / procurement time. Cadweld/Pentair Clarcor Air Filtration Corning Optical Canadian Solor Products Communications Candella Clarity/Valcom Cortelco Cantex Inc. Clauss Cutlery Cotronics Corporation i Capp Inc. Clearfield Inc. Cott manufacturing ... . „ Carlon/Thomas& Clearpix Coyote Splice 4 , ,.Betts-ABB CM/CMT Connector Crain Enterprisesisii Carolina Glove Company CME Wire and Cable CRC Industries l - E j{Jit iti Carrier Access Cohu HD/Costar Crouse-Hinds/Eaton " ;' ttbr+It ,. Casco Manufacturing Inc. Technology Crouse-Hinds Lighting/ t._ s = f!..o - .i- Casio/Visible Light Coleman Wire&Cables Eaton Lighting , Casio Communications Inc. Colonial Wire&Cable Crouzet # i Catamount/Thomas& Company Crowe Betts-ABB Color Kenetics/Phillips Crydom "`'~ Caterpillar/CAT Lighting Columbia Lighting Hubbell CSS Antenna CBC America 9 9/ CDR Systems Corp. Lighting Cummins r CEECO Command Communications Current Powered by GE CRO Dy Products Inc. CommScope/Andrew Corp. Custom Plastics --.... Q}' Century CommScope Brands& Cutler Hammer/Eaton Products CXR Larus Corporation Cerio Communications Test Design CyberPower Systemstii I , Ai Cerro Wire and Cable Cylix Corp j gaybar.com/omniapartners I Graybar-OMNIA Partners Program 3 Manufacturer Listing -a' -'.r . . Mr - Da-Lite Dynalec Corporation Ericson Manufacturing DAP, Inc. Dyson Corp. Eritech/Pentair li , a j s f Dark to Light/Acuity Eaton Brands- Ersodyne r Lighting Communication Products Estex ° Dasan/Zhone Solutions Inc. Eaton Brands-Electrical Etherwan Systems `" ru tk 141 Data Aire Products EverFocus Data Center Solutions Eaton Lighting Exacq 4 Data Display Products Eaton Power Quality Excel Dryer Corp. David Clark&Company Ecolibrium Solar Exceline ,n I�A�i Edwards/UTI Day Brite/Phillips Lighting EXFO Dazor Manufacturing Corp. Edwards Signaling/UTI Extreme CCTV Inc. DDB Corp. Elastimold/Thomas& Extreme Networks Dees Communications Betts-ABB Electric Motion Company,Inc. Fahrenheat/Marley Deka Batteries Fail Safe Lighting Systems/ 111 Ill , ` Electri-Flex Company �, Dell Force 10 Eaton Lighting Delta Products Automation Electroline Mfg.Co. Fasco Industries Delta Products Ventilation E-Line FCX Performance/ABS Elkay = - Devine Lighting/Hubbell Federal Signal Corporation Lighting Eltek Inc./Valere Feonic Technology DEWALT/Black&Decker/ EM Clock Ferguson Enterprises Stanley Emcor/Crenlo/Karis Fernco Diablo Tools Technologies Emcore Festo Diamond Fiber Cable Accessories/ Digimerge Emergi-Lite/Thomas& Hubbell PS/Opti-Loop Digital WatchdogBetts-ABB Emerson/Sola HD Fiber Optic Inc./Fiber Dimplex North America Instrument Sales Distributo Wire&Cable/ Emerson Network Power/ Fiber Sensys Radix Vertiv Fibertron '. E-Mon LLC./Honeywell Ditek Fire-Lite Alarms/ Honeywell D-Link Systems Encore Wire Corp. Y Firex/Kidde/UTI Components Corp. Endot Industries,Inc. Dolphin P P First Alert/BRK Brands i Dominion Lasercom Energizer Co./Eveready Enersys First Light Technologies Draka/Prysmian Group Fisher Pierce Dreisilker Motor EnGenius Technologies Inc. 19. ,- Engineered Products Fiskars Industrial r , :it. ii.. ;2 Dual-Lite/Hubbell Lighting Flexible Whips of Tennessee ` w,.�a.„„ Enphase Dukane Corp. Inc. Dulmision Inc. Enterasys/Extreme Flir Systems Inc./DV Tel Networks 'm Duracell Fluidmesh Networks Entone Dura-Line Fluke Ergodyne w.o. Durham Ericcson Fluke Networks . _.._. DV TEL/FLIR Force 10 Networks --fix... Erico /Pentair } Dymo Fortinet/Meru 4 Graybar-OMNIA Partners Program I 1-800-GRAYBAR(472-9227) Manufacturer Listing Fortran Communications Inc. Greenlee Textron Hubbell Lighting-Control lnvonics Corp. /Fortran Traffic Grundorf Solutions Invue/Eaton Lighting Franklin Instrument Co., Inc. GS Metals/B-Line Hubbell Lighting-Outdoor 10 Lighting/Eaton Lighting Freud GSP America Hubbell Lighting Group 1pex Inc. Fronius Hadco/Phillips Lighting Hubbell Power Systems/ Iris/Eaton Lighting Fujinon Halcyon Opti-Loop lronridge Solar Fujitsu Halo Lighting/Eaton Hubbell Premise Wiring Irwin Industrial Tools Furnas/Siemens Lighting Hubbell Wiring Device ITE/Siemons Kellems Furukawa Electric Hammond Electronics iTOOL/Glesco Hughes Brothers G&0 Thermal Hanwha Techwin America/ ITW Commercial SamsungHunter Fan Company G&W Electric Co. Construction GAI-Tronics/Hubbell Harding Instument Co., LTD. Hydrel/Acuity Lighting ITW Linx/ITW Galco Harger Lightning Protection, Hydro/Sapa Jabra/GN Netcom Galvan Electrical Inc. ID View Jamesce Corp. Hastings Ideal Industries- Gardco/Phillips Lighting Communication Products Jameson Gardener Denver/Rigel/ HD Electric/Hammerlock JDSU/Viavi Hoffman&Lamson Heritage Plastics/Atkore Ideal Industries Inc. / Linear JMA Connectors Garrett Com IEI/Belden HES Security /Nortek Johnson Tools GE Brands&Products Heyco Igloo Corp. High Tech Fuses Igor, Inc. Jokab by ABB GE Lamps&Ballasts g Jonard Industries GE Lighting Current ByGE HikVision Illumina 9 9/ Jos.T. Fewkes,Co. Hilti Inc. llsco GE Power,Energy, IMC Networks Juniper Networks/Trapeze Electronics&Critical HI-Q Solar Juno/Acuity Lighting Power/ABB Hirschmann/Belden Independent Technologies JVC Professional GE Security Hoffman/Pentair Infinera Geist Manufacturing, Inc. Holocom Infinite Electronics,Inc. Kaf Tech,Inc. Gems SensorsIngersoll-Rand -Physical Kalas Manufacturing Holophane/Acuity Lighting 9 Y Security Generac Homac/Thomas& KBC Networks General Cable/Prysmian Betts-ABB Ingersoll-Rand-Power, Kearney Group Honeywell Brands&Products Automation and Control Kentrox General Machine Products Honeywell/Salisbury Innovative Metal Industries, Keyscan Inc. Co. Inc. Keysight/Agilent House of Batteries lnovonics Technologies Glesco Houston Wire&Cable Int.Protective Coatings Kichler Lighting Global Equipment HPE-Hewlett Packard g g g Glyptal Inc. Enterprises Integral Kidde Safety/ Firex/UTI GN Netcom/GN Jabra Inc. HPE-Procurve,3Com,H3C, Intellitouch Killark/Hubbell Gotham/Acuity Lighting Tipping Point/Aruba Interalia Communications KIM Lighting Gott Networks INTERLOGIX/GE Security Kindorf/Thomas& Gould Shawmut Hubbell Brands&Products /UTI Betts-ABB Great Lakes Case and Hubbell Control Solutions Intermatic, Inc. King Electrical Manufacturing Cabinet Hubbell Lighting- International Fiber Systems King Innovation Greenlee Communication Commercial&Industrial (IFS) Klein Tools Products Invensys Controls Knopp Inc. gaybar.com/omniapartners I Graybar-OMNIA Partners Program 5 Manufacturer Listing Kohler Lithonia/Acuity Lighting Meyer Structures Molex Corp Kohler Generators Littlefuse MGE UPS Systems/Eaton Moog/Video Alarm Konexx Locknetics/Ingersoll-Rand Microlab Mosaic Kraloy Fittings Lubriduct Micro-Power Technologies, Motorola Kramer networks Lucent/Alcatel/Nokia Inc. Motortronics/Phasetronics Krylon Products Networks MICROSEMI/POE MRV Communications Kuhlman Electric Lumark/Eaton Lighting Micro-Tech Design MTL Instruments/Eaton/ Kurt Versen Lumberg Automation / Middle Atlantic/Legrand Crouse-Hinds LC&D/Acuity Lighting Belden Midwest Electric Products, Mulberry L.H. Dottie Lumec/Phillips Lighting Inc. Multi-Link Ladd Industries Lumiere/Eaton Lighting Milbank Manufacturing Multi-Tech Systems Lutron Electronics Company Lagasse MWS, Inc./Eaton Lighting Lairdtech/Smart Technology Lynn Electronics Corp. Milestone Myron Zucker Lyon Workspace LLC. Milwaukee Tools Lancom Systems Minerallac Company National Pipe&Plastic Landis&Gyr MAC Products P y Products MacLean Power Systems Minuteman UPS/Para National Standard Lanson Pipe Co. Systems Lantech Communication MacLean Power Systems/ National Strand Products Highline/Fogg MIP/Marley/Q-Mark Lantronics NEC/Casio Mobal Mag Light/Mag Instrument Miscellaneous Communication Lapp USA,Inc. Magnecraft/Struthers-Dunn Communication Products NEC Unified Solutions, Inc. Larus Corp. Miscellaneous /Schneider Electric Nehring Electrical Works LCN/Ingersoll-Rand Major Custom Cable Communication&Security Neo-Ray/Eaton Lighting 9ServicesL COM/HYPERLINK Malton Equipment/ABB Neptco L-Comp Miscellaneous Electrical& p Maple Chase Lighting Services Netgear Leading Edge/Marley Marley Electric Heating Miscellaneous Electrical Netscout/Fluke Ledalite/Phillips Lighting Company/Q-Mark Products NetSource Inc. Legrand Brands&Products Marmon Group Brands Miscellaneous Lighting& Network Video Technologies Leica Geosystems/Disto Master Lock Company/ LED Products (NVT) Lennox/American Saw American Lock Miscellaneous Lighting Newark Electronics Leuze Electronic, Inc. Maxcell Fixtures&Related NewBasis West LLC. Leviton Brands&Products Maxi-Signal Products Newton Instrument Leviton Intense Lighting Mccain Traffic Miscellaneous MRO& Company McGard Related Products Leviton Telecom/Network Nexans Energy USA Solutions McGill Manufacturing Co., Miscellaneous Recycling Products&Services Nitek Lex Products Corp Inc./Emerson Nokia McGraw Edison Eaton Miscellaneous Security LG Brands&Products / Products Nortel/Avaya/LG - Liebert/Vertiv Lighting Ericcson MECA Communication Mitel/Toshiba Lightolier/Phillips Lighting Mitsubishi Communication North American Electric Line Hardware Meltric North Safety Mersen Group Mitsubishi Electric&Power Linear LLC/Nortek Modular Connections Northstar Battery Company Linksys Metallics Notora Metalux/Eaton Lighting Mohawk Wire&Cable/ Linx Div./ITW Linx Belden Noyes/AFL Lion Power/Belden Metro Tel Corp. 6 Graybar-OMNIA Partners Program 1 1-800-GRAYBAR(472-9227) Manufacturer Listing NSI Industries Panasonic Lighting&Control Porcelain Products Company NTE Electronics Inc. Panavise Products Inc. Porta-Systems/Tii N-iron/Red Lion Panduit Corp. Electrical Technology NuTone/Broan Products Portfolio/Eaton Lighting Nuuo Panduit Corp.Telecom Potafab It- Oasis Products Potter Brumfield/TEC , :• Para Systems Inc. Oatey Potter Electric Signal Oberon Wireless Paradyne Power Sonic Corp. ! .ab' Ocal/Thomas&Betts-ABB Parking Logix Power Strut/Atkore Int. �.� ' OFS/Furukawa Pass&Seymour/Legrand Power Tech Solutions Ohio Brass/Hubbell Power Patriot Aluminum Products PowerDsine/Microsemi � OIS Patton Building Products Powerline Hardware OK Industries/Jonard Pauluhn/Eaton Lighting Powersmiths International .; _` Okonite .iipi Paxton Access, Inc. Corp. Oldcastle Precast/Carson/ PC Systems Precidia Technologies Synertech PC Tel Precision Oldcastle Precast, Inc. PCT International Preformed Line Products Omni Cable Corp Peerless/Acuity Lighting Premax Omnitron Systems Pelco/Schneider Electric Premax LLX Omron Pelican Products Inc. Premier Conduit Oneac Corp. Pencell Plastics/Hubbell Prescolite Ontility Power Prime Conduit Optex(USA) Inc. Pennington Crossarm Co. Primex Manufacturing Optical Cable Corp. Pentair Brands&Products Progress Lighting Opti-Loop/Hubbell Power Pepperl&Fuchs Pro Labs Optilumen Perfectline Pronto Networks 4 !- Orion Perma-Cote Protective Industrial _ '' • ORS Nasco Petroflex Products(PIP) Ortronics/Legrand Phasetronics/Motortronics Proxim OSI Hardware Phelps Dodge Prysmian Group Brands& Products ' Oshkosh Tool Philips Lighting ,ti Y Phillips Lighting Brands PULS Ouellet Canada, Inc. Pulsecom r-. Outback Power Phillips Lighting/Advance _ ,. ` OZ Gedene Phoenix Contact Pulsecom/Hubbell Power y Purdy P&R Tech Pico Digital Inc. PVC Conduit(PVC) '"" P.K. Neuses, Inc. Picoma Industries,Inc. All Plant Equipment Inc. (PEI) Brands `` P7R Technologies Pyramid Industries Paladin Corp./Greenlee Plantronics Platt Luggage,Inc. Quazite/Lenoir City/ Panamax Hubbell Panasonic Brands& Plexxi Plymouth PlymouthTape City Plastics PI Products y / Ta e Quiktron/Legrand Panasonic-CCTV&Security Polycom gaybar.com/omniapartners I Graybar-OMNIA Partners Program 7 Manufacturer Listing Realtec Schletter Solar SOLiD DAS Recognition Systems/ Schneider Electric Brands& SOLiD Tech. Ingersoll-Rand Products Soligent Solar Rectorseal Corporation Schneider Electric Services Sony Brands&Products Red Dot/Thomas& Sealco Sony Security 4". : ,.; Betts ABB Seco Southern Pipe , i + ` ';' Redback Networks/ „ >! .{ �; Securitron Southwest Data 1 Ericcson Security Door Control (SDC) Southwire Company ' i' � j Red-Line/Juniper Networks i t Security Inc. I /Trapeze Spaulding Lighting '11 Reef Industries• Sediver SPC TelEquip Semtron Inc. , Reloc Wiring Solutions/ Specified Technologies,Inc _-.wit ow4"`' ` .� Acuity Lighting Seneca Data (STI) _ _,,. - -�_ Republic Conduit Sensaphone Spew Technologies Iiit Republic Wire Sensor Switch/Acuity Sportsliter Solution i,, RFL Electronics/Hubbell Lighting Square D/Schneider Electric Power Senstar Inc. Standard Enterprises RFS Server Technology, Inc. Stanlet/Black&Decker/ Rieva Service Wire DEWALT Rigid Tool Seves,USA Steel City/Thomas& Ripley Seymore Smith Betts-ABB Quintum Technologies/ Rittal Corp. Shaper/Eaton Lighting Sterner Lighting Network Equipment Tech/ Sonus Roam/Acuity Lighting Shat-R-Shield Stonco/Phillips Lighting Roanwell Corp. hooter Detection Systems Streamlight,Inc. R.Stahl Inc. p' (SDS)/Guardian Streetworks/Eaton Lighting RAB Lighting Robroy Industries Rohn Shot Spotter Strongwell/Hubbell/ Raceway Technology& Shot Tracer Lenoir City Manufacturing Ronk Struthers&Dunn RACO/Hubbell RSA/Eaton Lighting Shure Siemon Company,The Studio Technologies Inc. RACO Manufacturing and RSCC Wire&Cable LLC./ Sumitomo Automation Engineering Marmon Group Sierra Wireless Rad Data RTS Sentry Signamax Connectivity Sun Optics/Acuity Lighting RadioWaves Rubbermaid/ Newell Brands Systems Sun West Engineering, Inc. Radware Russellstoll/Thomas& Simpson Electric Co. Superior Essex Rainbow CCTV& Betts-ABB SMA Solar Superstrut/Thomas& Technology Rutherford Controls Intl. Smartek Inc./ITS/Vision Betts-ABB Ramset/ITW Corp. (RCI)/Dorma Tech. Supply Pro Raritan/Legrand S&C Electric Snake Tray Suppress-Surge Raychem Corp. Salisbury by Honeywell Snap-On SureCall Rayovac/Spectrum Brands Samsung Brands&Products Sola/Hevi-Duty(HD)/ Sure-Lites/Eaton Lighting Raytec Samsung Hanwha Techwin ACME Surge Suppression Inc. Raytheon Sapa/Hydro Solar BOS Suttle Apparatus RCI,Rutherford Controls Schlage/Ingersoll-Rand/ Solar Edge Synnex Corp. ReadyLinks Allegion Solar World Synco Chemical Corp. 8 Graybar-OMNIA Partners Program I 1-800-GRAYBAR(472-9227) Manufacturer Listing Synergy/Acuity Lighting Times Microwave Unirac Solar Vtech Communications, Inc. Takex America,Inc. Timesight Systems, Inc. Unistrut/Atkore Vuance Inc./Supercom Talk-A-Phone TJ Cope, Inc. United Copper Industries VXI Corp. Tamron TKH Security Solutions USA, United Fiberglass Vynckier Tatung Inc. United Poly Systems Waber/SL Waber TayMac/Hubbell TMC Corp. United States Steel Walker Equipment TCP Lighting Tofino Security/Belden United Technologies Corp. / Watling TCPI/Technical Consumer Tone Commander UTC Brands WattStopper/Legrand Products Inc. Tork Universal Electric Wearwell TE Connectivity/ Toshiba Security Corporation Weidmueller CommScope Toshiba Unified Universal Lighting Werner Ladder TE Energy Communication/Mitel/ Technologies/Panasonic TEC International Toshiba Brands Uraseal Inc. West Penn Wire Total Cable Solutions US Solar Distributing Westell Inc./CSI/Cellular Tech Data Specialties Tech Products, Inc. Tote Vision US Vision/USA Vision Western Tube&Conduit Tech Spray Totus Solutions Systems/GEO Vision Corp. Teko DAS TPI Corporation/Fostoria USA Technologies Westinghouse Lighting Telco Systems Traffic Signal Controls, Inc. Valcom Inc. y Wheatland Tube Company Telcore Trans-Coil (TCI) Valmont Industries Wheelock/Eaton Telebyte Technology,Inc. Transition Networks Vari-Tronics Whiteway Telect Inc/ Products Velcro USA, Inc. /Am Phenol TransportationWilcom,Inc. Teledata Networks Incorporated Veolia North America Wilson Teledex Corp. etis Transtector Systems Veracity/Highwire/ p / Powerstar Wire&Cable (WYR)-All Telematrix Transworld Products Brands Incorporated (TPI) Veramark Technologies/ Telemecanique/Schneider Calero Wiremold/Legrand Electric Triad Floors Wiremold/Walker Systems Trilogy Communications Verilink Telex Communications Woodhead/Molex Tri-Palm,Int. Verso Technologies,Inc. Tellabs Inc. Vertical Communications World Dryer Corporation Telstrat International Tripp Lite Manufacturing Xantrex Trystar Vertiv Brands&Products Teltrend Inc. ZEP Professional Products TT Systems,Inc. Viavi Solutions Inc. Terrawave/Tessco Victor Insulators, Inc. Zhone Technologies Tersen Acui Li htin Tungsram/GE Lighting / g g Video Mount Products Zircon Tessco/Terrawave Turk, Inc. Zonit Turner Equipment Company, Videoalarm/Moog The Battery Center Inc. Inc. ViewZ Zoom Telephonics The Electric Controller Tyco Power Systems Viking Electronics ZyXEL ThermOweld/Hubbell U.S.Robotics VIR/VIR-Tech Thomas&Betts/ABB Ubiquiti Viscount Thomas&Betts Ultratech Vivotek Communication Products Ill Technologies, Inc./Porta Uniden Vodavi/Vertical Systems Union Tools Communication Times Fiber Communication Unique Fire Von Duprin/Ingersoll-Rand /Allegion gaybar.com/omniapartners I Graybar-OMNIA Partners Program 9